Loading...
HomeMy WebLinkAboutc5santarosasewerlinproj FROM: Carrie Mattingly, Director of Utilities Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: SANTA ROSA SEWER LINE REPLACEMENT PROJECT AWARD, SPECIFICATION NO. 91180 RECOMMENDATIONS 1. Award the construction contract to D-KAL Engineering, Inc. in the amount of $521,089.96 for the Santa Rosa Sewer Line Replacement Project, Specification No. 91180. 2. Approve a transfer of $42,689.96 from Sewer Fund Completed Projects to the project account. 3. Approve funding adjustments to the project accounts as shown in the Fiscal Impact Section to increase funding levels for Construction and Construction Management. 4. Approve construction management services contract to Filippin Engineering, Inc., an on-call consultant. DISCUSSION On September 4, 2012, the City Council authorized a total project budget of $747,880 for the Santa Rosa Sewer Line Replacement project, Specification No. 91180 including $94,880 for pre- construction services, $553,000 for construction services and construction management, and $100,000 of project contingencies. On November 19, 2013, the City Council authorized the invitation of construction bids and authorized the City Manager to execute a contract for the construction of the project if the lowest responsible bid was within the Engineer’s Estimate of $470,000 (Attachment 2). Three bids were received and opened on January 16, 2014. As shown in the Bid Summary (Attachment 2) all of the bids came in higher than the Engineer’s Estimate. In order to award a contract to the low bidder, D-KAL Engineering, Inc., in the amount of $521,089.96, Council approval and additional funding will be required. Immediate completion of this project is critical because of past pipe failures that resulted in reportable water quality violations. Bid Alternate The Santa Rosa Sewer Line Replacement project’s base bid includes mobilization of a specialty subcontractor for manhole rehabilitation and coating. An additive bid alternate was included for rehabilitating 14 additional manholes that were identified by staff as in need of coating. Because cost analysis of past coating projects show this cost to be very reasonable and the additional manholes are in very poor condition, staff recommends accepting the price identified for the additive alternate in the amount of $38,800. Construction Management The City received an encroachment permit for Cal Trans for construction of the Santa Rosa Sewer Line Replacement on December 19, 2013. Under this permit, due to traffic volume on Meeting Date: Item Number - C5 - 1 Santa Rosa Sewer Line Replacement Project Award, Spec. #91180 Page 2 Santa Rosa Street, any necessary lane closures for project construction are required to be conducted at night. Due to this requirement, the City solicited a proposal (Attachment 3) from Filippin Engineering, Inc., one of the City’s on-call consultants, to assist City staff by providing night-time construction inspection services totaling $68,700 for the duration of the project. CONCURRENCES The Public Works Department staff concurs with this request. FISCAL IMPACT On September 4, 2012 the City Council approved the Santa Rosa Sewer Line Replacement with a total project budget of $747,880. Staff recommends award of the construction services contract (Attachment 4) to D-KAL Engineering, Inc. and construction management services to Filippin Engineering, Inc. (Attachment 5). Staff also recommends adjustments to the project Construction and Construction Management budgets to support award of the construction, including additive alternate work, as shown in the table below. Existing Budget Additional Total 94,880$ -$ 94,880.00$ 477,100$ 43,989.96$ 521,089.96$ Right of Way Services 22,900$ -$ 22,900.00$ 100,000$ (20,000.00)$ 80,000.00$ 50,000$ 18,700.00$ 68,700.00$ Materials Testing 2,500$ -$ 2,500.00$ 500$ -$ 500.00$ 653,000$ 42,689.96$ 695,689.96$ Total Project Costs:747,880$ 790,569.96$ Santa Rosa Sewer Line Replacement Project: Construction Cost Construction Contingencies: Total for Construction: Construction Management Printing and Miscellaneous Construction Services: Design Services: A total of $100,000 is available in the Sewer Fund’s Completed Projects account to support this request. ALTERNATIVES 1. Reject all bids and direct staff to re-advertise the project. The City Council may choose to reject all bids and direct staff to re-bid the project. However, staff does not recommend this alternative because this will delay the project by as much as three months; the project is C5 - 2 Santa Rosa Sewer Line Replacement Project Award, Spec. #91180 Page 3 time-sensitive due to the potential for failure of the existing Santa Rosa Siphon and possible additional water quality violations. ATTACHMENTS 1. September 4, 2012 Council Agenda Report authorizing the project budget 2. November 19, 2013 Council Agenda Report authorizing project advertisement for construction 3. Specification 91180, Bid Summary 4. Contract Agreement, D-KAL Engineering, Inc. 5. Filippin Engineering, Inc. January 17, 2014 proposal for construction inspection services. ..\Santa Rosa Sewerline Replacement Award C5 - 3 Attachment 1 C5 - 4 FROM: Carrie Mattingly, Utilities Director Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: SANTA ROSA SEWERLINE REPLACEMENT PROJECT, SPECIFICATION NO. 91180 RECOMMENDATION 1. Authorize a total project budget of $743,880 for the Santa Rosa Sewerline Replacement project, Specification Number 91180. 2. Authorize the award of the design services contract for the Santa Rosa Sewerline Replacement project to Filippin Engineering, Inc. for $90,880. DISCUSSION The City owns and maintains 172 sewer lines that cross creeks with siphons, elevated crossings, and pipe bridges. These sewer lines are made of a variety of materials such as vitrified clay, PVC, ductile iron, cast iron, and steel. Steel pipe was utilized for many of these creek crossings and can be problematic due to rust and corrosion related to age. Work efforts in creek areas are complicated and made more costly by: 1. Physical engineering constraints related to the repair (boring depths, casing requirements, setbacks, etc.), 2. Limited access through side yard easements for construction equipment, and 3. Permitting requirements for working around the creek. One of 21 inverted siphons in the City’s Wastewater Collection System, the 177-foot long, 12-inch steel Santa Rosa siphon was installed in 1974 crossing Stenner Creek upstream of the intersection of Santa Rosa Road (Highway 1) and Oak Street extending from manhole J07-38 to manhole J07-65. The siphon carries flow from north Santa Rosa Street through the intersection of Foothill Boulevard, picking up flows from the immediate area. Prior to the installation of the siphon, the sewerline in this location was suspended (hanging) under the bridge. Due to the unconventional design, the siphon does not function well and requires maintenance on a six-month interval to prevent the sewerline from backing up. Approximately 700 feet downstream of the siphon this sewerline connects to a 21-inch “interceptor” sewerline. The City’s wastewater collection system database includes a history of documented maintenance dating back to 1992 for the Santa Rosa siphon. Wastewater Collection staff discovered a leak in the downstream side of the of siphon leaking from bridge abutment on April 4, 2012 during a visual inspection of siphon/creek crossing. The minor leak was from a failure in the steel pipe (rust hole) construction material. A temporary repair to the defective portion of the pipe was performed on April 9, 2012 using an interior patch of approximately three-feet long. Another failure at the same Meeting Date Item Number Sept. 4, 2012 C6 Attachment 1 C5 - 5 location was discovered by Wastewater Collection staff on July 24, 2012. A second repair was made the week of July 30, 2012. The cost of these temporary repairs was approximately $30,000. Although these repairs were effective to address the immediate leak, staff determined through visual inspection and using CCTV that the severe deterioration of the steel siphon could result in imminent failure at this critical location and that the design and construction of a replacement should be addressed as a priority ahead of other planned capital projects. Capital projects scheduled for construction in 2013-14 will be assessed during the preparation of the 2013-15 Financial Plan. With the assistance of the engineering design consultant, staff will identify a solution for the replacement of the siphon. This work will include exploring whether the flow through the existing siphon can be diverted/rerouted upstream of the siphon through an easement to an existing six-inch sewerline on Lincoln Street. Although the sewerline on Lincoln would need to be upsized to accommodate this additional flow, this option would avoid the replacement of the existing siphon which is currently estimated at $500,000. The Santa Rosa Sewerline Replacement will require construction within Santa Rosa Road (Highway 1) subject to special conditions as dictated by Caltrans. If replacement of the siphon is necessary, construction methods, such as horizontal directional drilling, may also be regulated by other agencies due to the creek crossing. The project will proceed to the construction phase during the spring of 2013. After a competitive selection process, Filippin Engineering, Inc. entered into an Agreement with the City for on-call services in June 2010 (see Attachment 1). With their relevant experience the City recommends hiring Filippin Engineering, Inc. to expedite the preparation of the plans and specifications based on its August 20, 2012 proposal (see Attachment 2). CONCURRENCES The Public Works Department and the City Biologist concur with this recommendation. FISCAL IMPACT Staff is requesting City Council authorization to establish a total construction budget of $743,880 with $90,880 for preconstruction services, $553,000 for construction services, and $100,000 for project contingencies. Funding for this project was not identified in the 2011-13 Financial Plan. However, due to the condition of the sewer line, the Santa Rosa Sewerline Replacement project is an urgent priority. Utilities staff will prepare a budget amendment request to transfer funding from the Sewer Fund’s Working Capital account to the project specific account at time of contract award. The estimated project budget is summarized in the following table. Attachment 1 C5 - 6 The end of year balance in the Sewer Fund’s Working Capital account was $6,401,200, so there is adequate funding to support the project. ATTACHMENTS 1. City Manager Report, Award – Design, Traffic Engineering, Construction Management, & Landscape Architecture Services, Specification Number 90703-2010, June 3, 2010. 2. Proposal for Professional Engineering Services, Filippin Engineering, Inc., August 17, 2012. t:\council agenda reports\2012\2012-09-04\santa rosa sewerline replacement\car santa rosa sewerline repl.docx Santa Rosa Sewerline Replacement (Specification No. 91180) Estimated Project Costs Preconstruction Services: Engineering Design Services $90,880 Total Preconstruction Services: $90,880 Construction Services: Construction $500,000 Construction Management $50,000 Materials Testing $2,500 Printing and Miscellaneous $500 Total Construction Services: $553,000 Project Contingencies: $100,000 Total Project Budget: $743,880 Attachment 1 C5 - 7 CITY MANAGER REPORT Final City Manager Approver Name Date Approved City Administration Shelly Stanwyck for June 14, 2010 Reviewer Routing List Reviewer Name Date Reviewed City Attorney Christine Dietrick 6/10/10 City Engineer Barbara Lynch June 2, 2010 Finance & Information Technology Debbie Malicoat June 3, 2010 June 2, 2010 FROM: Jay D. Walter, Director of Public Works JDW June 3, 2010 PREPARED BY: Matt Horn, Supervising Civil Engineer SUBJECT: AWARD – DESIGN, TRAFFIC ENGINEERING, CONSTRUCTION MANAGEMENT, AND LANDSCAPE ARCHITECTURE SERVICES, SPECIFICATION NUMBER 90703-2010 RECOMMENDATION Execute agreements with Advantage Technical Services, Cannon, Dokken Engineering, Fehr and Peers Transportation Consultants, Filippin Engineering, LSA Associates, MNS Engineering, Omni- Means, PBS&J, Penfield & Smith, RRM Design Group, TJKM, TRS and the Wallace Group for design, traffic engineering and construction-related services. DISCUSSION Background Included in the City’s two-year Financial Plan is the Capital Improvement Plan, which programs City-funded projects designed to improve existing infrastructure and implement Council priorities. The City’s 2005-07 Capital Improvement Plan funded projects in the amount of $21.1 million dollars. With the passage of Measure Y in November 2006, a ½ cent sales tax increase was passed by the citizens of San Luis Obispo. In response to Measure Y, the City’s 2007-09 Capital Improvement Plan funded projects in the amount of $40.6 million dollars, or roughly double the amount in the prior Financial Plan. In 2008, the global economy slowed and the effect was reflected in the most recently adopted 2009-11 Capital Improvement Plan, reducing funded project levels to $27.1 million dollars. Attachment 1 Attachment 1 C5 - 8 Award – Design, Traffic Engineering, CM, and Landscape Architecture services Page 2 The responsibility for delivering a large portion of these projects in the Capital Improvement Plan is assigned to the Public Works Engineering Program. Through 2009, the Public Works Engineering Program was comprised of five engineers, three engineering technicians, and four construction inspectors, including supervisory staff. To implement the much larger 2007-09 Capital Improvement Plan with unchanged staffing levels, consultant services were needed. Capital Improvement Plan project work went from largely being designed and managed through construction by City staff, to consultant design and consultant inspection with City staff oversight. Budget Period CIP Funding Amount Engineering Staffing Use of Consultants 2005-07 21.1 Million Dollars 5 engineers 3 engineer technicians 4 inspectors Low 2007-09 40.6 Million Dollars 5 engineers 3 engineer technicians 4 inspectors High 2009-11 27.1 Million Dollars 5 engineers 2 engineer technicians 4 inspectors Medium The volume of projects in the 2009-11 Capital Improvement Plan is significant and are larger in number than can be handled solely by City engineering staff. Reliance on consultant services to the same extent that was used for the 2007-09 CIP is not anticipated, but use of consultants will be needed to deliver the Capital Program. To help expedite projects, staff recommended advertisement of a RFP for additional engineering assistance, which Council approved on March 17, 2010. Proposals Review and Selection Process On April 15, 2010 the City received 34 proposals for these requested services. Independent evaluations of the proposals were performed by Tim Bochum - Deputy Director of Public Works, Jennifer Metz - Utilities Department Project Manager, Jake Hudson - Public Works Department Traffic Operations Manager, Wade Horton - Public Works Department Construction Manager, and Matt Horn - Public Works Department Supervising Civil Engineering. Each consultant was evaluated on responsiveness, qualifications, and the City’s understanding of the consultant’s abilities after reviewing of the proposal. Each proposal received a cumulative score based on the above criteria in each of the requested specialties (Landscape Architecture, Traffic Engineering, Construction Management and Capital Improvement Design Services), with a maximum score of 30 possible. The results of the evaluations are summarized in the following tables: Attachment 1 Attachment 1 C5 - 9 Award – Design, Traffic Engineering, CM, and Landscape Architecture services Page 3 Design Consultant Evaluation Score 1. Penfield & Smith 25 2. Cannon 24 3. Dokken Engineering 24 4. RRM 23 5. EDA 22 6. MNS 22 7. AECOM 21 8. Wood Rogers 21 9. Rick Engineering 20 10. Associated Engineering Consultants 19 11. Triad Holmes 19 12. Wallace Group 19 13. Omni Design 18 14. Omni Means 18 15. PMC 18 16. Questa Engineering 18 17. Quincy 18 18. Pavement Engineering 16 Landscape Architecture Evaluation Score 1. Wallace Group 24 2. Penfield & Smith 22 3. RRM Design Group 22 4. Wood Rogers 20 5. AECOM 18 6. PMC 16 7. Rick Engineering 14 8. MNS 12 9. Omni Means 12 10. Questa Engineering 12 Construction Management Evaluation Score 1. TRS 26 2. Penfield & Smith 26 3. MNS 26 4. Filippin Engineering 26 5. ATS 25 6. Wallace Group 24 7. Marwal 23 Attachment 1 Attachment 1 C5 - 10 Award – Design, Traffic Engineering, CM, and Landscape Architecture services Page 4 8. Cannon 21 9. AECOM 20 10. Begur 17 11. Associated Engineering Consultants 17 12. Pavement Engineering 16 13. Quincy 15 14. PMC 15 15. Dokken 15 Traffic Engineering Evaluation Score 1. Omni Means 25 2. PBSJ 24 3. LSA 23 4. Fehr & Peers 23 5. TJKM 21 6. Penfield & Smith 20 7. W-Trans 19 8. Advantec 18 9. DKS 18 10. Wood Rogers 17 11. Peters Engineering 15 12. AECOM 13 13. Grotrans 13 14. Hatch Mott MacDonald 10 15. MNS 3 16. Orosz 3 Staff is recommending that agreements be executed with the top three rated consultants in the fields of Landscape Architecture and Capital Design and the top five rated consultants in the fields of Traffic Engineering and Construction Management. Based on the proposals furnished and staff understanding of the future workload types and quantity, this will allow the City the greatest flexibility to accomplish the work. Staff is anticipating that these agreements between the City and selected consultants will remain in place for the next two to three years. The benefit of this agreement arrangement to the City is that the City can proactively solicit proposals as-needed for services more expeditiously. With this approach, all key terms and conditions (such as insurance, payment terms and license requirements) can be in place for all work performed during the term of these agreements. FISCAL IMPACT These agreements, in and of themselves, do not obligate any funds for additional CIP consultant, construction, or inspection work. Once the agreements are executed, staff will begin scoping Attachment 1 Attachment 1 C5 - 11 Award – Design, Traffic Engineering, CM, and Landscape Architecture services Page 5 meetings and issuance of Purchase Orders. Work will be billed to the individual project accounts, not to exceed the funding authorized by Council without additional approvals. ATTACHMENTS 1. Original Council Report authorizing RFP advertisement 2. Agreement – Advantage Technical Services 3. Agreement – Cannon 4. Agreement – Dokken Engineering 5. Agreement – Fehr and Peers Transportation Consultants 6. Agreement – Filippin Engineering 7. Agreement – LSA Associates, Inc. 8. Agreement – MNS Engineers 9. Agreement – Omni-Means, Ltd. 10. Agreement – PBS&J 11. Agreement – Penfield & Smith 12. Agreement – RRM Design Group 13. Agreement – TJKM 14. Agreement – TRS 15. Agreement – Wallace Group T:\City Manager Reports\Public Works\2010\CIP\90703-2010\90703-2010 Award.doc Attachment 1 Attachment 1 C5 - 12 August 17, 2012 City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 Attn: Jennifer Metz SUBJECT: PROPOSAL FOR ENGINEERING SERVICES FOR FEASIBILITY STUDY AND ENGINEERING DESIGN SERVICES FOR: STENNER CREEK CROSSING AT SANTA ROSA SEWER REPLACEMENT PROJECT Dear Ms. Metz: Filippin Engineering, Inc. (FE) is pleased to submit our proposal to provide Engineering Services to the City of San Luis Obispo for the Stenner Creek Crossing at Santa Rosa Sewer Replacement project. We understand that the overall goal of the feasibility study is to be able to identify the appropriate solution and estimate the associated construction cost in order to include the project cost in the City’s wastewater budget. Once the appropriate solution has been determined, Filippin Engineering, Inc. will provide final engineering design and construction documents for the project. Filippin Engineering Inc. staff and the selected team have completed projects of similar scope and are especially well qualified to assist the City with all aspects of the project from design through the construction phase. We look forward to working with you and the City’s staff on this project. If you have any questions or would like to discuss our qualifications further, please don’t hesitate to call (805) 729-0041. Thank you, FILIPPIN ENGINEERING Gino P. Filippin, P.E. Principal Engineer R.C.E. 57254 Attachment 1 C5 - 13 PROJECT UNDERSTANDING / ASSUMPTIONS The City of San Luis Obispo desires to contract with a qualified firm to provide engineering feasibility study and engineering final design services for the Stenner Creek Crossing at Santa Rosa Sewer Replacement project. Our general understanding of the project is as follows: The project consists of identifying the most appropriate replacement alternative for an existing siphon in Caltrans right-of-way that has recently undergone emergency repairs. Alternatives considered will be directional drilling below the creek bottom to construct a new siphon, traversing the creek on the existing bridge, or eliminating the crossing by rerouting flow upstream of the existing siphon. Filippin Engineering proposes the following general approach to the work:  Data Collection  Feasibility Analysis & Reporting  Engineering Final Design  Construction Contract Documents & Cost Estimates Our qualifications and the proposed scope of work for the general approach above will be discussed in the following sections of this proposal. Filippin Engineering assumes the following:  This is an emergency repair project; therefore the work will be pursued immediately with the goal of constructing the project in Summer 2013.  Survey of the area will be provided by the City in AutoCAD format using existing aerial topographic information suitable for creating a basemap for the plans. Filippin Engineering will provide supplemental survey of manhole rim and invert elevations along the proposed alignment.  There is a potential on this project to reroute flows through portions of the City’s existing system that runs in existing easements. Existing easement information will be provided by the City for these locations, and no additional legal descriptions of easement modifications are included in this proposal.  Geotechnical investigation scope will be determined upon selection of an alternative. For purposes of this proposal, an allowance for this work has been estimated.  It is our understanding that the City does not have a model of the sewer system. For purposes of this proposal, flow information will be calculated based upon City provided water usage records and information about the existing wastewater system and no additional flow metering or modeling is included in this scope of work.  Various permits will be required for this project depending on the selected alternative. Potential permits include Caltrans, Fish & Game, California Regional Water Quality Control Board, and Army Corps of Engineers. For the purposes of this proposal, we have included engineering support to the City staff coordinating acquiring the required permits. If full permitting services are desired, a planning subconsultant should be added to the project team, and estimated cost will be provided. Attachment 1 C5 - 14 PROJECT TECHNICAL APPROACH Our project team understands that technical problems represent only a portion of the challenges that the City must deal with in maintaining its infrastructure, providing for public safety, maintaining compliance with constantly changing regulations, and tight budgetary constraints. Our team has proven ability to provide the engineering science and coordination necessary to take these projects from conception to construction. Feasibility studies are the important first step of the process, and Filippin Engineering proposes the following basic approach for each task: TASK 1.0 DATA COLLECTION Kickoff Meeting – Filippin Engineering (FE) will arrange and participate in the kickoff meeting consisting of the FE team and City staff. The purpose of this meeting is to review the project scope and deliverables, clarify issues, establish working relationships, and review and verify mutual understanding of the project goals. At this time, we will expect to be briefed on project requirements including budgetary, physical, and time constraints. We also expect that the City will provide existing topographic mapping and existing utility atlas information at this meeting. Site Visit - Our personnel will conduct an on-site visit to become familiar with the surroundings and photo document the critical features. Visiting the site gives the team an opportunity to identify additional problems and concerns that may not be apparent from a site map or archival data. Initial Data Acquisition – Collect data from existing utility records to incorporate protection and/or relocation into the design of the proposed improvements (Quality Level D). We expect that City-owned utility atlases will be provided, and we will request atlas information from gas, telephone, and electric companies as appropriate. For the purposes of this proposal, it is assumed that no utility relocation design other than sewer will be necessary for this project. Caltrans Coordination – Since the Stenner Creek Crossing involves work within the Caltrans right-of-way, it is important to coordinate with Caltrans early and often. For this phase of work, we propose that we initiate preliminary discussions with Caltrans personnel to get input on project alternatives which may impact their right of-way or operations. TASK 2.0 FEASIBILITY ANALYSES & REPORTING Analysis of Alternatives - Our personnel will perform an analysis of the selected alternatives, as appropriate, taking into account information gathered in the data acquisition phase, including a summary of findings to be included in a report. Cost Research & Estimates – Rough cost estimates for alternatives will be performed, and a more detailed engineering estimate of probable cost will be prepared for the recommended alternative. Exhibit Preparation – As necessary, exhibits will be prepared showing the recommended alignment of the selected alternative. Summary Report - A report will be provided and shall be bound and in 8.5”x11” format, and include the results of the preceding analyses in this section, in the following sections, at a minimum: A. Title Page 1. Project name and City assigned number 2. Date 3. Owner information 4. Engineering firm preparing plans 5. Seal of design engineer Attachment 1 C5 - 15 B. Sewer System Information 1. Introduction 2. Existing Sewer System a. Location and type of existing system. 3. Brief Discussion of Alternatives, including rationale behind selected alternative C. Flow Calculations D. Exhibits E. Proposed Project Description & Feasibility Summary 1. Description of Alignment 2. Sewer size, material, type or class, and length 3. Engineering Analysis of Probable Cost 4. Challenges to consider in preliminary design Coordination Meeting – The FE design team will meet to review the findings with City staff. It is anticipated that the project team will meet after the report and estimates of probably cost are performed and provided for City review and comment. At the coordination meeting, it is expected that an acceptable alternative will be agreed upon prior to commencement of engineering design. At any point in the process when critical items are discovered on any of the alternatives, the project team will communicate with City staff in order to expedite the overall project and keep the feasibility study process to a minimum. TASK 3.0 ENGINEERING FINAL DESIGN Supplemental Survey - Perform supplemental topographic survey of the project site including rim and invert elevations of existing manholes along the selected alignment. Geotechnical Investigation - Perform geotechnical investigation as necessary. It is our desire to take a practical approach to the project, and provide services that bring the most value to the City. Because of this, the scope of the geotechnical investigation, including cores or geologic condition characterization will vary depending on the alternative selected. Design Drawings - The design drawings will be 24”x36” design plan sheets in conformance with City of San Luis Obispo design standards, and include the following, at a minimum: A. Cover Sheet B. General Site Plan 1. All sanitary sewers with manholes identified, and locations of valve junction boxes, air/vacuum release valves, and clean-outs 2. All streets C. Sewer Plan and Profile 1. Include main size, material and overall length 2. Locate appurtenances such as cleanouts, combination air/vacuum release valves, valve junction boxes, emergency truck connections and isolation valves. 3. Locate mechanically restrained joints at angle points, tees, and valves when required by the pipe joint design. D. Miscellaneous Details 1. Sheet will contain details on items such as: clean-outs and gravity manhole connection details, as necessary. Wherever possible, City Standard details and specifications will be used to minimize the need for Attachment 1 C5 - 16 TASK 4.0 CONSTRUCTION CONTRACT DOCUMENTS AND COST ESTIMATES Plan Preparation – Preparation of final plans that will include all elements of preliminary plan set, in addition to any changes made from preliminary to final design phases. For purposes of this proposal, FE plans on submitting a 50% Design Development set of drawings, and a 90% Construction Document set for City review prior to the Final Bid Documents. Technical Specifications – FE will prepare technical specifications and combine with the City’s upfront general specifications for a complete set of biddable construction documents. This will include reviewing the City’s upfront portion and incorporating the appropriate project specific information. Technical specifications will be included at the 50% Design Development submittal, and the complete specifications package will be included at the 90% Construction Document submittal. Bid Schedule and Engineer’s Estimate – Along with the final plans and specifications, the FE team will prepare a bid schedule and an accompanying Engineer’s Estimate of Probable Cost to give the City an idea of what the project will cost to construct. This estimate will be included in the 50%, 90%, and final submittal packages. Permitting – We expect that the proposed sewer line construction will require a Caltrans Double Permit, and potentially a permit from Fish & Game, depending on the selected alternative. For purposes of this proposal, we have included a total of 24 hours of coordination for this effort to support City staff on acquiring these permits during the engineering design phase. If more permitting coordination services are required during the course of the project, the project manager will notify the City to coordinate additional scope. Coordination Meeting – The FE design team will meet to review the 50% and 90% submittal drawings with City staff upon review to go over comments, questions, and items to incorporate into the final package. PROJECT SCHEDULE We understand that the City would like to have the Stenner Creek Crossing at Santa Rosa Sewer Replacement Project go into construction in Summer of 2013, if possible. In order to have the best chance of meeting this schedule, and have a construction cost estimate amount to secure funding, the FE team has determined that the feasibility study should be completed as soon as possible to be able to enter the engineering design phase. In light of this information, we propose the following schedule of deliverables: Project Start: September 4, 2012 Feasibility Report to City: October 22, 2012 Engineering Design Start: November 1, 2012 50% Package Submittal: January 14, 2013 City Comments Returned: January 25, 2013 90% Package Submittal: February 25, 2013 City Comments Returned: March 4, 2013 Final Construction Documents: March 25, 2013 This schedule does not take into account the time it may take to obtain permits, which can affect overall schedule. Throughout the course of the project, we will accelerate schedule whenever possible. We also will combine research and drafting with other City projects to provide the greatest value, as long as we can continue to meet the appropriate time frames outlined above. Attachment 1 C5 - 17 PROJECT TEAM AND OVERVIEW We have given careful consideration to the composition of our team for this project and we have dedicated our most qualified personnel with recent relevant experience to work with you. The subconsultant team members we have chosen also offer key qualifications and experience in their areas of expertise. FILIPPIN ENGINEERING Leading the Filippin Engineering team as Principal Design Engineer will be Dr. Blaine Reely, Ph.D., P.E., supported by Kelly Wheeler, P.E. as Project Manager. Ms. Wheeler will be the City’s main point of contact, perform coordination of deliverables, preparation of contract documents and internally manage the project team and schedule. Dr. Reely will perform all engineering design tasks from involvement in upfront general coordination to review of the final contract documents. The following are short biographies on our proposed staff: Mr. Blaine Reely, Ph.D., P.E., Principal Design Engineer - Dr. Reely is a Civil Engineer and Hydrologist with over 29-years of professional experience. He has worked in both the public and private sectors. Supplementing his corporate and government experience, he has served as an industry consultant, working primarily with municipalities, public and private water companies, irrigation districts, electric utility companies, wastewater treatment agencies, solid waste management companies, oil and gas producers, mining companies and agricultural producers. His areas of expertise include engineering design and analysis, site characterization, numerical modeling of hydrologic and hydraulic systems, design of water and wastewater systems, and the application of optimization methodologies to water and wastewater operations. His experience and expertise have been utilized on numerous occasions in litigation matters, where Dr. Reely has served as an expert witness in local, state, and federal courts. He has authored numerous professional papers and frequently makes presentations to his peers at meetings of professional societies. Kelly Wheeler, P.E. – Project Manager: Ms. Wheeler is a registered civil engineer with over 12 years of design and construction experience, predominantly involving development of design alternatives, preparation of construction drawings and specifications, constructability reviews, field evaluation, construction inspection, construction management, and project and program management on public works projects in the tri-county area, including projects involving the City of San Luis Obispo. She originally comes from an agency background, and consistently provides intelligent and well thought out solutions to complex project issues, and is adept at coordinating and communicating with large project teams and multiple agencies. Resumes for Dr. Reely and Ms. Wheeler are included by attachment to this proposal. ENGINEERING DESIGN COSTS FE is committed to working within budgetary limits that may exist and assisting the City with this project, and we welcome comment on our approach, scope of work, and fee. We have estimated our cost for engineering design services based on our understanding of your requirements and our experience with similar projects. We estimate that the construction cost of the project could be between $300,000 and $500,000. Based on this information, we estimate that the fee required for our services will be $94,880 including reimbursable expenses for a project at the high end of that construction cost range. Attachment 1 C5 - 18 PROJECT/TASK COST Task 1.0 Data Collection $ 9,710.00 Task 2.0 Feasibility Analysis & Reporting $ 10,800.00 Task 3.0 Engineering Design $ 32,500.00 Task 4.0 Construction Documents $ 41,870.00 TOTAL $ 90,880.00 Attached to this proposal is a breakdown of hours estimated associated with each task based on our understanding of the project. We look forward to working with you and the City’s staff on this project. If you have any questions or would like to discuss our qualifications further, please don’t hesitate to call, (805) 729-0041. RATES FILIPPIN ENGINEERING BILLING RATES EFFECTIVE JANUARY 1, 2012 Engineering Construction Management Associate Engineering Technician $ 60 Associate Construction Manager $ 115 Senior Engineering Technician $ 70 Senior Construction Manager $ 130 Junior Engineer $ 85 Structures Rep/Resident Engineer $ 145 Assistant Engineer $ 115 Principal Construction Manager $ 145 Associate Engineer $ 130 Construction Inspector $ 85 Senior Engineer $ 145 Prevailing Wage $ 90 Principal Engineer $ 160 Senior Construction Inspector $ 90 Prevailing Wage $ 95 General Chief Inspector/Owner’s Rep $ 95 Technical/Clerical Support $ 45 Prevailing Wage $ 100 Outside Consultant Cost + 5% Reimbursable Expenses Cost + 5% Note 1: Routine office costs such as computer usage, telephone charges, office supplies, travel, incidental postage, copying, and faxes are included in the hourly rates. Plan copying, outside copying and overnight mail will be reimbursed at cost plus 5%. Note 2: Overtime rates for construction inspection = 1.3 X regular rate. Overtime will not be performed unless authorized in writing by the client. Overtime work is not included in the cost of this proposal. Attachment 1 C5 - 19 Stenner Creek at Santa Rosa Cost Estimate Breakdown Design Engineer Project Manager Drafter Total 145.00$ 130.00$ 85.00$ Task 1.0 Data Collection Kick-off Meeting 2 2 0 550.00$ Site Visits 8 8 0 2,200.00$ Data Acquisition 8 16 24 5,280.00$ Caltrans Coordination 8 4 0 1,680.00$ 9,710.00$ Task 2.0 Feasibility Study and Reporting Analysis of Alternatives 8 4 0 1,680.00$ Cost Research & Estimates 8 4 8 2,360.00$ Exhibit Preparation 4 4 8 1,780.00$ Summary Report 16 12 0 3,880.00$ Coordination Meeting 4 4 0 1,100.00$ 10,800.00$ Task 3.0 Engineering Design Supplemental Survey 12,000.00$ Geotechnical Investigation 9,000.00$ Design Drawings 20 40 40 11,500.00$ 32,500.00$ Task 3.0 Contract Documents & Cost Estimates Plan Preparation - 50%20 30 80 13,600.00$ Plan Preparation - 90%10 20 40 7,450.00$ Plan Preparation - 100%8 8 20 3,900.00$ Technical Specifications 20 40 0 8,100.00$ Bid Schedule & Estimate 8 16 16 4,600.00$ Permitting Support 24 0 3,120.00$ Coordination Meeting 4 4 0 1,100.00$ 41,870.00$ TOTAL 94,880.00$ SUBCONSULTANT - AGL SUBCONSULTANT - Geosolutions Attachment 1 C5 - 20 BLAINE T. REELY, PHD, PE Education Ph.D., Civil Engineering, Oklahoma State University, 1992. M.S., Civil Engineering, University of Arizona, 1985. B.S., Geological Engineering, University of Arizona, 1980. Registrations/Affiliations Licensed Civil Engineer in AZ, CA, CO, IL, KS, MS, NV, NM, OK, OR, and TX Registered Geological Engineer in Arizona. Biographical Summary Dr. Reely is a Civil Engineer and Hydrologist with over 25-years of professional experience. He has worked in both the public and private sectors. His private sector experience includes staff and management positions with mining, natural resources, and construction companies. In the public sector, he has held positions in municipal government. Supplementing his corporate and government experience, he has served as an industry consultant, working primarily with municipalities, public and private water companies, irrigation districts, electric utility companies, wastewater treatment agencies, solid waste management companies, oil and gas producers, mining companies and agricultural producers. His areas of expertise include project management, engineering design and analysis, site characterization, numerical modeling of hydrologic and hydraulic systems, design of water and wastewater systems, and the application of optimization methodologies to water and wastewater operations. His experience and expertise have been utilized on numerous occasions in litigation matters, where Dr. Reely has served as an expert witness in local, state, and federal courts. He has authored numerous professional papers and frequently makes presentations to his peers at meetings of professional societies. Experience 2004 to Present Monsoon Consultants Tucson, Arizona / Enid, Oklahoma Principal Primary focus is in the areas of civil engineering and hydrology. Areas of responsibility include project management, design and engineering analysis. Specific areas of expertise include geological / geotechnical engineering, hydrology, hydrogeology, hydraulics, public works design / operation and water resources engineering. He is experienced in “design-bid-build” and “design-build” project delivery systems. He also has extensive experience in the development and application of optimization and energy management methodologies for the water industry. 2001 to 2004 Golder Associates Inc. Tucson, Arizona Senior Water Resources Engineer Primary focus is project development in the water resources sector. Areas of expertise include site characterization, numerical modeling of hydrologic and hydraulic systems, design of water and wastewater systems, and the application of optimization methodologies to water and wastewater operations. . He managed the geotechnical design of two large “design-build” transportation projects and several water supply and flood control dams, in the United States and Mexico. Dr. Reely also directed numerous land development projects within Southern Arizona. Attachment 1 C5 - 21 2000 to 2001 The Larson Company Tucson, Arizona Director Managed domestic and international business development averaging $30 million in annual revenues. Primary role included establishing and maintaining productive relationships with customers, strategic partners, and influential industry leaders. Responsibilities included managing market research, communications, proposal production, and customer interviews/presentations. Typically maintained a role through the pre-construction phase, including playing a principal role in contract negotiation. Accountable directly to CEO for performance and profitability. 1992 to 2000 Envirotech Companies Enid, Oklahoma President and CEO Started Envirotech as a consulting engineering and environmental services firm. Responsible for leading company from a 1-employee firm, with a small office in north central Oklahoma to a company that employs approximately 50 full-time employees. Firm specialized in providing engineering and environmental services to municipalities, water / wastewater utilities, solid waste management authorities, oil & gas companies, agribusinesses and land developers. Responsible for establishing offices in Oklahoma; Arizona; and California. Primary role was to provide engineering and hydrologic consulting services to a broad client base and to provide leadership to division managers. 1988 to 1992 City of Enid Enid, Oklahoma Director of Public Services Managed an annual $11 million operating and capital improvements budget while leading seven municipal operating departments. Assembled an ambitious, loyal, management team. Together we created and implemented numerous programs and services resulting in substantially improved public opinion, reversing the declining trend previously experienced. All achievements were made in a “zero-growth” budget environment and were funded internally through innovation, increased efficiency, and employee motivation. Our departments received numerous meritorious awards from federal, state, and public interest groups as a direct result of the achievements made under my leadership. This position required excellent communication and negotiation skills demanding interaction between elected officials, bureaucrats, contractors, public, and employees of varying skill levels. 1986 to 1988 Howard, Needles, Tammen, and Bergendoff Kansas City, Missouri Project Manager Managed the design and construction of numerous public works and transportation projects, including airport runways and taxiways; interstate highways; turnpikes; and commercial buildings. This position required management of creative teams comprised of architects, engineers, designers, technicians, and construction personnel. Individual project budgets (design and construction) ranged from $2 million to $65 million. 1984 to 1986 Desert Earth Engineering Tucson, Arizona Project Engineer Responsible for designing and implementing site investigation projects to define subsurface conditions in advance of site development. Relied on field and laboratory data to assess site conditions and develop foundation design recommendations for architects and structural engineers. Projects included airports, commercial buildings, dams, water storage reservoirs, residential developments, and mining operations. Attachment 1 C5 - 22 1984 to 1980 Texasgulf, Inc. Golden, Colorado Project Engineer Initially a team member and eventually team manager within the minerals exploration division. Responsible for designing and supervising the implementation of multi-faceted surface and subsurface exploration programs to assess the presence and economic viability of metallic occurrences within North America. Managed several expeditions, which varied in length from 3 months to 1 year, with budgets ranging from $0.3 million to $1.5 million. Team members included engineers, scientists, technicians, economists, and business/legal support. PROJECT RELATED EXPERIENCE – WATER RESOURCES NRCS Doublecreek Flood Control Structure #2 Ramona, Oklahoma Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design of improvement to three NRCS dams in Washington County, Oklahoma. Hydrologic and hydraulic models were developed using the NRCS TR-20 and SITES programs. Hydraulic modeling was performed using the HEC-RAS program. The design was developed in accordance with the recommendations established in the NRCS Supplemental Watershed Plan. Specific improvements included replacement of the existing conduit principal spillway with a new conduit spillway and inlet tower. In addition, the auxiliary spillways were widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basin was designed. A design report, construction drawings, technical specifications, contract documents, and engineer’s estimate comprise the project deliverables. NRCS Doublecreek Flood Control Structure #3 Ramona, Oklahoma Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design of improvement to three NRCS dams in Washington County, Oklahoma. Hydrologic and hydraulic models were developed using the NRCS TR-20 and SITES programs. Hydraulic modeling was performed using the HEC-RAS program. The design was developed in accordance with the recommendations established in the NRCS Supplemental Watershed Plan. Specific improvements included replacement of the existing conduit principal spillway with a new conduit spillway and inlet tower. In addition, the auxiliary spillways were widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basin was designed. A design report, construction drawings, technical specifications, contract documents, and engineer’s estimate comprise the project deliverables. NRCS Doublecreek Flood Control Structure #5 Ramona, Oklahoma Performed detailed hydrologic / hydraulic modeling and geotechnical engineering as part of the design of improvement to three NRCS dams in Washington County, Oklahoma. Hydrologic and hydraulic models were developed using the NRCS TR-20 and SITES programs. Hydraulic modeling was performed using the HEC-RAS program. The design was developed in accordance with the recommendations established in the NRCS Supplemental Watershed Plan. Specific improvements included replacement of the existing conduit principal spillway with a new conduit spillway and inlet tower. In addition, the auxiliary spillways were widened. Toe drains and filter diagrams were incorporated into the renovated structure and a plunge basin was designed. A design report, construction drawings, technical specifications, contract documents, and engineer’s estimate comprise the project deliverables. IBWC Amistad Dam Geotechnical Analysis Del Rio, Texas Performed a geotechnical investigation of the dam abutments and downstream rock slopes to evaluate the rock slope stability of massive limestone escarpments. Rock instability, within the escarpments, adjacent to the dam and powerhouse, posed serious geo-hazards to the facilities and workers safety. The geotechnical analysis identified several feasible stabilization alternatives. The identified alternatives were compared utilizing a cost:benefit economic analysis using life cycle costs. A recommended alternative was established and a final rock slope stabilization design was developed Attachment 1 C5 - 23 NRCS Sandstone Creek Flood Control Structure #16A Cheyenne, Oklahoma Conducted hydrologic and hydraulic analyses for the NRCS, contributing to the preparation of the Supplemental Watershed Plan for the referenced structure. Specific responsibilities included developing watershed hydrologic models using NRCS TR-20, SITES, and HEC-RAS software. Principal spillway hydrographs (PSH) were developed to establish the size of the principal spillway, which permitted a 10-day reservoir drawdown. In addition, the freeboard hydrograph (FBH) was developed to establish the top of the dam crest and the auxiliary spillway hydrograph (ASH) was developed to establish the geometry of the auxiliary spillway. Reservoir stage / discharge relationships were developed, utilizing bathymetric / topographic survey data and the magnitude of wave action was quantified to determine dam freeboard requirements. Dam breach analyses were performed under “Sunny Day” conditions, using HEC-RAS. The results of the hydrologic and hydraulic analyses were integrated into the Sandstone Creek #16A Supplemental Watershed Plan. NRCS Cobb Creek Flood Control Structure #2 Colony, Oklahoma Conducted hydrologic and hydraulic analyses for the NRCS, contributing to the preparation of the Supplemental Watershed Plan for the referenced structure. Specific responsibilities included developing watershed hydrologic models using NRCS TR-20, SITES, and HEC-RAS software. Principal spillway hydrographs (PSH) were developed to establish the size of the principal spillway, which permitted a 10-day reservoir drawdown. In addition, the freeboard hydrograph (FBH) was developed to establish the top of the dam crest and the auxiliary spillway hydrograph (ASH) was developed to establish the geometry of the auxiliary spillway. Reservoir stage / discharge relationships were developed, utilizing bathymetric / topographic survey data and the magnitude of wave action was quantified to determine dam freeboard requirements. Dam breach analyses were performed under “Sunny Day” conditions, using HEC-RAS. The results of the hydrologic and hydraulic analyses were integrated into the Cobb Creek #2 Supplemental Watershed Plan. Mulatos Flood Control and Water Supply Dam Sonora, Mexico Designed a retention storage dam in a remote area of Sonora, Mexico as part of a new mining development. The earthen and rock fill dam impounded a tributary of the Rio Mulatos. A watershed hydrologic model was developed using industry standard hydrologic methodologies for existing and future conditions. The hydrologic analysis included a characterization of the pre-development and post-development watershed conditions including watershed delineation, drainage area, hydraulic flow path, soil type, and land use analysis. These data were used to determine the watershed runoff; reservoir stage/storage, and stage/discharge relationships. The SCS curve numbers for present and future conditions using antecedent moisture conditions II for the 2-, 5-, 10-, 25-, 50-, and 100-year, 24-hour and PMF (using transposition method) storm events were used in developing the hydrologic model. A hydraulic model for the site was developed utilizing industry standard methodologies. Details for the principal spillway and the diversion conduit to its downstream point of discharge were designed. Avra Valley Water Co-Op Arizona Performed hydrogeologic investigation of the Avra Valley alluvial basin, in the vicinity of the Town of Marana, to determine the potential for sustainable water supplies for a public water supply well. Based on the results of the hydrologic investigation, was responsible for the selection a wellsite. Managed the design of a 1000-foot, 950 gallons per minute (gpm) well and storage tank facility. Developed construction drawings and technical specifications for the deep large-capacity public water supply well. Participated in the permitting process and provided on-site technical assistance during the aquifer testing and well construction activities. Tohono O’Odham Nation Arizona Performed a hydrogeologic investigation to determine the suitability of several sites, south of Tucson, Arizona that were being considered for development as a large gaming casino and convention center. Based on the results of the investigation, a site for the Casino Del Sol was selected and sites for two public water supply wells were identified. Designed two deep wells, each approximately 950 feet in depth, along with associated pressure and storage tank facilities. Assisted the Tohono O’Odham Nation with permitting and developing operating protocols for the water supply system. Developed construction drawings and technical specifications for the deep large-capacity public water supply well. Participated in the permitting process and provided on-site technical assistance during the aquifer testing and well construction activities. Attachment 1 C5 - 24 Tohono O’Odham Nation Arizona Performed a hydrogeologic investigation to identify the presence and quality of groundwater resources in the vicinity of the community of Why, Arizona, for a site being considered for the development as a small gaming casino. Based on the results of the investigation, a site for the casino well and sites for the supply well was identified. Managed the design of a deep well, approximately 1,150 feet in depth, along with associated pressure and storage tank facilities. Assisted the Tohono O’Odham Nation with permitting and developing operating protocols for the water supply system. Developed construction drawings and technical specifications for the deep large-capacity public water supply well. Participated in the permitting process and provided on-site technical assistance during the aquifer testing and well construction activities. Also provided design services for a water treatment facility that was required for the removal of arsenic. City of Watonga Oklahoma Performed a hydrogeologic investigation to determine the suitability of multiple sites near the community of Watonga, Oklahoma that were being considered for development of a municipal water supply source. Based on the results of the investigation, sites for three public water supply wells were identified. Managed the designed of three shallow alluvial wells, each approximately 150 feet in depth, along with associated collection, booster pumping, chemical treatment, and storage tank facilities. Assisted the City of Watonga with permitting and developing operating protocols for the water supply system. Developed construction drawings and technical specifications for the public water supply wells. Participated in the permitting process and provided on-site technical assistance during the aquifer testing and well construction activities. City of Fairmont Oklahoma Performed a feasibility study to evaluate alternatives for improving the water supply capacity and reliability of the Town of Fairmont public water supply system. The recommended improvement alternatives included mechanical and chemical rehabilitation of existing water supply wells and the installation of additional wells. Managed the well rehabilitation program that resulted in an increased water production capacity of approximately 100 percent. Also designed two additional water supply wells that were completed in fractured sandstone/shale bedrock. Developed construction drawings and technical specifications for the public water supply wells. Participated in the permitting process and provided on-site technical assistance during the aquifer testing and well construction activities. City of Enid Oklahoma Evaluated available geologic, well log, pumping test, and well production data to determine long-term impacts to three source aquifers located in western Oklahoma. Led the development of an aquifer management program, which utilized linear programming techniques to optimize water production operations while simultaneously achieving aquifer management goals. The linked optimization – simulation model integrated LINDO, a commercially available optimization package with MODFLOW, a public domain finite difference ground water modeling package. Dr. Reely led the system system installation and start-up services to municipal operations staff and provided post-installation training. Post-installation operations confirmed the recovery of the aquifer and resulted in an operational cost savings of approximately 27 percent. Soquel Creek Water District California Performed extensive site surveys and pumping plant performance testing to assess operating systems efficiencies. Evaluated available geologic, well log, pumping test, and energy demand data to assess water production and supply impacts to the coastal alluvial and bedrock aquifers. Based on the results of the investigation, an aquifer management program, which utilized linear programming techniques to optimize water production operations while simultaneously achieving aquifer management goals, was implemented. Project was done as a joint venture between the water agency and Pacific Gas & Electric, with funding created from measured energy savings. Provided system installation and start-up services to water district operations staff and provided post-installation training. Post-installation measurement and verification of energy savings confirmed a 15 percent reduction from the baseline energy costs. Attachment 1 C5 - 25 Water Authority of Jordan Hashemite Kingdom of Jordan Evaluated available geologic, well log, pumping test, and energy demand data to assess water production and supply inefficiencies. Performed extensive site surveys and pumping plant performance testing to assess systems efficiencies. Based on the results of the investigation, a water resource development strategy and operating templates were developed to efficiently meet customer water demands and minimize operational costs. Developed monitoring protocols and provided training to Water Authority operations staff. Project funding was partially secured through the U.S. Agency for International Development. PROFESSIONAL PAPERS AND PUBLICATIONS: Strength and Durability Characteristics of Pantano Soil Cement Mixtures" University of Arizona, 1985. Master’s Thesis. A Linked Optimization-Simulation Aquifer Management Model, Oklahoma State University, 1992. Ph.D. Dissertation. Energy Efficiency Study for the Mountain Water Company, Missoula, Montana, presented at the Montana Section of the American Water Works Association (AWWA) 1996 Conference, Missoula, Montana. Synopsis of EPA Wellhead Demonstration Project Conducted for the Town of Roosevelt, presented at the Watershed Success in Region 6 Conference, New Orleans, Louisiana, Summer of 1995. The Importance of Energy Efficiency in a Deregulated World, presented at the Association of California Water Agencies (ACWA) 1994 Conference, Monterey, California. Aquifer Management and Wellhead Protection in North-Central Oklahoma, presented at the following conferences:  EPA Wellhead Protection Tools for Local Governments, Dallas, Texas, 1989; New Orleans, Louisiana, 1990; and Oklahoma City, Oklahoma, 1991.  Oklahoma Conference on Protection of Waterwells from Pollution.  Oklahoma Governors Conference.  A Wellhead Protection in the Western United States. Optimization of a Municipal Groundwater Production System in North-Central Oklahoma, presented at the International Symposium on Groundwater, Nashville, Tennessee, 1992. Effects of Flyash Content on the Strength and Durability of Soil Cement Dikes for Bank Protection in Tucson, Arizona, presented at the International Conference on Erosion Control, Orlando, Florida, 1991. The Water Resource Energy Management System (WREMS): Linking Data Management and Operational Optimization, forthcoming in Annals of Operations Research, 1996. A Heuristic for Minimizing Monthly Demand Charges in Daily Water Pumping Schedules, proceedings of the 1996 Annual Meeting of the Decision Sciences Institute, 1996. Using Optimization in Municipal Aquifer Management: A Feasibility Study, proceedings of the 1992 Annual Meeting of the Decision Sciences Institute, 1992. Attachment 1 C5 - 26 Partial List of Litigation Matters in which Expert Testimony was Provided Testimony: Oklahoma Water Resources Board (OWRB) Administration Hearing re: Application of Charles M. Rowe Revocable Trust for a Permit to use Surface or Stream Water No. 2003-018, OklahomaRanch.com, LLC, Carter County, Oklahoma. Hearing Date: 12/05/2003. Deposition and Testimony: Wright Dam & Reservoir, Caddo County, Oklahoma; Teddy Neal Helderman, Denny Lee Hight and Jana Harris Hight, Plaintiffs v. Hinton Economic Development Authority and Danny Wright, Defendants, District Court of Caddo County, Oklahoma, Case No. CJ-2003-53. Hearing Date: N/A Testimony: Oklahoma Water Resources Board (OWRB) Administration Hearing re: Application for Regular Permit to Use Groundwater No. 2003-543, Lee W. Young, Logan County, Oklahoma. Hearing Date: N/A Deposition & Testimony: Western Beltway, Sections 7B, 8 and 9, Clark County, Nevada; Meadow Valley Contractors, Inc. v Clark County, Nevada, Private Arbitration: Hearing Date: N/A Deposition: The Town of Rush Springs, Rush Springs Municipal Authority, Plaintiffs v. Alvin R. Jung, P.E. d/b/a Landmark Engineering, Defendant, District Court of Grady County, Oklahoma, Case No. CJ- 2003-158. Hearing Date: N/A Testimony: Oklahoma Water Resources Board (OWRB) Administration Hearing re: Application for Regular Permit to Use Groundwater No. 2005-526, Kremlin - Hillsdale Rural Water District No.,1, Garfield County, Oklahoma. Hearing Date: 8/17/2005 Deposition: Rancho Sahuarita Aquatic Complex Failure; Zurich North America Company v. Patio Pools of Tucson, Inc., Private Arbitration. Hearing Date: 12/11/2006. Testimony: Oklahoma Water Resources Board (OWRB) Administration Hearing re: Application to Amend Permit to Use Stream Water No. 2004-022, Randall R. Williams, Jackson County, Oklahoma No. 2004- 022, . Hearing Date: 3/30/2007 Deposition/Testimony: Don Quarles, et al., Plaintiffs vs. United States of America, ex rel., Bureau of Indian Affairs, et al., Defendants, Case No. 00-CV-913-GKF-PJC in the United States District Court for the Northern District of Oklahoma. Date: 09/28/2007. Deposition & Testimony: Washington / Buffalo Park Stormwater Drainage System; Apco Construction v. City of Las Vegas, Nevada, Private Arbitration. Hearing Date: 7/25/2008 Deposition & Testimony: Sloan Channel Stormwater Drainage System; Meadow Valley Contractors, Inc. v. Clark County, Nevada, Private Arbitration. Hearing Date: 10/14/2008 Deposition: Alamagordo; Johnson & Danley Construction Co., Inc. and Meadow Valley Contractors, Inc. v. The State of New Mexico, ex rel. New Mexico Department of Transportation f/k/a New Mexico State Highway and Transportation Department, Case No. D-1215-CV-200400169 in the Twelfth Judicial District Court of New Mexico. Hearing Date: N/A. Deposition: City of Kingfisher Flooding; Michael Blair and Denise Blair, et. al., Plaintiffs v. Union Pacific Railroad Company, a Delaware Corporation, Defendant, Case No. CIV-08-360-M in the United States District Court for the Western District of Oklahoma. Hearing Date: N/A Attachment 1 C5 - 27 International Project Experience (Countries outside the US) Jordan (Amman) – Operational Analysis of Regional Water Supply System Germany (Berlin) – Managed Design – Build of “Yellow Submarine” motion-based simulator Japan (Tokyo) - Managed Design – Build of “Yellow Submarine” motion-based simulator Japan (Gifu) – Managed Design – Build of Aquatic Habitats & Exhibits for Commercial Aquarium Argentina (Buenos Aries) - Managed Design – Build of Habitats & Exhibits for Zoological Garden Poland (Krakow) - Managed Design – Build of Habitats & Exhibits for Commercial Shopping / Entertainment Center Sri Lanka (Columbo) - Managed Design – Build of Habitats & Exhibits for Commercial Shopping / Entertainment Center Thailand (Bankok) – Provided technical consultation to Government of Thailand regarding local groundwater recharge & recovery projects. Portugal (Lisbon) - - Managed Design – Build of Habitats & Exhibits for Commercial Shopping / Entertainment Center Canada (Vancouver) – Design & Project Development services for commercial / residential land development project. Educational Experience University of Arizona, Tucson, AZ.: Lecturer, CE 407 “Issues in Professional Engineering Practice” Engineering / Hydrologic Software Experience (Partial List) Microsoft Office USGS MOD-FLOW Microsoft Project USGE MOD-PATH AutoCAD THWells Autodesk Civil / Land Development EPANet AutoCAD Civil 3D WaterCAD Microsoft Office NRCS TR-55 HEC-RAS NRCS TR-20 HEC-HMS NRCS SITES Software Development Experience Water Resources Energy Management System (WREMS) – Managed the development of this software which is utilized for identifying “least cost” operational strategies for water utilities. Hydraulically Balanced Irrigation System (HBIS) – Managed the development of this software which is utilized for identifying irrigation strategies for optimal delivery of water and nutrients to wood fiber products tree farms. Attachment 1 C5 - 28 EDUCATION • B.S., Environmental Engineering, Texas A&M University, College Station, TX, 2000 LICENSING • Professional Engineer No. 64522, California AWARDS • 2007 APWA Central Coast Chapter “Young Professional of the Year” PROFESSIONAL AFFILIATIONS • Member, American Society of Civil Engineers CONTINUING EDUCATION • HEC-RAS River Analysis System Course • Construction of Hot Mix Asphalt Pavements Seminar • Rubberized Asphalt Concrete Technology Seminar • Streets and Technology Conference • Micropaver Training BACKGROUND Ms. Wheeler joined Filippin Engineering in August 2010, after working for Penfield & Smith from 2001. At Penfield & Smith, she worked in a number of capacities in the Construction Management Department including inspector, project manager, construction manager, resident engineer, and department head prior to her departure. Ms. Wheeler also has agency experience working for the Los Angeles Department of Water and Power as a Water Resources Engineer performing complex data analyses on various Excel based models, and for the City of Los Angeles Public Works Department in the Major Sewers Engineering Division, assisting in the design and construction management of large diameter sewers. EXPERIENCE Ms. Wheeler has extensive experience performing construction management and inspection tasks including field evaluation, construction inspection, development of design alternatives, and preparation of construction drawings and specifications for a variety of public works projects. Her experience ranges from roadways and parking lot construction to complex utility conveyance system s. She excels at communicating design changes and issues to clients and contractors, consistently providing intelligent and well thought out solutions to complex project issues, and coordinating multiple agencies involved in large projects, such as Santa Barbara Cottage Hospital and the City of San Luis Obispo Tank Farm Gravity Sewer, Force Main, and Lift Station project. Ms. Wheeler is proficient in a variety of computer applications including AutoCAD, Civil 3D, Microstation, Micropaver, FLO-2D, Sketch Engineering, HEC-RAS, Microsoft Project, and the Microsoft Office Suite of programs. REPRESENTATIVE PROJECTS Phase 3 and Phase 4 Lateral Replacement Projects, Santa Ynez Design and construction management support for two water main projects for the Santa Ynez River Water Conservation District. Projects each include installation of approximately 1,000’ of 6” PVC. Phase 4 also includes boring to span under three 60” culverts in Santa Barbara County Road right of way. Lower Mission Creek, Reach 1A, Phase 1, Santa Barbara County Construction management and Resident Engineer for a project in downtown Santa Barbara that consists of widening that portion of Lower Mission Creek from State Street to the Romasanta pedestrian bridge by constructing a CIDH Secant Pile wall system. The work included dewatering with cofferdams, demolition of existing structures, secant pile drilling, excavating, placing and hauling compacted fill, architectural treatment to walls, installation of storm drain inlets, installation of fish passage structures, and reconstruction of a cantilever deck patio. Project required coordination between multiple agencies including City of Santa Barbara, County of Santa Barbara Flood Control District, US Department of Fish and Game, Regional Water Quality Control Board, and Army Corps of Engineers, in addition to significant public coordination. Montecito Creek Fish Passage Project, Santa Barbara County Construction management and Resident Engineer for a fish passage project that included removal of a portion of the existing concrete channel and constructing approximately 110 linear feet of concrete ogee-shaped fish ladder, a concrete sill at the existing fishway, and a lowered pool at the location of the existing spillway. Attachment 1 C5 - 29 Monterey Street Rehabilitation Project, City of San Luis Obispo Performed resident engineer duties on a complete right-of-way facelift along a major commercial corridor in the City of San Luis Obispo. Improvements included a full street grind/level/overlay as well as new curb & gutter, sidewalks, driveways, and access ramps—all upgraded to current ADA standards. This project included successful implementation of a significant public-relations effort for the surrounding businesses. Caltrans Construction Manual Procedures were implemented for the management of this project, as it was completely funded with ARRA funds. Tank Farm Gravity Sewer, Force Main, and Lift Station, San Luis Obispo Construction management of a $10 million gravity flow sewer, force main, and lift station project. Project constraints included construction through Caltrans, City, County, and private right-of-way, excavation through contaminated material sites, and construction adjacent to environmentally sensitive habitats. Cottage Hospital Project, Santa Barbara Design and construction management for an 8’x8’ reinforced concrete box culvert and associated road, sewer, water and dry utility improvements. Project required coordination between multiple agencies including City of Santa Barbara, County of Santa Barbara Flood Control District, US Department of Fish and Game, Regional Water Quality Control Board, and Army Corps of Engineers, in addition to significant public coordination. Santa Barbara Airport Terminal Replacement Project Complete civil engineering design, bid phase assistance, and construction management for the new terminal facility and associated extensive road, apron, grading, drainage and extensive utility improvements and upgrades. US 101/UPRR/Calle Real Sewer Crossing, Goleta Sanitary District Construction management and inspection for replacement of a sewer crossing. Coordination with both Goleta Sanitary District and County of Santa Barbara Flood Control District was required. Local Road Rehabilitation Project, Santa Barbara Design and construction management of the pavement rehabilitation for various concrete streets within the City of Santa Barbara. Overlay using rubberized asphalt concrete was used on Chapala Street and Hollister Avenue, along with redesign of striping and construction of multiple concrete access ramps. Gap Fire Response Projects, Santa Barbara County Construction management and inspection for the construction of five debris racks and one conrete box culvert replacement on various creeks in the County of Santa Barbara as a result of the Gap Fire. Tea Fire Response Projects, Santa Barbara County Construction management and inspection for the construction of three debris racks on various creeks in the County of Santa Barbara, the cleanout of multiple debris basins, and other various emergency measures as a result of the Tea Fire. Wastewater Treatment Plant Pavement Repair Project, Goleta Design and construction management for the pavement rehabilitation and drainage improvements for Goleta’s Wastewater Treatment Plant. UCSB Parking Lots 2006-2007 and 2007-2008, Santa Barbara Design and bid process assistance for the pavement rehabilitation of various parking lots on the UCSB campus. Attachment 1 C5 - 30 FROM: Carrie Mattingly, Utilities Director Prepared By: Jennifer Metz, Utilities Project Manager SUBJECT: SANTA ROSA SEWERLINE REPLACEMENT PROJECT – SPECIFICATION NO. 91180 RECOMMENDATION 1.Approve plans and specifications for the Santa Rosa Sewer line Replacement Project, Specification No. 91180. 2.Authorize staff to advertise for bids. 3.Authorize the City Manager to award the contract if the lowest responsible bid is within the Engineer's Estimate of $470,000. DISCUSSION Background On September 4, 2012, the City Council approved the Santa Rosa Siphon replacement project with a budget of $743,880. Video inspection had shown severe deterioration of the steel siphon indicating high risk of catastrophic failure and possible discharge into Stenner Creek (Attachment 1 –Council Agenda Report). At the same time, the Council also approved a contract for design work and the City entered into an agreement with Filippin Engineering, Inc. for the replacement of the siphon in October 2012. The delay in the project being ready for construction was due to the design engineers first exploring the elimination of the siphon by rerouting flow through an easement. However, this solution ultimately became infeasible due to narrow side yards and concerns of affected property owners. The current project design proposes to replace the siphon by utilizing horizontal directional drilling to avoid impacts to Stenner Creek. The project will require construction within Santa Rosa Road (Highway 1)subject to special conditions as dictated by Caltrans such as night work. The construction of this project has been planned for January 2014, with an estimated 60 working days, to minimize potential conflicts with the planned construction of the skate park at Santa Rosa Park which is scheduled to begin in May 2014. CONCURRENCES The City's Community Development Director approved a Categorical Exemption from environmental review for this project in October 2013. The Public Works Department staff concurs with this request. Meeting Date Item Number 11-19-2013 C4 Attachment 2 C5 - 31 Santa Rosa Sewerline Replacement Project – Specification No. 91180 Page 2 FISCAL IMPACT The City Council approved a project budget of $743,880 for the Santa Rosa Siphon Replacement Project on September 4, 2012. To date, funds have been encumbered for project design ($94,880) and right of way services ($22,900). The engineer's estimate of construction cost is $470,000. Funds will be transferred via a budget amendment request at time of contract award. Due to the sensitive nature of the project and its environment, the contingencies have been set at a higher level than usual. ALTERNATIVES Deny or defer approval to advertise. The City Council may choose to deny or defer the approval to advertise this project. Staff does not recommend this option as the existing steel siphon will continue to deteriorate and present a high risk of catastrophic failure, possibly resulting in water quality violations. Delay of the project’s construction could also result in conflicts with the planned construction of the skate park at Santa Rosa Park. ATTACHMENT Council Agenda Report – September 4, 2012 AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Plans and Special Provisions for the Santa Rosa Sewerline Replacement Project, Spec. 91180 ..\Santa Rosa Sewerline Replacement (Mattingly-Metz) Santa Rosa Sewerline Replacement (Specification No. 91180) Estimated Project Costs Construction Services: Construction $470,000 Construction Management $50,000 Materials Testing $2,500 Printing and Miscellaneous $500 Project Contingencies: $100,000 Total Project Budget: $623,000 C5 - 32 Item #Item Description Quantity Unit of Measure 1 COMPLY WITH OSHA 1 LS 2 COMPLY WITH CALTRANS ROW 1 LS 3 TRAFFIC CONTROL 1 LS 4 REMOVE (E) MANHOLE 1 EA 5 INSTALL (N) MANHOLE 4 EA 6 REHABILITATE MANHOLE 3 EA 7 BY-PASS PUMPING 1 LS 8 ABANDON (E) SANITARY SEWER 6 EA 9 12-IN HDPE SANITARY SEWER 33 LF 10 DOUBLE BARREL SANITARY SEWER SIPHON 1 LS 11 12-IN CIPP SANITARY SEWER LINER 536 LF 12 6-IN SANITARY SEWER SLIP-LINER 85 LF 13 CONNECT (E) SEWER LATERALS 14 EA 14 CONNECT (N) SANITARY SEWER TO (E) / (N) MANHOLE 10 EA 15 PAVEMENT REMOVAL, REPAIR / 155 SY 16 PORTABLE RESTROOM 50 DAYS Item #Item Description Quantity Unit of Measure 1 MANHOLE REHABILITATION 14 EA $669,990.00 $1,229,815.00 $61,810.00 $448,000.00 Total Bid Amount $505,205.00 $521,089.96 Bid List $35,000.00 $38,878.00 Unit Price Item Total $2,500.00 $35,000.00 $2,777.00 $38,878.00 $4,415.00 $61,810.00 $32,000.00 $448,000.00 Unit Price Item Total Unit Price Item Total Unit Price Item Total $781,815.00 Additive Alternate 1 $10.00 $500.00 Bid List $470,205.00 $482,211.96 $608,180.00 $30.00 $1,500.00 $35.00 $1,750.00 $40.00 $2,000.00 $2,600.00 $26,000.00 $100.00 $15,500.00 $176.00 $27,280.00 $30.00 $4,650.00 $90.00 $13,950.00 $1,000.00 $10,000.00 $342.00 $3,420.00 $985.00 $9,850.00 $160.00 $13,600.00 $4,500.00 $63,000.00 $2,365.00 $33,110.00 $3,600.00 $50,400.00 $1,500.00 $21,000.00 $75.00 $6,375.00 $76.00 $6,460.00 $160.00 $13,600.00 $401,000.00 $401,000.00 $80.00 $42,880.00 $74.61 $39,990.96 $160.00 $85,760.00 $80.00 $42,880.00 $235,000.00 $235,000.00 $215,508.00 $215,508.00 $318,000.00 $318,000.00 $2,800.00 $16,800.00 $150.00 $4,950.00 $257.00 $8,481.00 $140.00 $4,620.00 $425.00 $14,025.00 $750.00 $4,500.00 $1,650.00 $9,900.00 $1,150.00 $6,900.00 $5,000.00 $15,000.00 $5,000.00 $5,000.00 $8,276.00 $8,276.00 $26,000.00 $26,000.00 $18,000.00 $18,000.00 $2,500.00 $7,500.00 $7,274.00 $21,822.00 $7,800.00 $23,400.00 $7,000.00 $7,000.00 $5,000.00 $20,000.00 $11,499.00 $45,996.00 $10,200.00 $40,800.00 $25,000.00 $100,000.00 $2,000.00 $2,000.00 $3,671.00 $3,671.00 $2,600.00 $2,600.00 $12,900.00 $12,900.00 $37,000.00 $37,000.00 $25,871.00 $25,871.00 $10,000.00 $10,000.00 $54,000.00 $54,000.00 $10,000.00 $10,000.00 $15,549.00 $15,549.00 $4,000.00 $4,000.00 Unit Price Item Total $5,000.00 $5,000.00 $15,127.00 $15,127.00 $5,600.00 $5,600.00 $25,160.00 $25,160.00 Unit Price Item Total Unit Price Item Total Unit Price Item Total US Bidder Status: Valid Bidder Status: Valid Bidder Status: Valid Base Project PO Box 1919 3100 E Belle Terrace PO Box 5310 San Luis Obispo, CA 93406 Bakersfield, CA 93307 San Luis Obispo, CA 93403 US US Santa Rosa Sewer Line Replacement Owner: City Of San Luis Obispo Bid Opening: 01/16/14 * marks an allowance Engineer's Estimate D-KAL Engineering, Inc.HPS, Inc.John Madonna Construction Attachment 3 C5 - 33 CITY OF SAN LUIS OBISPO CALIFORNIA FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 2014, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and D-KAL ENGINEERING, INC. (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of Santa Rosa Sewer Line Replacement, Specification No. 91180 in strict accordance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Estimated Quantity Unit of Measure Item Price (in figures) Total (in figures) 1 COMPLY WITH OSHA 1 LS $15,127.00 $15,127.00 2 COMPLY WITH CALTRANS ROW ENCROACHMENT PERMIT 1 LS $15,549.00 $15,549.00 3 TRAFFIC CONTROL 1 LS $25,871.00 $25,871.00 4 REMOVE (E) MANHOLE 1 EA $3,671.00 $3,671.00 5 INSTALL (N) MANHOLE 4 EA $11,499.00 $45,996.00 6 REHABILITATE MANHOLE 3 EA $7,274.00 $21,822.00 7 BY-PASS PUMPING 1 LS $8,276.00 $8,276.00 8 ABANDON (E) SANITARY SEWER 6 EA $1,650.00 $9,900.00 9 12-IN HDPE SANITARY SEWER 33 LF $257.00 $8,481.00 10 DOUBLE BARREL SANITARY SEWER SIPHON 1 LS $215,508.00 $215,508.00 11 12-IN CIPP SANITARY SEWER LINER 536 LF $74.61 $39,990.96 12 6-IN SANITARY SEWER SLIP-LINER 85 LF $76.00 $6,460.00 13 CONNECT (E) SEWER LATERALS 14 EA $2,365.00 $33,110.00 Attachment 4 C5 - 34 Item No. Item Estimated Quantity Unit of Measure Item Price (in figures) Total (in figures) 14 CONNECT (N) SANITARY SEWER TO (E) / (N) MANHOLE 10 EA $342.00 $3,420.00 15 PAVEMENT REMOVAL, REPAIR / REPLACEMENT 155 SY $176.00 $27,280.00 16 PORTABLE RESTROOM 50 DAYS $35.00 $1,750.00 BASE BID TOTAL: $ 482,211.96 Item No. Item Estimated Quantity Unit of Measure Item Price (in figures) Total (in figures) A1 MANHOLE REHABILITATION 14 EA $2,777.00 $38,878.00 ADDITIVE ALTERNATE TOTAL: $ 38,878.00 CONTRACT TOTAL: $ 521,089.96 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications, Engineering Standards and Special Provisions. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. C5 - 35 CITY OF SAN LUIS OBISPO, A Municipal Corporation Jan Marx, Mayor Anthony Mejia City Clerk APPROVED AS TO FORM: CONTRACTOR Christine Dietrick D-KAL ENGINEERING, INC. City Attorney David Loughran, President (Rev. 12-28-09) C5 - 36 1 January 17, 2014 Project No. 140301 City of San Luis Obispo Utilities Department 879 Morro Street San Luis Obispo, CA 93401 Attn: Jennifer Metz SUBJECT: PROPOSAL FOR CONSTRUCTION INSPECTION SERVICES FOR SANTA ROSA SEWER LINE REPLACEMENT PROJECT CITY OF SAN LUIS OBISPO SPECIFICATION No. 91180 Dear Ms. Metz: Thank you for the opportunity to submit our proposal to provide Construction Inspection services for the Santa Rosa Sewer Line Replacement Project. UNDERSTANDING OF THE PROJECT It is our understanding that the construction contract time for the project is 60 working days. The scope of the construction work consists of the replacement of the existing Santa Rosa sewer siphon that crosses Stenner Creek upstream of the intersection of Santa Rosa Street and Oak Street, installation of 540LF of new Cured-in-Place Pipe (CIPP) liner in the existing 12-inch sanitary sewer pipe, and installation of 85LF of new 6-inch slip liner in the existing 12-inch sanitary sewer. It is also our understanding that the City will provide a part-time construction manager for the project and Filippin Engineering is to provide a full-time construction inspector that will report directly to the City’s Construction Manager (CM). Additionally, some night time work is expected. PROJECT APPROACH Pre-construction Services During the Pre-Construction phase FE’s inspector will meet with the City’s CM to review the contract documents, define the project’s goals and objectives, and establish project chain of command and limes of communication. Our inspector will also attend the project pre-construction meeting and document the existing conditions at the project site. Construction Services Our Inspector will monitor the quality of the work, assist with coordination of construction activities and material testing efforts, assist with the review of traffic control, and prepare daily construction documentation of the project. FE’s inspector will assist the City’s construction manager as needed with RFI’s, Change Orders, submittal coordination, traffic notifications, work directives, Caltrans coordination and reporting, schedule management, and project meetings. Attachment 5 C5 - 37 2 12/31/15 Post Construction Services FE’s Construction Inspector will participate in project close-out and work with the City and Caltrans to facilitate a smooth project turnover. PROPOSED FEE AND METHOD OF PAYMENT Based on our understanding of the project requirements and our experience with similar projects, we estimate that the appropriate fee required for our services will be approximately $68,700.00 including reimbursable expenses. A breakdown of our services is provided in the following table: Full-Time Inspector Inspector $110.00 Estimated Fee Pre-Construction Phase 10 $1,100 Construction Phase (60 working days) 480 $52,800 Contingency for additional work days due to CCO’s (15 working days) 120 $13,200 Post-Construction Phase 10 $1,100 Reimbursable Expenses (budget) $500 GRAND TOTAL $68,700 Our fee for this project is based on 60 working days, or 12 weeks and a contingency of 15 working days or 3 weeks should the need arise. If actual construction time is less, our costs will also be less. We have not budgeted additional fees for working extended hours. Should extended hours be required, overtime rates (1.3 times the normal billing rate) will apply. This usually corresponds to an accelerated schedule, so we anticipate that the net effect of the increase in hourly cost will not affect the overall cost. There may also be periods of time during construction when the need for our services will not be as great as projected. We will make every effort to minimize the time we spend on this project, without sacrificing the quality of our work. We look forward to working with you and the City’s staff on these projects. If you have any questions or would like to discuss our qualifications further, please don’t hesitate to call, (805) 729-0041. Very truly yours, FILIPPIN ENGINEERING Gino P. Filippin, P.E. Principal Engineer R.C.E. 57254 C5 - 38