REQUEST FOR QUALIFICATIONS. Design and Engineering Services for Preliminary and Primary Treatment Facilities San Mateo/EMID Wastewater Treatment Plant

Similar documents
City of Arroyo Grande Department of Public Works REQUEST FOR PROPOSAL WATER AND WASTEWATER RATE STUDY UPDATE

REQUEST FOR PROPOSALS NORTH WATER RECLAMATION FACILITY INFRASTRUCTURE IMPROVEMENT PLAN AUGUST 19, 2015

DATE: September 12, 2017 REPORT NO. PW Chair and Members Committee of the Whole Operations and Administration

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

SAN IPSE CAPITAL OP SILICON VALLEY

City of Rohnert Park SEWER FINANCIAL PLAN

REQUEST FOR PROPOSALS Consulting Engineering Services for: Troutdale Water Master Plan

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

City of Crescent City Request for Proposals (RFP) for Wastewater Treatment Plant CONTRACT UTILITIES MANAGER November 7, 2018

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES

PUBLIC ANNOUNCEMENT REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

CITY OF STOCKTON REGIONAL WASTEWATER CONTROL FACILITY CAPITAL IMPROVEMENT AND ENERGY MANAGEMENT PLAN

Request for Proposal

REQUEST FOR PROPOSALS. City of San Mateo/EMID Waste Water Treatment Plant On-Call Construction Management and Support Services

SAUSALITO-MARIN CITY SANITARY DISTRICT 1 EAST ROAD SAUSALITO, CALIFORNIA Telephone: (415) Fax: (415)

PUBLIC ANNOUNCEMENT. By order of the Board of County Commissioners, Warren County, Ohio.

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOUR CORNERS COUNTY WATER & SEWER DISTRICT BOZEMAN, MONTANA RFQ#

BUCKSKIN SANITARY DISTRICT PUBLIC NOTICE FOR PROFESSIONAL ENGINEERING SERVICES

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

Request for Proposal. For Financial and Accounting Services

APPENDIX F COST ESTIMATE OF ALTERNATIVES

BIOSOLIDS MANAGEMENT

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS FOR FACILITY DESIGN SERVICES: CITY HALL & COUNCIL CHAMBERS RENOVATION & ADA COMPLIANCE PROJECT

QUARTER ANNUAL MEETING DATE: THURSDAY, APRIL 18, 2013 OF THE AT: SCRWWTP&DB AND DISPOSAL BOARD TIME: 5:00 P.M. A G E N D A

REQUEST FOR PROPOSALS

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

Request for Qualifications

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

CITY OF PETALUMA REQUEST FOR PROPOSALS

NAPA SANITATION DISTRICT Napa, California

LAKE WHATCOM WATER AND SEWER DISTRICT REQUEST FOR PROPOSALS RESERVOIR SEISMIC VULNERABILITY ASSESSMENT AUGUST 2015

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers:

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

REQUEST FOR PROPOSALS (RFP) for SMILAX-MIMOSA SEWER IMPROVEMENTS (CIP NO. 8301) May 1, 2018

COUNTY ADMINISTRATOR'S OFFICE M E M O R A N D U M

Request for Proposals. Asset Management Program Phase I. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

RULES OF THE TENNESSEE DEPARTMENT OF ENVIRONMENT AND CONSERVATION WATER RESOURCES DIVISION CHAPTER STATE REVOLVING FUND TABLE OF CONTENTS

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Santa Ana Unified School District

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

ESTERO MUNICIPAL IMPROVEMENT DISTRICT REQUEST FOR PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES

UPPER OCCOQUAN SERVICE AUTHORITY REQUEST FOR DESIGN-BUILD PROPOSAL S FOR IMPROVEMENTS TO BUILDING H/1, CONTRACT H/1

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSAL

TERMS OF REFERENCE FOR CONSULTING SERVICES FOR A STORMWATER FUNDING STUDY

A. All Responses to Request for Statements shall be sent to:

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

STAFF REPORT TO THE CITY COUNCIL. The Mayor and Members of the City Council

RENEWABLE WATER RESOURCES

SECTION NOTICE INVITING BIDS

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses

Professional Auditing Services

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

ORDINANCE ESTABLISHING STANDARDS FOR REDUCTION OF INFLOW AND INFILTRATION. January, Western Lake Superior Sanitary District Duluth, Minnesota

964 East Street, Suite 205 / PO Box 910 Pittsboro, NC WATER TREATMENT PLANT LAGOON BIOSOLIDS REMOVAL & DISOPSAL PROJECT

Water and Wastewater Utility Rates

June 6, 2016 RP ADDENDUM #3

REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755

CITY OF CHELAN. REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

MECKLENBURG COUNTY Land Use & Environmental Services Agency Solid Waste

(2) BOARD means the Colorado Water and Wastewater Facility Operators Certification Board or its designee.

REQUEST FOR PROPOSALS FOR ACCOUNTING AND FINANCIAL MANAGEMENT SERVICES FOR THE WEST CONTRA COSTA INTEGRATED WASTE MANAGEMENT AUTHORITY

REQUEST FOR PROPOSAL Indirect/Direct Potable Reuse Program Implementation Study Program Manager City of Escondido

INVITATION FOR STATEMENT OF QUALIFICATIONS

REQUEST FOR PROPOSALS #10652

CITY OF RIVIERA BEACH, FLORIDA UTILITY SPECIAL DISTRICT S SYSTEMS AND OPERATIONS FOR FISCAL YEAR ENDING SEPTEMBER 30, 2010.

BIDS MUST BE RECEIVED BEFORE 12:00 (NOON) ON BID OPENING DAY

ARTICLE 8: BASIC SERVICES

REQUEST FOR PROPOSALS

CITY OF ALHAMBRA UTILITIES DEPARTMENT SEWER SYSTEM MAINTENANCE PROGRAM (SSMP)

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

Request for Proposals Drainage Master Plan

Request for Qualifications (RFQ)

REQUEST FOR PROPOSAL FINANCIAL AUDITING SERVICES

COUNTY SANITATION. DISTRICTS OF LOS ANGELES COUNTY

GOOD PRACTICE IN PROJECT PREPARATION PUBLIC WATER UTILITIES

TITLE 18. ENVIRONMENTAL QUALITY CHAPTER 14. DEPARTMENT OF ENVIRONMENTAL QUALITY PERMIT AND COMPLIANCE FEES ARTICLE 1. WATER QUALITY PROTECTION FEES

FREDERICK COUNTY SANITATION AUTHORITY

2017 ENTERPRISE ASSET MANAGEMENT PLAN

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

City Council Report 915 I Street, 1 st Floor

CITY OF SIGNAL HILL SUBJECT: AUTHORIZE RELEASE OF REQUEST FOR PROPOSALS FOR ON- CALL ENGINEERING DESIGN SERVICES

REQUEST FOR PROPOSALS

Wastewater Utility Enterprise

New York State Public Service Commission

Transcription:

REQUEST FOR QUALIFICATIONS Design and Engineering Services for Preliminary and Primary Treatment Facilities San Mateo/EMID Wastewater Treatment Plant Clean Water Program May 28, 2015 Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design Request for Qualifications Design and Engineering Services for Preliminary and Primary Treatment Facilities The City of San Mateo (City) and the Estero Municipal Improvement District (EMID) are accepting Statements of Qualifications to select a qualified engineering consulting firm to provide professional engineering design services for the conceptual, preliminary and final design of new Preliminary and Primary Treatment Facilities at the San Mateo/EMID Wastewater Treatment Plant (WWTP). All questions regarding this Request for Qualifications (RFQ) shall be directed to Ben Wright, Contract Manager, Clean Water Program, at ben.wright@ch2m.com by June 25, 2015. The RFQ is available for viewing online at http://www.cityofsanmateo.org/bids.aspx. Statements of Qualifications shall be submitted by firms that have a capable and demonstrable background in the type of work described in Section II, SCOPE OF SERVICES, of this notice. In addition, all interested firms shall have sufficient, readily available resources in the form of trained personnel, support services, specialized Consultants, and financial resources to carry out the work without delay or shortcomings. Services required by this request for qualifications shall be performed under the responsible charge of a Project Manager with a minimum of 20 years of experience and who is a California Licensed Professional Engineer. The proposals shall be submitted to the Public Works Department, City of San Mateo, 330 West 20th Avenue, San Mateo, California, 94403, no later than: 4:30 p.m. on July 2, 2015 Each respondent shall submit ten (10) bound sets and one (1) electronic copy in PDF format on a CD/DVD of the proposal in accordance with Section III, PROPOSAL REQUIREMENTS. There will be a pre-submission meeting on June 5, 2015 at 10:00 am. The meeting will be held at the San Mateo/EMID WWTP, 2050 Detroit Drive, San Mateo, CA 94404. The purpose of this meeting is to answer questions regarding the project and give a site tour. Personal protective equipment is required for the tour, including hardhat, safety vest and appropriate shoes. Attendance at this meeting is not mandatory, but strongly encouraged. Page 2 of 9

City of San Mateo Request for Qualifications TABLE OF CONTENTS Preliminary and Primary Treatment Facilities Design PAGE I. INTRODUCTION..4 II. III. IV. SCOPE OF SERVICES.5 PROPOSAL REQUIREMENTS..5 CONSULTANT SELECTION PROCEDURE...7 V. ESTIMATED SCHEDULE FOR SELECTION..9 VI. VII. CONTACT PERSON.9 LATE PROPOSALS NOT CONSIDERED.9 ATTACHMENTS: A. Scope of Services B. City of San Mateo Public Works Department Standard Agreement for Professional Consultant Services Page 3 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design I. INTRODUCTION A. BACKGROUND The City of San Mateo (City) is currently under a Regional Water Quality Control Board (RWQCB) Cease and Desist Order (CDO) requiring improvements to its collection system and the San Mateo/EMID WWTP to eliminate sanitary sewer overflows and unauthorized discharges. The Clean Water Program has been established to upgrade aging infrastructure, enhance reliability and provide capacity for wet weather flows in the collection system and at the WWTP. Master plan efforts have identified improvements needed at the WWTP. The following improvements at the WWTP relating to preliminary and primary treatment include: Install a new preliminary treatment facility for screenings and grit removal, with odor control. Re-route flows from the influent junction box to the new preliminary treatment facility. Once the new facilities are operable, demolish the existing influent junction box. Install new primary treatment facilities with primary clarifiers, chemical facilities, sludge and scum conveyance to existing solids handling facilities, and odor control. Route flows from the new facilities to the existing secondary treatment system. Once the new facilities are operable, demolish existing Primary Clarifiers 1 through 4. Perform discipline work and address support systems relative to these main project elements. The primary role of the respondent will be to provide conceptual, preliminary, and final design services for the design and preparation of all necessary documents for the successful construction of selected preliminary and primary treatment facilities and related elements. Alternatives analyses for the selection of process configurations and equipment will be conducted as a part of this work to define the elements for detailed design. B. DOCUMENTS AVAILABLE FOR VIEWING The following supporting document is available for viewing online: Integrated Wastewater Master Plan. Carollo Engineers. Draft Final Report. October 2014. Available at http://www.cityofsanmateo.org/bids.aspx. C. ADDENDA Responses to inquiries that materially change the intent of this RFQ will be issued via addenda and posted to the San Mateo website http://www.cityofsanmateo.org/bids.aspx. Oral clarifications shall be non-binding. The City will not notify respondents of addenda; it is the responsibility of respondents to check the website for all issued addenda. Failure to include acknowledgement of all addenda may be cause for rejection of the proposal. Page 4 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design II. SCOPE OF SERVICES The Scope of Work shall include all items set forth in Attachment A, which is an integral part of this Request for Qualifications. The design, and fee negotiations, will be executed in two phases: Phase 1: Conceptual Planning, with General Design Services Phase 2: Preliminary Design Services, Final Design Services, and Bid Phase Services, with General Design Services III. PROPOSAL REQUIREMENTS The City requests that the respondent submit a concise proposal clearly addressing all of the requirements outlined in the RFQ. Respondent shall submit ten (10) bound sets, with front and back covers, and one (1) electronic copy in PDF format on a CD/DVD of its proposal containing 8-1/2 x 11 sheet sizes for the text and 11 x 17 sheet sizes for any fold-out drawings. The proposal will have a page limit set at 15 pages (single-sided); the page limitation does not include the front and back covers, cover letter, and resumes. Submissions failing to comply with the page limitation will be considered non-responsive to the submittal requirements and disqualified from the selection process. Submission shall be provided in a sealed envelope with the following clearly labeled on the outside: the name of the respondent and title of the RFQ. Proposals shall remain effective for ninety (90) days beyond the submittal date. The proposal must include, at a minimum, the following information: A. COVER LETTER 1. An introductory letter prepared on company letterhead of the lead respondent. Letter shall include the following information for the principal contact person authorized to commit the respondent to a contractual agreement: name of the individual, address, email and phone number. The letter shall also identify the city and state of the company s corporate headquarters. 2. An expression of the firm s interest in being selected for the proposed work. 3. Pertinent characteristics that differentiate the respondent in its ability to perform the proposed work. 4. A statement confirming the commitment of key personnel identified in the submittal to the extent necessary to meet the City s quality and schedule expectations. 5. Acknowledgement of addenda. 6. A statement regarding agreement, or exception, to the terms contained in the Standard Agreement for Professional Consultant Services. B. FIRM QUALIFICATIONS 1. The firm(s) and proposed team s experience and history in the last five years of Page 5 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design performing this type of work on similar projects (including similar size, siting constraints and operating constraints), including the Consultant s ability to provide services based on an aggressive timeline. Include references of three persons, firms, or agencies that the City may contact to verify the experience of the Consultant. This list should include: Name of Client Location (City and State) Duration of project Respondent s and proposed team s role in project Reference contact information C. STAFF AND PROJECT ORGANIZATION 1. A table of organization setting forth the positions, functions, and roles to be performed by key staff and subconsultants. 2. The Project Manager s experience and history in performing this type of work on similar projects. Include references of three persons, firms or agencies that the City may contact to verify the experience of the Project Manager. 3. A statement of qualifications and experience for each engineer and architect proposed to perform work on this contract. Firms must be able to provide sufficient staffing with qualified individuals throughout the contract. Show time commitment on this project and California licensing for all staff. 4. Provide a resume of not more than two (2) pages per person on the capabilities, experience and qualifications of each team member. Resumes should include the team member s name, title, education, brief overview of professional experience and licenses. D. DEMONSTRATED UNDERSTANDING OF PROJECT REQUIREMENTS 1. A summary of the Consultant s understanding of the contract requirements as a whole and the unique capabilities to perform the services required. E. DEFINED SCOPE AND APPROACH 1. Provide a thorough discussion revealing the Consultant s approach to planning and the performance of its engineering design services. Approach should demonstrate the Consultant s understanding of the indicated scope of work. 2. Provide a project delivery plan, including a critical path method project schedule that uses a realistic work breakdown structure with schedules, durations and linkages. Identify all field investigation or exploratory work to be performed. Assume 5 working days for City review of all minor deliverables and 10 working days for City review of all major deliverables. 3. Provide a brief description of in-place proposed quality assurance/quality control practices applicable for this project. Page 6 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design F. OTHER 1. An identification of any modifications to the attached Agreement for Professional Consultant Services (Attachment B) the Consultant would require prior to entering into an agreement with the City. The City may consider proposed changes and negotiate terms or conditions if deemed in the interest of the City. However, the City reserves the right to reject any proposal that takes exceptions or proposes alternate language that is unacceptable to the City. IV. CONSULTANT SELECTION PROCEDURE A. EVALUATION CRITERIA Proposals received by the City will be reviewed by the Selection Committee, which will make the final selection based on the following criteria and corresponding weighting: Firm Qualifications: Technical experience in performing work of a closely similar nature, experience working with public agencies, record of completing work on schedule, strength and stability of the firm, and local capacity to deliver. (35%) Staff and Project Organization: Qualifications of project staff, key personnel s level of involvement in performing related work, logic of project organization, adequacy of labor commitment and restriction on changes in key personnel. (30%) Demonstrated Understanding of the Project Requirements: Familiarity with available construction methods limitations and benefits, and recognition of potential project challenges. (20%) Defined Scope and Approach: Appropriate task and deliverables in scope of work. The proposed work breakdown structure and schedule is responsive and realistic. (15%) An oral interview with up to three of the firms submitting Statements of Qualifications will be held after written submittals have been received by the City. The City will schedule the time and place for the interview. Each respondent should be prepared to clarify and elaborate on the details set forth in its proposal, as well as respond to specific questions that will be issued prior to the interview. Interviews will be held and scored at 100 maximum points using the same general criteria as outlined above for the RFQ. The total score for the written proposals will be added to the total score for the interview to arrive at a final score to determine the highest ranked firm. Sixty (60) minutes will be allowed for the oral interview, including the questionand-answer period. The Project Manager must lead the presentation before the Selection Committee. The tentative interview date is listed in Section V. Page 7 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design B. EVALUATION PROCEDURE The Selection Committee will review the statements submitted, establish a list of finalists based on pre-established review criteria, interview the finalist firms, and determine the successful respondent. The individual or composite rating and evaluation forms prepared by the Selection Committee will not be revealed. C. AWARD The successful respondent will be asked to enter into a contract with the City reflecting the terms and conditions of the proposal plus the City's standard professional services agreement requirements. A copy of the City of San Mateo Public Works Department Standard Agreement for Professional Consultant Services is provided in Attachment B. The City will negotiate for these services. The City reserves the right to modify the scope of work. If agreement cannot be reached with the highest ranked recommended firm, the City will enter into negotiations with the next highest ranked firm or firms or reject all proposals. The City reserves the right to end, in its sole discretion, negotiations at any time with and/or all Consultants. Following the successful negotiation of fees, a contract will be issued to the selected firm. After successful negotiations and issuance of a contract, the City will make an award recommendation to Council. Selection of Consultant shall be at the discretion of the City, who reserves the right to reject any or all qualification statements. The City plans to execute contracts for services under the Clean Water Program that are based on cost plus a fixed fee. Appropriate, audited consultant overheads, salaries and other costs will be used as the basis for compensation. This RFQ does not commit the City to pay any costs incurred in the preparation, presentation or return of submittal including interview time. Page 8 of 9

City of San Mateo Request for Qualifications Preliminary and Primary Treatment Facilities Design V. ESTIMATED SCHEDULE FOR SELECTION The following project timeline is provided for your scheduling information; however, it is subject to change at the discretion of the City. Project Benchmarks Date (No Later Than) Request for Qualifications Available May 28, 2015 Pre-submission Meeting June 5, 2015 Statement Due at the City July 2, 2015 Consultant Short List July 9, 2015 Consultant Interview July 17, 2015 Consultant Selection July 20, 2015 Consultant Negotiations - Phase 1 July 21 to August 6, 2015 Council Meeting - Award Contract September 8, 2015 Notice to Proceed October 2015 VI. CONTACT PERSON Prospective respondents may contact Ben Wright, the City s Contract Manager, Clean Water Program, for further information regarding contractual questions for this RFQ. Deadline for inquiries is June 25, 2015. Responses to inquiries will be provided within 5 days. All requests for interpretation or questions must be sent in writing and must clearly include the subject line RFQ: Preliminary and Primary Treatment Facilities Design. Inquiries and written correspondence may be directed to: BEN WRIGHT CONTRACT MANAGER CLEAN WATER PROGRAM PUBLIC WORKS DEPARTMENT CITY OF SAN MATEO 330 WEST 20th AVENUE SAN MATEO, CA 94403 ben.wright@ch2m.com VII. LATE PROPOSALS NOT CONSIDERED Proposals must be received by the time specified at the address listed above. Any proposals received after the deadline will not be considered. Page 9 of 9

May 28, 2015 ATTACHMENT A SCOPE OF SERVICES Preliminary and Primary Treatment Facilities Job No. 469984-46000-0552 Page 1 of 20

I. INTRODUCTION PURPOSE Provide professional engineering services for design and preparation of all necessary documents for the successful construction of the project described herein. II. BACKGROUND AND GENERAL PROJECT DESCRIPTION BACKGROUND The San Mateo/Estero Municipal Improvement District Wastewater Treatment Plant (WWTP) is jointly owned by the City of San Mateo and the City of Foster City Estero Municipal Improvement District and is operated by the City of San Mateo. The plant is located at 2050 Detroit Drive, San Mateo, CA 94404 and treats residential, commercial and industrial wastewater from a service area including the City of San Mateo, City of Foster City, the Town of Hillsborough and parts of the City of Belmont and unincorporated San Mateo County. The plant provides secondary and advanced secondary treatment and is rated for an average dry weather flow (ADWF) of 15.7 million gallons per day (mgd) and a peak wet weather flow (PWWF) of 40 mgd for secondary treatment. The treatment process consists of primary sedimentation, secondary biological treatment with final clarification, disinfection, and dechlorination. Pressure filters are operated as necessary to comply with effluent limitations. Treated effluent is pumped to a deep water channel in the lower San Francisco Bay via a submerged outfall equipped with a multiport diffuser. Preliminary treatment (screenings and grit removal) of the influent wastewater is not currently practiced; sludge screens currently remove screenings and grit from the primary sludge. Primary sludge is thickened via a gravity thickener and waste activated sludge is thickened via dissolved air flotation. The thickened sludge is anaerobically digested in two digesters and subsequently dewatered with a centrifuge. Off-site disposal of biosolids in a landfill is performed by a third party. Centrate from solids processing is returned to the beginning of the liquid stream treatment process. Extended flows in excess of 40 mgd are currently diverted around the secondary treatment system to the disinfection facility to prevent microbial washout. The collection system experiences significant stormwater inflow and infiltration (I/I), resulting in high influent flows to the plant under peak wet weather conditions. The outfall capacity is established as 60 mgd, limiting the maximum discharge flows from the plant under wet weather events. The City of San Mateo is under a Cease and Desist Order (CDO) that mandates the elimination of sanitary sewer overflows or unauthorized discharges from the WWTP. The Clean Water Program has been established to upgrade aging infrastructure, enhance reliability and provide capacity for wet weather flows in the collection system and at the WWTP. The City is seeking Statements of Qualifications from qualified firms to provide professional design engineer services for the design and preparation of all necessary documents for construction of the following main project elements at the WWTP: Install a new preliminary treatment facility with screenings and grit removal and odor control. Page 2 of 20

Re-route existing influent force mains from the influent junction box to the new preliminary treatment facility. Identify operational impacts and required modifications for affected collection system pump stations due to revised plant hydraulic profile. Demolish the influent junction box once the new preliminary treatment facility is operational. Install new primary treatment facilities with primary clarifiers, chemical facilities (ferric chloride and polymer) and odor control. Route primary sludge and primary scum to the existing solids handling facilities. Route conveyance of primary effluent to the existing secondary treatment system. Demolish existing Primary Clarifiers 1 through 4 once the new primary treatment facilities are operational. Perform miscellaneous discipline work and address support systems relative to the main project elements, including but not limited to civil site development, architectural theme, stormwater management, plant drain management, mitigation of off-site impacts and support systems. Develop Maintenance of Plant Operation strategies to allow for smooth transition from existing to new facilities. Refer to Exhibit 1 for the San Mateo/EMID Wastewater Treatment Plant Site Plan. Year 2035 influent flows have been estimated as shown below. These flows shall be confirmed by the Consultant. Parameter Permit Year 2035 Design Average Dry Weather Flow (mgd) 15.7 15.7 Average Day Maximum Month Flow (mgd) -- 21 Peak Wet Weather Flow (mgd) 1 -- 78 Peak Preliminary Treatment Capacity (mgd) -- 78 Peak Primary Treatment Capacity (mgd) -- 60 Peak Secondary Treatment Capacity (mgd) 40 40 or 60 2 Outfall Capacity (mgd) 60 60 1. Assumes In-System Storage, with reduced flow to the WWTP. 2. Contingent on process train selection; to be outlined in the Facility Plan. GENERAL DESCRIPTION 1. As part of the Clean Water Program, the City is currently developing Design Standards and Guidelines for all projects executed under the Clean Water Program. The Consultant shall refer to and adhere to the requirements of the Design Standards and Guidelines in the delivery of the project. Documents relevant to the work being undertaken will be made available to the Consultant prior to fee negotiations for the applicable work. 2. As part of the Clean Water Program, the City is currently developing a Facility Plan for the WWTP. This document will be made available to the Consultant at Notice to Proceed for use in delivering the project. 3. The services being furnished during the life of this Contact shall be performed under the Page 3 of 20

responsible change of a Project Manager with a minimum of 20 years of experience and who is a California Licensed Professional Engineer. The specific services being furnished during the life of this Contract shall be rendered by Engineers registered to practice in their particular field of endeavor within the State of California. 4. Fee negotiations shall be conducted in two phases. The first negotiation shall cover work for Conceptual Planning and applicable General Design Services. The second negotiation shall cover work for Preliminary Design, Final Design, Bid Phase Services and General Design Services. 5. The City may elect to use State Revolving Fund currency for the construction of the project elements designed herein. The Consultant shall have experience with the requirements of this program and applicability to the design. 6. The City may retain the services of the Consultant during the Construction Phase of the project to perform submittal review and address requests for information. The City will negotiate the Scope of Work and not to exceed total fee with the Consultant at the end of Final Design as appropriate. BACKGROUND DOCUMENTS A list of background documents for the WWTP is set forth in the following table. Proposers are advised that the background documents have been prepared in the course of the City s development of this and other projects and may not be consistent with the City s goals and objectives for the Project as set forth in this RFQ. Name Prepared By Approximate Completion Date Integrated Wastewater Master Plan Carollo October 2014 (Draft) Corporation Yard Master Plan Dreyfuss & October 2013 Plans for the Construction of Sludge Hopper Improvements Project, Contract No. 469939 Volume 2 - Drawing for the Construction of WWTP Dewatering Facility Improvements, Contract No. 90-7836-IIb Construction Drawings for Water Quality Expansion, Contract No. 90-9780-03 Main Plant Expansion Geotechnical Investigation for San Mateo Water Quality Control Plant Proposed Expansion Plans for the Construction of Subregional Wastewater Works Improvements, Unit No. 1 - San Mateo Facilities (Parts 1, 2 and 3) Blackford Whitley Burchett & Associates (Final Draft) September 2012 MWH August 2003 CWC-HDR Inc. Kaldveer Associates Jenk & Adamson May 1992 May 1990 1976 Page 4 of 20

III. PROJECT SCHEDULE The following is the City s proposed schedule for this project: Major Milestone Date Phase 1 Negotiations (Conceptual Planning) July/August 2015 Design Consultant Notice to Proceed October 2015 Phase 2 Negotiations (Preliminary and Final Design) December 2015/January 2016 Conceptual Planning Complete January 2016 30% Design Complete April 2016 60% Design Complete August 2016 90% Design Complete November 2016 Final Design Complete February 2017 Advertise for Bid March 2017 Construction Start June 2017 Construction Complete May 2020 The Consultant shall prepare a detailed project schedule that demonstrates compliance with the target date for Design Phase completion. The Consultant shall make it known to the City if there is disagreement with this timeline. IV. PROJECT IMPLEMENTATION The Consultant shall provide engineering services for all Project Elements listed in Section II of this Scope of Services for the following tasks: General Design Services Conceptual Planning Preliminary Design o 30% Design Final Design o 60% Design o 90% Design o 100% Design Bid Phase Services Typical tasks that are required of the Consultant under these categories are detailed in the following sections. Throughout the design of this project, the Consultant shall submit deliverables for review and approval by the City and other governing agencies as required. A preliminary listing of proposed deliverables has been provided in this Scope of Services and shall be finalized during contract and fee negotiations. Page 5 of 20

All drawings shall be drawn using AutoCAD. The Consultant shall use three-dimensional (3D) models for buildings and treatment structures to facilitate review of concepts with the City. The City reserves the right to discontinue, alter, or postpone services at any time. TASK 1 GENERAL DESIGN SERVICES General Design Services include tasks that will be performed by the Consultant throughout the project. These services include: Project management Risk management Workshops and meetings Quality control Management of Subconsultants Coordination with other projects Permitting Further information regarding expectations for these services will be issued as a separate program standard in the Design Standards and Guidelines, prior to the first phase negotiations for Conceptual Planning. Task 1.1 Project Management Task 1.1.1 General Management Consultant shall be responsible for detailed management of the project, including the Subconsultants, and shall keep the City appraised of the status of the project. Consultant shall provide the key management personnel as described in their proposal on this project. Consultant shall not reassign the key project personnel without prior approval of the City per the Standard Agreement for Professional Consultant Services. Consultant shall conduct monthly project meetings with the City to review the Consultant Project Manager s report and the status of the project scope, schedule, budget and any issues which may affect completion of the project. Meetings should be arranged so that the monthly progress report and invoice can be submitted at each meeting. Acceptance of the monthly progress report and invoice at this meeting is not mandatory; the City has up to five (5) workdays to review and approve the submittal. Other meetings shall be scheduled on an as needed basis. Task 1.1.2 Work Breakdown Structure (WBS) The Consultant shall prepare and submit a project work breakdown structure (WBS), which includes a matrix indicating the budget amounts and man-hours for each task. The approved WBS shall form the basis for reporting the status of each task in the monthly progress report and project invoice. Task 1.1.3 Progress Report The Consultant shall prepare and submit monthly progress reports that include a narrative of the work completed by task, project decision log, upcoming work, project issues, budget and schedule status, percent complete, cost to complete, potential scope or budget changes, and other important project information. Page 6 of 20

Task 1.1.4 Project Invoices The Consultant shall prepare and submit monthly invoices that document the man-hours and billing rates for staff for each task in the WBS, as well as overhead, profit and any direct costs. The current and previous billing period invoicing, as well as a summary of the budget spent, remaining and cost to complete shall be included. The monthly progress report and project schedule shall be submitted with the project invoice as part of the monthly request for payment. Task 1.1.5 Project Schedule The Consultant shall create a detailed project schedule using a Critical Path Method (CPM) approved by the City, demonstrating how the Consultant will meet the target date for completion of the Design Phase. The City currently uses Primavera Project Planner (P6) for this purpose. The Consultant shall define major and/or critical project activities, including sufficient time for City, regulatory and permitting review. The schedule shall be cost and resource loaded and capable of calculating earned value. The schedule shall expand upon the City s overall project schedule. At a minimum, the schedule shall indicate the following: Project start date and finish date for each activity Each project task and subtask in the WBS with established relationships Milestones for each task Project submittal dates Submittal dates for each deliverable Meeting and workshop dates City review periods Physical percent complete for each activity in the WBS and percent complete by Phase Consultant shall maintain the project schedule on a monthly basis. Task 1.1.6 Progress Schedule The Consultant shall prepare a cost loaded project schedule in significant detail to calculate a monthly earned value of work performed. The selection of tasks and task durations shall be approved by the City. The Consultant shall prepare a planned value curve for the Project. Prior to invoice submittal the Consultant and the Project Team will evaluate the percent complete for each activity worked on during the billing period. The Project Team will calculate the earned value for the month. The earned value will be compared to the planned value and the actual invoice value for the month. The Consultant will need to justify any requests for monies over the planned value and explain how the overall budget will be met over the life of the project. Task 1.2 Risk Management Consultant shall participate in the development of a Risk Management Plan. This participation shall include attendance at City meetings in order to identify and mitigate potential risk to the project. Meetings shall be conducted within one month after Notice to Proceed and within two weeks after each major Design Submittal (including the Final Design submittal). Task 1.3 Workshops and Meetings Consultant shall prepare and submit an agenda and meeting minutes for each formal meeting or workshop to the City. Task 1.3.1 Kickoff Meeting A project kick-off meeting shall be held with the City staff to introduce principal members of City Page 7 of 20

and Consultant s teams. The discussion topics shall include: City responsibilities, Consultant s responsibilities, invoice procedures, personnel badges, parking, site access, Consultant s Scope of Work, detailed project schedule with milestones, Work Breakdown Structure requirements, and City confined space and other safety policy training. Consultant shall also establish contact with the City Project Team participating in this project. Consultant shall work in partnership with the Project Team, which shall provide the information and input the Consultant shall use to perform the engineering services per the Scope of Work. Task 1.3.2 Project Chartering Session A project chartering session shall be held with City staff to identify stakeholders, roles and responsibilities of project participants, key goals and requirements, operating guidelines, project review and decision making processes, and critical success factors that will be used throughout the project to facilitate achieving team consensus at each design phase. Task 1.3.3 Workshops and Focused Meetings Consultant shall hold meetings and workshops throughout the project to keep the City appraised of the job, review work-in-progress, share information, discuss project submittals, present findings of technical analyses, receive and resolve comments, and obtain decisions and direction by City staff. For the conceptual, 30%, 60%, 90% and 100% Design submittals, the Consultant shall conduct a review meeting with City staff where the submittals are presented to the City and it is demonstrated that previous City comments were addressed in the submittal. The City shall be able to provide new comments to the Consultant. The City review period is typically two (2) weeks for each major submittal. At the end of the review period, Consultant shall meet with City staff to receive and review City comments. Final adjudication of comments shall be documented. Consultant shall keep an ongoing record of decisions made on the project in a Decision Log and shall submit a copy of the updated Decision Log with each monthly Progress Report. Task 1.3.4 Quarterly Program Projects Meeting The Consultant shall attend a quarterly Program projects meeting. The purpose of this meeting is to provide coordination and status updates of all design and construction projects in progress for the Program. The meeting will be conducted by the City. Task 1.4 Quality Control The Consultant shall develop a Quality Assurance/Quality Control (QA/QC) Plan for implementation of the Scope of Work. The Consultant s QA/QC Plan shall be reviewed and approved by the City Project Manager and shall include or reference all the controls necessary for implementation. Submittals that contain gross deficiencies or errors requiring a significant amount of the City staff time for checking shall be returned without review until the City is satisfied that a thorough Consultant s review, checking and correction for coherence, consistency, spelling, etc. has been performed. Task 1.5 Management of Subconsultants If Consultant requires the services of any Subconsultants, then the Consultant shall include a list of them in the proposal, explain why they are needed, and provide a general description of their effort. Consultant shall manage the activities of Subconsultants. Page 8 of 20

Task 1.5.1 Survey Subconsultant Consultant shall secure the services of a Subconsultant to conduct field and aerial surveys as required. Topographic information used on the construction plans shall be generated from a field survey and an aerial mapping process. The City will not provide the aerial survey information to the Consultant for use on the project. As part of Phase 2 negotiations, Consultant shall prepare the scope of work for field and aerial surveys required for all applicable Project Elements of the project Scope of Work. The field survey shall be used to establish both horizontal and vertical alignment of the facilities and shall note all survey monuments, topographic features, property lines, and elevations. A detailed description of the survey requirements and documentation will be provided in the Design Standards and Guidelines. The survey shall be completed before proceeding to detailed design. Consultant shall identify a survey Subconsultant with the response to this RFQ. Task 1.5.2 Geotechnical Subconsultant Consultant shall secure the services of a qualified Geotechnical Engineering firm to perform a geotechnical investigation that will include an evaluation of the existing solids with potential mitigation requirements where necessary and a determination of cathodic protection requirements. The geotechnical services shall include soil borings necessary to observe, test, classify soils and monitor groundwater. The number and spacing of borings shall be based on the geotechnical professional s interpretation of needs and recommendation. Soil samples for testing shall be collected as needed based upon Consultant s professional judgement. The firm shall prepare a Geotechnical Report that addresses geotechnical concerns for all applicable Project Elements of the project Scope of Work. The report shall address, but not be limited to, protection of City facilities during an earthquake, soil contamination, groundwater presence, ground water levels, groundwater contamination, construction dewatering, pipe bedding requirements, trench shoring requirements, settlement potential, excavatibility of soils, location of rock, backfill suitability and backfill compaction. The report shall provide soil boring locations plotted on a map and a complete log of the soil profiles. The report shall describe and categorize the soil types and identify potential for off-site disposal locations. Consultant shall be responsible for establishing the actual scope of work for the report. The report shall emphasize specific construction concerns and concerns regarding the integrity of pipelines, pavement and structures. The report shall address in detail the excavation impact of the proposed work on all existing utility trenches in the vicinity of the proposed project. The report shall also focus on the potential collapse of the earth prism located between existing parallel utilities and the trench excavated for any proposed utility installation. The investigation and report shall be completed before proceeding to detailed design. The report shall make recommendations regarding the design of the facilities and provisions to be included in the construction specifications. Consultant shall identify a geotechnical Subconsultant with the response to this RFQ. Page 9 of 20

Task 1.6 Coordination with Other Projects The project shall be a complete and fully functional facility that is integrated with existing facilities and coordinated with other construction projects. At a minimum, the Consultant must coordinate the project with the following in-progress City projects: Primary Clarifier No. 4 Rehabilitation Plant Control System Project Solids Improvements WWTP Digester Gas to Compressed Natural Gas Infrastructure and Vehicle Fueling System Project Secondary Clarifier Rehabilitation Cake Hopper Improvements It is expected that additional projects at the WWTP shall be initiated during the length of this contract. Task 1.7 Permitting For all applicable Project Elements of this Scope of Work, Consultant shall provide contract documents, which ensure that facility features and performance and construction procedures comply with all conditions of existing permits and permits required to construct this project. Construction drawings, specifications and supplemental drawings shall be prepared, as necessary in the format required to obtain all permits. Consultant shall assist the City in obtaining permits. This assistance shall include completing applications, preparing supporting documentation for the permit applications as required by the issuing agency, furnishing the required number of copies of all construction drawings and exhibits and attending meetings with permitting agencies at the request of the City. Consultant shall submit all supporting documentation in a timely fashion for all permits required for this project. City staff shall execute all applications. All permit fees shall be paid directly by the City and shall not be deemed part of Consultant s fee. TASK 2 CONCEPTUAL PLANNING The purpose of the Conceptual Planning phase is to perform alternatives analyses to identify the process technologies and design criteria to be incorporated into the design, as well as to establish conceptual layouts and cost of the work. The deliverable from this phase will be a series of Technical Memoranda that will be incorporated into a Conceptual Planning report, with an Executive Summary. This report will be used to define the project for preliminary and final design and will need to complement ultimate build-out planning, as well as meet the needs of the City with respect to treatment goals, operability, reliability, quality and cost. Pertinent data shall be collected through site visits, meetings and records collection. Periodic meetings shall be conducted as needed with the City, by the Consultant, to gather pertinent data, understand City needs and requirements, collect input and coordinate performance of the work. The Consultant shall also hold meetings with the City to review the findings and recommendations of each draft Technical Memorandum. The City review period shall be two (2) weeks for each memorandum. The Consultant shall address any City comments prior to finalizing all documents within the Conceptual Planning Report. Page 10 of 20

Further information regarding expectations for this deliverable will be issued as a separate program standard in the Design Standards and Guidelines, prior to the first phase negotiations for Conceptual Planning. The following tasks and Technical Memoranda (TM) are required at a minimum: Task 2.1 Basis of Design (TM 1) Define the flows and loadings (influent and recycle) and effluent quality objectives and performance goals for the WWTP. A mass balance shall be developed. Task 2.2 Hydraulics and Flow Conveyance (TM 2) Define the plant hydraulics and flow conveyance resulting from proposed additions and modifications to the San Mateo/EMID WWTP by performing a preliminary hydraulic analysis. Verify the hydraulics of the pump stations and force mains that will be impacted by a new hydraulic profile at the WWTP. At a minimum, these include the Dale Avenue, Mariners Island #1, Mariners Island #2, and Flint Pump Stations. Flow measurement for the new treatment facilities shall be addressed. Task 2.3 New Preliminary Treatment Facility (TM 3) Prepare alternatives analyses, process flow descriptions, process loading, design criteria, operational strategies and physical layouts to finalize selection of a new preliminary treatment facility for screenings and grit removal of raw wastewater. Business Case Evaluations shall be prepared to evaluate alternatives. The adoption of alternatives selected by the project team will be used as the basis for Preliminary Design. Examine and finalize the following items identified in the 20-year planning horizon: Preliminary treatment system capacity requirements o Consider design flows and conveyance of peak wet weather flows of 78 mgd to the WWTP, based on equalization storage in the collection system. Space shall be reserved for on-site equalization after preliminary treatment to deliver peak wet weather flows of 60 mgd to the primary treatment facilities. On-site storage at the WWTP for this scenario has been estimated at 4 million gallons. Screenings removal technology o Establish process loading and design criteria. o Evaluate a minimum of two technologies for screenings removal from raw wastewater. Evaluation shall address options for washing, dewatering, and materials handling. Grit removal technology o Establish process loading and design criteria. o Evaluate a minimum of two technologies for grit removal from raw wastewater. Evaluation shall address options for washing, dewatering and materials handling. Configuration o Evaluate the use of a building or locating the facility outside. Location of preliminary treatment facility o Finalize the footprint and location of the new facility at the Detroit Drive property, Page 11 of 20

adjacent to the WWTP. Develop conceptual layouts. o Identify corridors for the conveyance of raw wastewater from the collection system pumps stations to the new preliminary treatment facility. Consider Maintenance of Plant Operation requirements for the transition of flow from the existing influent junction structure to the new preliminary treatment facility. o Identify corridors for necessary utilities. Design of a new equalization storage facility and new secondary treatment facilities at the WWTP is not part of this project, but shall be considered in conceptual space planning. The City will provide requirements for these facilities in the Facility Plan, which will be completed prior to Notice to Proceed. Task 2.4 New Primary Treatment Facility (TM 4) Prepare alternatives analyses, process flow descriptions, process loading, design criteria, operational strategies and physical layouts to finalize selection of a new primary treatment facility for removal of settleable and floatable solids from the screened and degritted wastewater. Business Case Evaluations shall be prepared to evaluate alternatives. The adoption of alternatives selected by the project team will be used as the basis for Preliminary Design. Examine and finalize the following items identified in the 20-year planning horizon: Primary treatment system capacity requirements o Consider design flows and conveyance of peak wet weather flows of 60 mgd, with equalization storage in the collection system and prior to primary treatment. Onsite storage at the WWTP for this scenario has been estimated at 4 million gallons. Primary treatment performance goals and process loadings o Establish process loading, performance goals and design criteria. o Establish primary sludge production and primary scum production. Verify solids loadings can be accommodated by the existing capacity of the gravity thickener, used for primary sludge thickening, and the anaerobic digesters. Verify scum loadings can be accommodated by the anaerobic digesters. Primary treatment process alternatives Evaluate the two process alternatives under consideration for primary treatment. o Alternative 1 Conventional Primary Treatment. Scenario shall evaluate conventional primary treatment. o Alternative 2 Biological-Chemically Enhanced Primary Treatment. Scenario shall evaluate chemical addition, return of waste activated sludge to the primary clarifier and conveyance of primary effluent flow in excess of the secondary treatment capacity to the secondary effluent during wet weather events. This mode of operation would be initiated when the primary influent flow reaches a certain peak flow; normal operation would be conventional primary treatment. Primary sedimentation basin configuration o Evaluate rectangular and circular primary sedimentation basins. o Evaluate basin appurtenances for efficient primary settling. Page 12 of 20

Primary sludge pumping selection o Evaluate technologies for primary sludge pumping. o Evaluate conveyance of primary sludge to the existing gravity thickener. Primary scum pumping selection and processing o Evaluate a minimum of two technologies for primary scum pumping. o Evaluate conveyance of primary scum to the anaerobic digesters. Chemical storage and feed facility o Analysis shall consider the storage and feed of polymer and ferric chloride during wet weather events. o Evaluate a minimum of two technologies for chemical feed. o Establish design criteria and conceptual layout. Location of primary treatment facility and chemical storage and feed facility o Finalize the footprint and location of the new facilities at the Detroit Drive property, adjacent to the WWTP. Develop conceptual layouts. o Identify corridors for the conveyance of primary effluent to the existing aeration basins, and secondary effluent during wet weather events. Consider Maintenance of Plant Operation requirements for transition of flow from the existing primary sedimentation basins to the new primary treatment facility. o Identify corridors for the conveyance of primary sludge and primary scum to the existing solids handling facilities. o Identify corridors for necessary utilities. Task 2.5 Odor Control System (TM 5) The preliminary and primary treatment facilities shall be covered and ducted for the collection and conveyance of foul air to an odor control system. Prepare alternatives analyses, process flow descriptions, process loading, design criteria, operational strategies and physical layouts to finalize selection of a new odor control system facility. Business Case Evaluations shall be prepared to evaluate alternatives. The adoption of alternatives selected by the project team will be used as the basis for Preliminary Design. Examine and finalize the following items identified in the 20-year planning horizon: Process loading and design criteria o Identify influent hydrogen sulfide concentrations, air changes per hour and total airflow rates. Odor control performance goals o Identify regulatory requirements. o Establish project odor control criteria. Odor control technology selection o Evaluate a minimum of three technologies for odor control. Identify odor control cover options. Page 13 of 20

Location of odor control system o Finalize the footprint and location of the new facility at the Detroit Drive property, adjacent to the WWTP. Develop conceptual layouts. Task 2.6 Site Development (TM 6) Parcel confirmation o Confirm with the County assessor the boundaries of the property owned by the City at the WWTP site. Site circulation o Evaluate revised security and site circulation with addition of new treatment facilities outside of the current WWTP site boundary. Access to the adjacent businesses shall be accommodated. Architectural theme o Establish an architectural theme for process buildings and shade structures. Task 2.7 Instrumentation and Process Control (TM 7) Define the general concepts for instrumentation and process control for the new project elements, considering integration into the existing WWTP process facilities. Concepts shall include: Level of control Equipment interface System interface Types of alarms Equipment tagging, displays and control logic Interface to existing control system Task 2.8 Electrical Facilities (TM 8) Define the general concepts for the power supply and distribution for the new project elements, considering integration into the existing WWTP process facilities. Concepts shall include: Main substation Main plant distribution switchgear Plant power distribution Standby power requirements Power and electrical system additions Task 2.9 Conceptual Construction Cost Estimate (TM 9) Prepare a conceptual construction cost estimate. TASK 3 PRELIMINARY DESIGN Alternatives selected during the Conceptual Planning phase shall be used as the basis for Preliminary Design. The intent is for all significant equipment decisions to be made before the start of Final Design. At the end of Preliminary Design, major design elements should be fixed Page 14 of 20

and major equipment, building footprints, major structural elements and process pipelines should be well defined and established. The extent of the design and the number and type of drawings should also be established. Further information regarding expectations for design deliverables will be issued as a separate program standard in the Design Standards and Guidelines, prior to the second phase negotiations for Preliminary Design, Final Design and Bid Phase Services. Preliminary Design includes the following main elements: Preliminary Design Services and General Design Services. Task 3.1 Preliminary Design Report (PDR) The PDR shall consist of a series of technical memoranda that document the preliminary design of the proposed facilities and a separate package that includes all drawings associated with the PDR. The technical memoranda shall be prepared and submitted to the City for review as they are completed and subsequently discussed in detail through a series of review meetings and workshops. Written comments provided by the City during the meetings and workshops shall be incorporated into the draft memoranda and combined to form a Draft PDR that shall be submitted to the City and circulated to the permitting agencies for review as required. Consultant shall respond to all comments in writing and incorporate all comments into the final memoranda as applicable. City comments on the Draft PDR shall be incorporated into a Final PDR for submission to the City. Sample contents of the PDR include: 1. Design Parameters Basis of design for all disciplines. Building codes and regulations. Permit requirements. Utility requirements. Ventilation requirements in accordance with NFPA 820. Design safety requirements. Galvanic Protection requirements. Piping materials and valve selection lists. Seismic design criteria based on geotechnical information. Facility and equipment reliability and redundancy. 2. Process Design Basis Process design criteria for process facilities. 3. Plant Hydraulics Prepare hydraulic calculations and update the hydraulic profile for the hydraulic structures within the WWTP. Prepare hydraulic calculations for all water and sludge conveyance systems. 4. Site Civil Site design basis, including survey, land ownership/use restrictions, and geotechnical report. Site plan development o Develop layout for proposed buildings, structures, roads and major utility corridors. o Identify site development constraints. Page 15 of 20

o Establish vehicular access requirements. Yard piping/utilities. Stormwater management and erosion control. 5. Instrumentation and Control Preliminary process and instrumentation drawings (P&IDs). Process control narratives. Preliminary network block diagrams. Tag numbering system, following City tagging procedures. 6. Architecture Preliminary building sizes and elevations. Program analysis for materials. 7. Structural Design criteria and adopted codes. Foundation recommendations based on geotechnical investigation. Material selection based on geotechnical and corrosion reports. Preliminary layouts. Local construction practices. Durability, availability, sustainability and cost consideration of selected materials. 8. Process Mechanical Major equipment schedule. Preliminary layouts and access. 9. Piping Site plan. Major pipe arrangements. Tie-ins to existing facilities. Process piping schedule. 10. Heating, ventilation and air conditioning List of major equipment. Preliminary layouts of major equipment. 11. Plumbing List of major equipment. 12. Electrical Major equipment list. Preliminary load list with motor horsepower. Preliminary standby power requirements. Identify hazardous area classification requirements. Preliminary electrical system analysis model. 13. Survey and mapping Complete site survey. Produce project basemap. 14. Geotechnical investigation report Page 16 of 20

15. Corrosion report 16. Subsurface exploration 17. Fire protection Determine fire hazard classification and identify required fire protection systems. Identify the potable water system pressure and available volume for fire protection. 18. Utility investigation and coordination 19. Identify permitting requirements (federal, state and local) 20. Preliminary construction sequencing plan and Maintenance of Plant Operations narratives 21. Preliminary drawing list and specification list 22. Opinion of Probable Construction Cost Task 3.2 Preliminary Design Drawings A separate package shall include drawings associated with the PDR. A sample list of PDR drawings includes: Preliminary general plans, sections, and elevations for each project element. Draft final hydraulic profile. Final process flow diagrams and process flow schematic. Preliminary site plans (civil and electrical). Preliminary paving and grading plans. Preliminary process and instrumentation drawings (P&IDs) for the major project elements and most auxiliary equipment. Preliminary network block diagrams. Preliminary building plans that reflect conservative sizing (for electrical), with location and footprint of each major piece of equipment. Preliminary architectural elevations. Preliminary mechanical plans with location and footprint of each major piece of equipment. Preliminary one-line diagrams. Preliminary electrical site plans showing major equipment locations and duct bank route. Preliminary electrical and control room plans including electrical equipment, I&C, and special system panel locations. Preliminary process, yard piping, electrical, single-line diagrams and P&ID demolition plans. Consultant shall refer to General Design Services for survey and geotechnical requirements that shall be incorporated into the preliminary and final design. Consultant shall provide engineering services to prepare a preliminary planning application as required and conduct a workshop with the City of San Mateo Planning Division. Task 3.3 Constructability Review A constructability review workshop shall be held prior to the submittal of the draft PDR to identify any fatal flaws in the design relative to constructability. Some of the subjects that shall be covered in this workshop include the following: conflicts between design disciplines, geotechnical Page 17 of 20

considerations, construction sequencing, power outages, equipment shutdowns, viability of equipment relocation, safety, operational requirements, access for maintenance, size-critical equipment requirements and constraints, permitting, public nuisance issues, other local conditions and constraints. TASK 4 - FINAL DESIGN Final Design includes two main elements: final design services and general design services. General descriptions of the tasks and deliverables for each of the main elements are provided in the following sections. Further information regarding expectations for design deliverables will be issued as separate program standards in the Design Standards and Guidelines, prior to the second phase negotiations for Preliminary Design, Final Design and Bid Phase Services. Consultant shall provide engineering services to prepare one package of biddable plans, technical specifications and other contract documents as required based on the design concepts and criteria developed during Preliminary Design. The Final Design will be documented in three (3) packages (60%, 90% and 100%). These packages shall be submitted to the City for general review. Sets signed and sealed by a California licensed engineer shall be submitted for the formal planning and building permit applications. Formal workshops shall be conducted to review each package with the City. The City review period shall be two (2) weeks for each deliverable. Focused meetings shall also be held throughout the Final Design to solicit input from City staff. Consultant shall maintain an up-to-date comments log in electronic format on all City comments received as a result of each submittal review. City comments shall be incorporated into the next submittal, as appropriate. Consultant shall assist the City in providing clarification and responses to plan check comments as needed for questions that may arise during the planning and building permit application processes. Task 4.1 60% Design Submittal The 60% Design Submittal includes: Drawings in progress o General, civil, demolition, yard piping plans and profiles o Architectural elevations o Structural plans and sections for major process areas o Mechanical plans and sections for major process areas o Electrical plans Draft specifications Instrumentation and Control o Draft 100% percent complete Process and Instrumentation Diagrams (P&IDs) o Draft final process control strategies for all equipment to match the P&IDs o Preliminary control panel layouts and plan views (RIO/PLC) o Draft IO list o Draft final network block diagrams o Sample loop diagrams o Instrument details in progress Size critical equipment Equipment data sheets List of proposed suppliers for major equipment, including MCC s Page 18 of 20

Preliminary electrical site plan, power plan for all equipment, lighting plan, grounding plan, electrical equipment elevations Draft final demolition plans Updated preliminary load list Updated one-line diagrams Draft final hazardous area classification plans for all areas Project support documentation consisting of calculations, phone/fax quotes, catalog cuts, design period memoranda, and meeting notes Written response log to City comments on the PDR Updated preliminary construction cost estimate Updated preliminary construction sequencing plan and schedule Consultant shall evaluate the impact of other "adjacent" on-going projects, bring conflicts to the City s attention, and adjust the design accordingly. Task 4.2 90% Design Submittal For the 90% Design Submittal, the major design elements are well-established and supplementary/auxiliary design elements are in progress between the 60% and 90% Design Submittal. Drawings for all disciplines shall be substantially complete. The submittal shall include the location and arrangement of all significant existing and proposed structures and equipment, all existing utilities adjacent to or within the construction area, drawing index, legend, etc. Specifications are substantially complete. This submittal shall include all finished, checked and complete plans and specifications. No new drawings and/or specification sections by Consultant shall be expected after this stage. All City comments on the previous submittal shall have been resolved, rejected, addressed and/or incorporated in this submittal. The project is essentially finished and submitted as 100% complete. The only missing effort is the City final review and regulatory approval with comment incorporation. Consultant s checking shall include a review of all deliverables within each discipline (i.e. drawings, detailed specifications, project support documentation, etc.) and an inter-discipline coordination cross-check to correct discrepancies among the project documents. Discipline calculations, databases, construction costs estimates, schedule and other project support documentation shall be updated to reflect the status of the Drawings and Detailed Specifications and shall support the 90% Design Submittal workshops. An updated construction cost estimate and construction sequencing plan and schedule shall be included with the deliverable. Task 4.3 Final Design Submittal Following receipt of all City and regulatory review comments on the 90% Design Submittal, Consultant shall prepare and submit the Final Design Submittal. The Final Design Submittal shall include finished, checked and complete plans and specifications and shall incorporate all City comments from previous submittals, workshops and constructability review as appropriate. Prior to submittal, Consultant shall have performed an inter-discipline cross-check of the design changes made since 90% design and corrected the related discrepancies. Consultant shall not add any new drawings or make any changes to the plans or specifications that are not a result of comments received by the City, regulatory review, or a final in-house quality control check. Consultant shall document in-house changes and submit them to Page 19 of 20

the City along with the Final Design Submittal. The Final Design Submittal shall also include all final databases, reports, control strategies, construction schedules, cost estimates and project documentation. The process of assisting the City in obtaining the required permits has been completed. All plans and, detailed specifications and engineering calculations shall be stamped and signed by a Registered Engineer in the State of California. An updated construction cost estimate and construction sequencing plan and schedule shall be included with the deliverable. TASK 5 BID PHASE SERVICES Consultant shall provide the following bid phase services: Participate in the pre-bid meeting. Prepare responses to bidder questions. Prepare project drawing set and project specification addenda to provide clarification for items identified prior to bid opening. Participate in reviewing alternate equipment proposals from the contractor, if applicable. Participate in the evaluation of the submitted bids, furnish consultation and advice to City staff and assist with all the related equipment, cost and other analyses as required to finalize the award decision. Prepare conformed drawings and specifications that incorporate the addenda. Page 20 of 20

LEGEND WWTP Site Detroit Drive Site Bayfront Parcel Dale Avenue Parcel WWTP Exisng Facilies 17 13 2 14 13 15 10 16 11 12 19 3 7 1 Influent Juncon Box 2 Primary Clarifiers 3 Aeraon Basins 4 Secondary Clarifiers 5 Chlorine Contact Basins 6 Filtraon 7 Sodium Hypochlorite Facility 8 Sodium Bisulfite Facility 9 Effluent Pump Staon 10 Gravity Thickeners 11 Dissolved Air Flotaon Thickener 12 Thickeners Control Building 13 Anaerobic Digesters 14 Digester Control Building 15 Solids Handling Building 16 Compost Beds 17 Odor Control 18 Control Building 19 Maintenance Building 20 Solids Handling Facilies - Rered 2 18 1 2 20 9 4 4 17 2 20 8 5 6 North EXHIBIT 1 San Mateo/EMID Wastewater Treatment Plant Site Plan