Loading...
HomeMy WebLinkAbout08-21-2018 ITEM 11- PROGRAM AND DESIGN CONTRACT AMENDMENTS FOR THE WATER RESOURCES RECOVERY FACILITY PROJECT Meeting Date: 8/21/2018 FROM: Carrie Mattingly, Utilities Director Prepared By: David Hix, Deputy Director, Utilities – Wastewater SUBJECT: PROGRAM AND DESIGN CONTRACT AMENDMENTS FOR THE WATER RESOURCES RECOVERY FACILITY PROJECT RECOMMENDATION 1. Approve a contract amendment with CH2M Hill Engineers, Inc. (CH2M) for $446,177 for completion of Design Services for the Water Resource Recovery Facility Project , Spec. No. 91363 (Attachment A). 2. Approve a contract amendment with Water Systems Consulting, Inc. (WSC) for $237,884 for completion of Phase 3 Program Management Services for the Water Resource Recovery Facility Project , Spec. No. 91219 (Attachment B). 3. Approve funding of $40,000 for Project Labor Agreement legal services/representation. 4. Approve transfer of $744,061 from Sewer Fund working capital to the Water Resource Recovery Facility project account. DISCUSSION Several key items of the Water Resource Recovery Facility (WRRF) project have recently experienced significant change from the original scope of work for the design and program consulting firms. Two of these, a Motor Control Center (MCC), and the Prado Road Overpass and Elks Lane design are the result of studies and plans that are just now being finalized. Additional costs for managing the Prado Road Overpass design, pre-qualification of contractors, assisting in the procurement of construction management services, assistance in grant funding, Project Labor Agreement (PLA) assistance, and other identified support services are also resulting in out-of-scope costs. Design The Prado Road Overpass will require the entrance to the WRRF, Corporation Yard (Corp Yard), and Bus Facility to be realigned to match grade with the eastern segment of Prado Road and the realignment of Elks Lane. This has resulted in the entra nce to the facility being shifted east from the original entrance and portions of the WRRF frontage moving south to accommodate the final design of Prado Road including additional travel lanes, sidewalks and bike paths. This layout for the Prado Road Overpass and subsequent design changes were not anticipated in the original scope and required significant additional work from the consultants to accommodate the wider road section. These improvements necessitated significant effort to modify site grading and drainage while the alignment and grade of the overpass have yet to be finalized . The entrance has been designed to accommodate not just WRRF access, but the Corp Yard and bus facility, as the Prado Road Overpass will close all existing access to these facilities. Appropriate cost sharing among funds for frontage improvements associated with the construction of the Prado Road Overpass will be addressed at a later date. Packet Pg. 385 Item 11 Realigned Elks Lane The WRRF Prado Road Overpass New WRRF Entrance Flood Control Required flood modeling for the WRRF has revealed significant challenge s to ensure construction of the project will not result in potential flooding of adjacent properties while also enabling the design to protect critical processes. Two-dimensional (2D) flood modeling has been completed and resulted in many design changes and modifications that will protect the entire campus and surrounding areas. One unanticipated change in flood elevation affected Motor Control Center A, which houses the electrical and control equipment for the WRRF headworks (which screens and pumps wastewater through the plant). After in-depth study, it was determined the MCC would have to be moved and redesigned. The recommended CH2M contract amendment includes a technical contingency of $50,000 to provide additional support for any remaining design costs related to the final flood model, support for the addition of a PLA or local hiring requirements in the bidding documents, and additional services such as, but not limited to, the development of a drainage report, and schedule development and analysis t o ensure detailed and accurate bidding documents. Program Management The design modifications and additional out-of-scope work have resulted in cost impacts to the Program Management work scope. Below is a list of the requested amendments: 1. Prado Road Overpass/Elks Lane coordination. The design is a condition of the project, has schedule impacts, and is important for the approval of the project. 2. Prequalification of contractors to ensure that vetted, qualified contractors may provide bids for the construction phase of the WRRF project. This process has resulted in several general contractors and two control systems integration subcontractors being qualified. The City will be re-advertising the prequalification request for electrical subcontractors. 3. Assistance and support in the procurement of a qualified and experienced construction manager for the WRRF project. 4. California Office of Emergency Services (CalOES) grant support. The City has been tentatively approved for a $3-million grant for flood mitigation which is now in the process Packet Pg. 386 Item 11 of approval by the Federal Emergency Management Agency (FEMA). This grant continues to require support to provide information and technical details. 5. PLA study session, negotiations, document development, and local hiring requirements. This work scope funds the July 10, 2018 study session with the Council and supports the anticipated document development, forthcoming negotiation, and alternative local hiring requirements. 6. Significant additional flood modeling has been required to achieve a design that meets the City’s flood requirements and preserves the integrity of adjacent properties from flood hazards. 7. The 95 percent design submittal consists of a substantial volume of plans and specifications that the City is committed to review and return to CH2M to preserve the project schedule. Project Labor Agreement (PLA) This request is for the transfer of $40,000 from sewer fund working capital for counsel/representative for the PLA. Staff has retained Michael Vlaming, of Vlaming and Associates, who possesses extensive experience representing municipalities and developing PLAs. Mr. Vlaming brings years of experiences in negotiating PLAs, has working relationships with trade organizations, and understands the intricac ies of construction labor and public works projects. City staff continues to focus the scope of the PLA to understand future costs of not only development, but ongoing management and labor compliance throughout the WRRF project. Additional requests for PLA funding will likely be presented to Council during the additional phases of program management and the construction management agreements later this year or in the first half of 2019. PLA costs are eligible for reimbursement through the State Revolving Fund (SRF) loan for the WRRF project. ENVIRONMENTAL REVIEW The City Council adopted Resolution 10740 (2016 Series) certifying the environmental impact report (EIR) for the WRRF project (SCH #201510144) on August 16, 2016. The proposed contract amendme nts for additional design services is consistent with the project analyzed under that EIR and this action does not trigger the need for additional environmental review at this time. FISCAL IMPACT Program Management Services This amendment to WSC’s Phase 2 and 3 program management contract will cost $237,884. With a projected balance of $12,183,561 for FY 2018-19, the Sewer Fund has sufficient unreserved working capital to pay for the requested program, design, and PLA expenditures. Original WSC Contract for Phase 2 and 3 $3,435,453 Amendment for Phase 3 + $237,884 Total WSC Contract for Phase 2 and 3 $3,673,337 Packet Pg. 387 Item 11 Industry average for total program related services for a p roject such as the WRRF are six percent of the entire project co st. Total project costs for the WRRF are estimated to be $140 million, which places WSC’s anticipated total program management contract for Phases 1 through 5 within an acceptable range. Design Services This amendment to CH2M’s design contract will cost $446,177. As described above, the Sewer Fund has sufficient unreserved working capital to pay for this expenditure. CH2M Contract for Design Services $8,539,139 Amendment for Phase 3 + $446,177 Total CH2M Contract for Design $8,985,316 Industry average for design related services for a project such as the WRRF range from eight to 15 percent of the entire project cost. Total construction cost for the WRRF is estimated to be $114 million, which places CH2M’s anticipated total design contract at the lower end of the industry standard. Project Labor Agreement Vlaming and Associates’ proposal for PLA representation and development will cost $40,000. The cost has been encumbered within the WRRF project account but was not previously budgeted for. This request will replenish the WRRF project account for these services and ensures the best documentation for SRF loan reimbursement. Total costs for the project will continue to be refined as bids and proposals are authorized for project construction, construct ion management, engineering services during construction, contingencies, Phases 4 and 5 of program management, labor compliance, and other related professional services. ALTERNATIVE Elect not to approve the contract amendments or approve PLA funding. The City Council may elect not to approve the contract amendments and/or funding at this time. Council may select this alternative if it believes that the program, design and PLA development may be accomplished in a different manner. Staff does not recommend this alternative due to complicated nature of the project, project schedule and minimal time to accomplish these tasks, and the lack of in-house experience. Attachments: a - CH2M Amendment and Scope b - WSC Amendment and Scope Packet Pg. 388 Item 11 AMENDMENT TO AGREEMENT NO. 3 THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on ______________________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and CH2M Hill Engineers, Inc., hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on November 23, 2015 the City entered into an Agreement with Contractor for Design Services for the Water Resources Recovery Facility per Specification No. 91363; and WHEREAS, the City desires to amend the scope of services related to: new MCC A electrical building relocation additions, Prado Road frontage improvements, flood mitigation revisions and a technical contingency, and Contractor has submitted a proposal for this purpose that is acceptable to the City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. The scope of services and related compensation is hereby amended as set forth in Exhibit A attached hereto. 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first written above. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By: ____________________________________ City Clerk Mayor Heidi Harmon APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ____________________________________ City Attorney Packet Pg. 389 Item 11 CH2M 1501 W. Fountainhead Pkwy Suite 401 Tempe, AZ 85282 (480) 966-8188 (T) (480) 966-9450 (F) www.ch2m.com July 27, 2018 Mr. Dave Hix Deputy Director - Wastewater Public Utilities City of San Luis Obispo 879 Morro Street San Luis Obispo, CA 93401-2710 Subject: City of San Luis Obispo – Water Resource Recovery Facility Project Revised Amendment No. 3 Request Dear Mr. Hix, As we progress towards the Construction Document Development (95%) Stage of the Project, there are three changes that have occurred resulting in additional scope for the project. The additional scope of the project has developed in the following areas: •Item No. 1 – MCC-A Electrical Building Flood Mitigation •Item No. 2 – Prado Road Frontage Revisions •Item No. 3 – Flood Mitigation Revisions In addition to the changes to the scope of work, the duration of the design portion of the Contract needs to be revised. Item No. 1 – MCC-A Electrical Building Flood Mitigation Existing MCC-A provides power and control to the influent pump station, headworks and grit systems at the head of the treatment process. The finish floor of the building is below the predicted 100-year flood elevation across the site. The Facilities Plan recommended that flood protection measures be included in the project to protect the building during a flood event. Several options were considered during the design development, however due to the existing building construction and floor slab, it was determined that the facility could not be provided with robust flood protection to prevent infiltration during the 100-year event. The City has decided to provide a new MCC-A building which can be constructed to provide the required flood protection. The existing MCC-A building will be retained as a terminal junction box to minimize cost of recircuiting the existing loads. The 95% design deliverable will include the following drawings associated with this change: •Civil Partial Plan •Architectural Plan, Elevations and Section •Architectural Code Summary •Structural Plans •Structural Sections •Structural Sections Packet Pg. 390 Item 11 • HVAC Plans • Fire Protection Plan • PLC Panel Modification • Network Diagram • Electrical Facility Plan • One-line Diagram MCC A1 • One-line Diagram MCC A2 • Demolition One-line Diagram MCC A1/A2 • Demolition Existing MCC-A Bldg. • Electrical Site Plan • Panel Board Schedule • Terminal Jct Box Details • Motor Control and Interconnection Diagrams • Motor Control and Interconnection Diagrams • Motor Control and Interconnection Diagrams • Motor Control and Interconnection Diagrams Item No. 2 – Prado Road Frontage Revisions As a condition of approval resulting from the Architectural Review Committee (ARC) review, the Project is required to provide frontage improvements along Prado Road. Through a series of coordination meetings with the various City departments, it was determined that the Prado Road frontage must also consider the future Right of way (ROW) configuration and not preclude future traffic projects including the re-routing of Elks Lane and Hwy 101 interchange. To allow the final design to progress, the design team is required to develop the following conceptual plans for approval by the City: - Conceptual plan for future Prado Rd./WRRF access road /Elks Lane intersection. This conceptual plan will be based on a signalized intersection as shown in the preliminary layout (CAD file) provided by City. - Conceptual plan for interim Prado Rd./WRRF access road intersection based on existing conditions and edge of pavement. Conceptual plan will include temporary pedestrian improvements connecting to existing sidewalks east and west of the project. Approval of the interim conceptual plan will be the basis for the completion of the 95% and 100% construction documents. The following drawings will be affected by this change: • 05-CL-1000, Site Plan Overall Key Plan • 05-CL-1001, Location Plan Area 1 • 05-CL-1002, Location Plan Area 2 • 05-CG-1000, Grading and Drainage Plan Overall Key Plan • 05-CG-1001, Grading and Drainage Plan Area 1 • 05-CG-1002, Grading and Drainage Plan Area 2 • 06-Y-1000, Yard Piping Plan Overall Key Plan • 06-Y-1001, Yard Piping Plan Area 1 • 06-Y-1002, Yard Piping Plan Area 2 • 09-E-1000, Electrical Site Plan Overall • 09-E-1001, Electrical Site Plan Area 1 • 09-E-1002, Electrical Site Plan Area 2 Packet Pg. 391 Item 11 The Prado Road improvements will include the design for the interim improvement. Future final improvements for Prado Road are not included in this design. Those improvements will be designed in the future after the final alignment for Prado Road has been completed. We have provided a credit for the Prado Road design work that would have been required to take the original design to completion. To date, we have taken the original design to approximately 90% complete. Item No. 3 – Flood Mitigation Revisions Following completion of the 60% design submittal, it was determined that the proposed final grading, including an earthen berm around the equalization (EQ) pond, was contributing to off-site impacts during a 100-year flood event. The 95% deliverable has progressed with removal of the berm and regrading of the EQ pond to maintain the required 8.75 million gallons of storage. Subsequent flood modeling analysis by the City’s consultant has identified additional grading changes required at the plant entry road and northern access road at the EQ pond. In addition to the required revisions to the grading in these areas, the yard piping and duct bank models and wetland design are affected and require revisions. This Amendment includes the work to support the flood modeling and provide grading modifications based on the July 10, 2018 meeting. Further changes to the grading plans in support of the flood modeling will be performed under the Technical Contingency budget. The following drawings are affected by this change: • 01-G-0055, Flood Mitigation – Site Plan • 05-CL-1001, Location Plan Area 1 • 05-CL-1002, Location Plan Area 2 • 05-CG-1000, Grading and Drainage Plan Overall Key Plan • 05-CG-1001, Grading and Drainage Plan Area 1 • 05-CG-1002, Grading and Drainage Plan Area 2 • 06-Y-1000, Yard Piping Plan Overall Key Plan • 06-Y-1001, Yard Piping Plan Area 1 • 06-Y-1002, Yard Piping Plan Area 2 • 09-E-1001, Electrical Site Plan Area 1 • 09-E-1002, Electrical Site Plan Area 2 • 10W-L-1000, Wetland Overall Plan • 10W-L-1001, Wetland Plan Area 1 • 10W-L-1002, Wetland Plan Area 2 • 10W-P-1001, Planting Plan Area 1 • 10W-P-1002, Planting Plan Area 2 • 10W-L-3001, Wetland Sections • 10W-L-3002, Wetland Cell Sections • 10W-L-3003, Planting Details • 14-C-1001 Civil Plan • 14-C-3001 Civil Section Item No. 4 – Technical Contingency Packet Pg. 392 Item 11 Upon request of the City, the Consultant will provide additional engineering services that are not described herein. A Technical Contingency budget has been established for these services. For any such work, the Consultant will first furnish a written scope and cost estimate that the City shall approve in writing before the Consultant proceeds with the work. Technical Contingency Services may include, but are not limited to, the following: • Support services for the Project Labor Agreement • Additional support for the flood mitigation process • Other services deemed appropriate by the City and Consultant • Development of a detailed construction schedule The fee estimates for performing Item Nos. 1-3 is $396,177. Please see Attachment No. 1 for the fee details. The total budget for this Amendment No. 3, including the Item No. 4 - Technical Contingency, is $446,177. In addition to the changes to the scope of work, the duration of the design portion of the Contract needs to be revised. The following are recommended changes to the Contract: Under the AGREEMENT – WITNESSETH, replace: 3. Start and Completion of the Work. Work on this project shall begin within 3 calendar days after contract execution and shall be completed within 685 calendar days thereafter. With 3. Start and Completion of the Work. The Design Engineering Scope of Work on this project shall begin within 3 calendar days after contract execution and shall be completed within 1262 calendar days thereafter. We look forward to discussing the details of this amendment at your earliest convenience. Regards, CH2M HILL Engineers, Inc. Julian Hoyle, P.E. Vice President C: Jeff Szytel, WSC Jasmine Diaz, WSC Lianne Westberg, WSC Jennifer Phillips, CH2M Barb Engleson, CH2M Emilio Candanoza, CH2M Packet Pg. 393 Item 11 Attachment No. 1 – Amendment No. 3 Fee Estimate Packet Pg. 394 Item 11 2018 $260 $177 $167 $154 $136 $156 $177 $110 1 180 $46,803 40 $7,081 30 $5,011 233 $35,884 155 $21,081 258 $40,250 40 $7,081 20 $2,200 956 $165,390 $1,200 $15,800 $0 $15,800 $182,390 2018 180 $46,803 40 $7,081 30 $5,011 233 $35,884 155 $21,081 258 $40,250 40 $7,081 20 $2,200 956 $165,390 $1,200 $15,800 $0 $15,800 $182,390 2 24 $6,240 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 24 $6,240 $0 $35,000 $0 $35,000 $41,240 2018 24 $6,240 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 24 $6,240 $0 $35,000 $0 $35,000 $41,240 3 103 $26,782 15 $2,655 25 $4,176 86 $13,245 58 $7,888 96 $14,977 21 $3,717 16 $1,760 420 $75,200 $0 $90,687 $6,660 $97,347 $172,547 2018 103 $26,782 15 $2,655 25 $4,176 86 $13,245 58 $7,888 96 $14,977 21 $3,717 16 $1,760 420 $75,200 $0 $90,687 $6,660 $97,347 $172,547 4 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 0 $0 $50,000 2018 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 $0 $0 $0 $0 $50,000 307 $79,825 55 $9,736 55 $9,186 319 $49,128 213 $28,970 354 $55,226 61 $10,798 36 $3,960 1400 $246,830 $1,200 $141,487 $6,660 $148,147 $446,177 Total Labor Hours Total Labor Costs ($) Travel and Other Expenses ($) Cannon Corp. Project Professional 1 Subconsultant Costs ($) TOTAL Flood Mitigation Revisions Technical Contingency Project Manager/Design Manager Prado Road Frontage Revisions New MCC-A Electrical Bldg Relocation Additions TOTAL Estimated Cost ($) MWA Architects Subconsultant Total Amendment No. 3 Detailed Fee Estimate Water Resource Recovery Facility City of San Luis Obispo Engineering Technician Technician Office / ClericalSr. Professional 2 Sr. Professional 1Task Nos.Task/Activity Description Labor Classification Project Professional 2 Packet Pg. 395 Item 11 Classification 2016 Rate 2017 Rate 2018 Rate Project Manager $256 $258 $260 Process Optimization $256 $258 $260 Principal-In-Charge $224 $226 $228 Principal Professional 2 $224 $226 $228 Principal Professional 1 $194 $196 $198 Sr. Professional 2 $173 $175 $177 Sr. Professional 1 $163 $165 $167 Project Professional 2 $152 $153 $154 Project Professional 1 $134 $135 $136 Staff Professional 2 $109 $110 $111 Staff Professional 1 $101 $102 $103 Engineering Technician $154 $155 $156 Technician $92 $93 $94 Office/Clerical $108 $109 $110 EXPENSES Expense Type Estimating Method Rate Auto Mileage Travel Current IRS Rate Auto Rental Travel Actual Other Travel Travel Actual Equipment Rental Operating Expense Actual Postage/Freight Operating Expense Actual Reprographics Outside Service Actual Subcontractors Outside Service Actual + 5% CH2M HILL Professionals and Technicians Hourly Billing Rate Schedule Packet Pg. 396 Item 11 AMENDMENT TO AGREEMENT NO. 3 THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on ______________________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and Water Systems Consulting Inc, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on November January 29, 2014 the City entered into an Agreement with Program Manager Services for the Water Resources Recovery Facility per Specification No. 91219; and WHEREAS, the City desires to amend the scope of services related to; contractor prequalification, construction manager procurement, construction manager coordination, CalOES Grant responses, PLA study session, negotiation and development, additional flood modeling and design submittal review and the Contractor has submitted a proposal for this purpose that is acceptable to the City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. The scope of services and related compensation is hereby amended as set forth in Exhibit A attached hereto. a. Program Management Services per proposal dated July 27,2018 at a cost not to exceed $237,884.00 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first written above. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By: ____________________________________ City Clerk Mayor Heidi Harmon APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ____________________________________ Packet Pg. 397 Item 11 City Attorney Packet Pg. 398 Item 11   PO Box 4255  l  San Luis Obispo, CA  93403  l  Phone: (805) 457‐8833  l  Fax: (805) 888‐2764  l  www.wsc‐inc.com  7/27/2018    Mr. Dave Hix  Deputy Director – Wastewater  City of San Luis Obispo  879 Morro Street  San Luis Obispo, CA 93401    SUBJECT:  PROPOSAL FOR ADDITIONAL PHASE 3 PROGRAM MANAGEMENT, ENGINEERING AND  FUNDING SUPPORT FOR THE WRRF PROJECT  Dear Dave,  As program manager for the Water Resource Recovery Facility (WRRF) Project, WSC has provided  program management, engineering support, and funding support among other services to meet the  needs of the project, maintain project schedule and support City staff.  This proposal summarizes  additional scope that will be performed by WSC in Phase 3 – Final Design.  The proposal includes the  following primary activities:  (1) Contractor Prequalification: Prepare three prequalification packages, perform contractor  outreach and conduct prequalification process.  Revise and reissue electrical contractor  prequalification package to increase participation.  (2) Construction Manager Procurement: Lead procurement of the Construction Manager for the  WRRF Project.  (3) Construction Manager Coordination: Support onboarding of selected Construction Manager and  review early deliverables.  (4) California Office of Emergency Services (CalOES) Grant – Round 1 Request for Information (RFI)  Response: Prepare response package for the flood improvements grant application, including  updated scope of work and cost estimate.  (5) Project Labor Agreement (PLA) Study Session: Prepare presentation materials and participate in  Council Study Session on PLAs and local hire preferences.   (6) PLA Negotiation and Development: Support the City with negotiating a PLA and incorporating  the PLA into the WRRF Project contract documents.   (7) Additional Flood Modeling: Collaborate with Design Engineer on civil design to meet 100‐year  flood criteria in Drainage Design Manual (DDM), run additional flood modeling scenarios, and  complete flood report.  (8) Design Submittal Review: Facilitate review and completion of the front‐end documents.  A detailed scope of work which describes each activity is attached.  The estimated cost for this scope of  services is $237,884, as shown in the attached cost proposal.  Thank you for the opportunity to provide you with this proposal.  Please feel free to contact us if you  have any questions.  We can be reached at 457‐8833; Jeff is ext. 101 and Lianne is at ext. 108.  Packet Pg. 399 Item 11 Mr. Dave Hix, page 2  7/27/2018  Sincerely,         Water Systems Consulting, Inc.     Jeffery M. Szytel, PE, MBA     Program Manager            Lianne S. Westberg, PE  Assistant Program Manager      Enclosures:  Scope of Work dated 7/27/18  Cost Proposal dated 7/27/18  Packet Pg. 400 Item 11 WRRF Project ‐ Phase 3 7/27/18  Scope of Work for Additional Phase 3 Program Management, Engineering and Funding Support  1  TASK 1.0 CONTRACTOR PREQUALIFICATION 1.1 Contractor Prequalification   Lead development of the prequalification packages for the general contractor, electrical  subcontractor and I&C integrator subcontractor utilizing a template provided by the City’s  contract legal support, BB&K.     Conduct multiple meetings/calls with the project team to develop the minimum qualification  criteria and finalize packages.   Prepare for and conduct the outreach meeting with potential contractors.   Administer the prequalification process, including responding to questions, preparing addenda,  and reviewing prequalification packages.   Prepare short list of contractors and notify unsuccessful proposers.    1.2 Contractor Outreach   In order to inform development of the minimum qualification criteria for each prequalification  package and generate project interest, perform outreach to potential contractors and  subcontractors.   Summarize outreach results for review by City.  1.3 Electrical Contractor Prequalification   Due to limited response to the initial Request for Qualifications (RFQ) for electrical  subcontractors, revise and reissue the electrical subcontractor prequalification package.   Prepare for and conduct the outreach meeting or conference call with potential electrical  subcontractors.   Perform outreach to potential electrical subcontractors to refine the minimum experience  requirements included in the RFQ and generate interest in the project.   Administer the prequalification process, including responding to questions, soliciting DBE  participation, preparing addenda, and reviewing prequalification packages.   Prepare short list of contractors and notify unsuccessful proposers.  Deliverables: Prequalification packages for General Contractor, Electrical subcontractor, and I&C subcontractor (3 packages); Summary of outreach results; Outreach Meeting presentation; Addenda; Revised prequalification package for electrical subcontractor TASK 2.0 CONSTRUCTION MANAGER PROCUREMENT 2.1 Construction Manager Procurement   Review Request for Proposal (RFP) for Construction Manager, which has been prepared by the  City.  Provide changes for consideration by the City, including changes to comply with SRF  requirements.  Prepare addenda for changes that are agreed upon by the City.  Scope assumes  up to 2 addenda.  Packet Pg. 401 Item 11 WRRF Project ‐ Phase 3 7/27/18  Scope of Work for Additional Phase 3 Program Management, Engineering and Funding Support  2   Perform prioritized outreach to CM firms to solicit interest and participation.   Provide support to City during solicitation of RFP, including preparing responses to questions.   Prepare materials and conduct pre‐proposal meeting for proposers at the SLO WRRF.     Coordinate and participate in proposal evaluation, including:   (1) Review proposals (assumes 4 proposals and 4 hours of review per proposal per  reviewer);  (2) Contact references for each respondent;  (3) Prepare evaluation/scoring template;  (4) Plan, organize, conduct and document one four (4) hour workshop to evaluate  proposals and select top candidates for interviews.   Coordinate and prepare for interviews with selected firms.  Participate in up to one (1) day of  interviews and conduct one two (2) hour debrief meeting with evaluation committee after  interviews.   Prepare award recommendation letter based on evaluation committee’s review of the proposals  and interview.  Prepare letters/emails to those proposers not selected.   Support the City in scope and contract negotiations with the selected Construction Manager.  It  is difficult to estimate the effort it will take to negotiate a contract with selected proposer, thus  scope assumes 32 hours total.   Support the City in debriefs with the unsuccessful proposers.   Deliverable: Pre‐Proposal Meeting PowerPoint Presentation; Evaluation/Scoring Template; Award Recommendation Letter TASK 3.0 CONSTRUCTION MANAGER COORDINATION 3.1 Construction Manager Coordination   Participate in a kick‐off meeting with the City and the selected Construction Manager as detailed  in the Construction Management and Inspection Services scope of work.   Provide Procore training to the selected Construction Management Team.  3.2 Construction Manager Deliverable Review   Review and provide comments on the Construction Manager’s Pre‐Construction Conference  agenda, PowerPoint presentation, and meeting minutes.   Review and provide comments on the Construction Manager’s Construction Management Plan  (CMP).  Assume review of a draft and final CMP.  Packet Pg. 402 Item 11 WRRF Project ‐ Phase 3 7/27/18  Scope of Work for Additional Phase 3 Program Management, Engineering and Funding Support  3   Review Construction Manager’s comments on the bid documents.  Participate in one (1)  coordination meeting with the City, Design Engineer, and Construction Manager to review and  discuss Construction Manager’s bid document review comments.  Coordinate with the City, the  Design Engineer, and the Construction Manager to resolve comments on the bid documents.   Review and provide comments on the Construction Manager’s Quality Control and Quality  Assurance (QA/QC) Plan.  Assume review of a draft and final QA/QC Plan.  TASK 4.0 CALOES GRANT – ROUND 1 RFI RESPONSE 4.1 RFI Response for Flood Improvements Project   Prepare and submit response package to CalOES to address all items listed in the RFI received by  the City in April 2018.  The response package includes: updated scope of work and cost estimate  to remove the Equalization Pond berm from the grant request and add in the new MCC‐A;  detailed loss of service information; and supporting data and invoices for pre‐awards costs.   Support the City in on‐going coordination with CalOES and responding to any follow‐up RFIs  from CalOES and/or FEMA.  The scope assumes an allowance of 16 hours for on‐going support  with the CalOES grant.  TASK 5.0 PROJECT LABOR AGREEMENT (PLA) STUDY SESSION 5.1 Preparation, Support and Council Presentation   Participate in conference calls and in‐person meetings to prepare for a City Council Study  Session on local hire preferences and Project Labor Agreements (PLAs).   Prepare materials for City Council Study Session including a PowerPoint presentation.   Contract general contractors and electrical subcontractors who submitted prequalification  packages to solicit feedback to City Council on potential local hire and PLA requirements.   Review agenda correspondence and other materials in preparation for City Council Study  Session.   Participate in City Council Study Session.  Deliverables: City Council Study Session PowerPoint Presentation TASK 6.0 PLA NEGOTATION AND DEVELOPMENT 6.1 PLA Negotiation   Assist the City Attorney’s office and City Utilities staff in the negotiation of a PLA with the Tri‐ Counties Building and Construction Trades Council (BTC) and other craft unions not represented  by the BTC.   Coordination with the City Attorney’s office and City Utilities staff to develop a negotiating plan  including a matrix identifying key negotiating points; cost, schedule, and quality considerations;  priorities; and desired negotiating outcomes.  Packet Pg. 403 Item 11 WRRF Project ‐ Phase 3 7/27/18  Scope of Work for Additional Phase 3 Program Management, Engineering and Funding Support  4   Review the draft agreement provided by the BTC and Master Labor Agreements (MLAs)  provided by individual construction trades and provide review comments.   Review PLAs from other projects/agencies to identify provisions that might potentially be  included in the WRRF PLA.   Participate in negotiations with the City Attorney’s office, City Utilities staff and the BTC on  proposed PLA provisions.   Assist City Attorney’s office and City Utilities staff in the preparation of a staff report detailing  the outcome of PLA negotiations.  Participate in City Council meetings regarding PLA  negotiations.  This scope of work assumes a two‐hour kickoff meeting with the City, 24 hours for document review and  analysis, up to four meetings with the BTC, up to three meetings with trades not represented by the BTC,  eight hours to support development of a staff report to City Council, and participation in one City Council  meeting.  6.2 Contract Document Development (PLA)   Coordinate with the City Attorney’s office, City Utilities staff, outside legal counsel, and the  design engineer to incorporate PLA requirements into the contract documents   Prepare Division 01 specification detailing local worker and targeted worker participation  requirements including staffing projections, monthly reporting requirements, and penalties for  non‐compliance in accordance with the PLA.  6.3 Contract Document Development (Local Hire)   In the event PLA negotiations are unsuccessful, coordinate with the City Attorney’s office, City  Utilities staff, outside legal counsel, and the design engineer to incorporate local hire  requirements into the contract documents.   Prepare Division 00 and Division 01 specifications detailing local worker requirements including  enhanced outreach, good faith effort documentation, reporting, and penalties for non‐ compliance.  Deliverables: Division 01 Local Hire Specification (PLA); Division 0 and Division 01 Local Worker Requirements (local hire preference in lieu of PLA) TASK 7.0 ADDITIONAL FLOOD MODELING 7.1 Flood Modeling and Memo   Iterate with Design Engineer to identify civil design solution for the northern portion of the  WRRF site that meets the City’s DDM criteria.  Perform interim analyses using GIS.   Participate in conference calls as required to work through potential design changes.   Run two additional flood modeling scenarios using updated civil surfaces from Design Engineer.   Complete technical memorandum summarizing analysis.  Packet Pg. 404 Item 11 WRRF Project ‐ Phase 3 7/27/18  Scope of Work for Additional Phase 3 Program Management, Engineering and Funding Support  5  Deliverables: Flood Analysis Memorandum TASK 8.0 DESIGN SUBMITTAL REVIEW 8.1 Front‐End Document Review   Coordinate with the City, the Design Engineer, and outside counsel to review and provide  comments on additional iterations of the Division 00 and Division 01 (“front‐end”) documents,  over and above the anticipated review of the 95% and 100% front‐end document submittals.   Review the interim 95% front‐end document submittal provided by the Design Engineer.   Coordinate with outside counsel to compile review comments and return to the Design  Engineer.   Coordinate with the Design Engineer to address the review comments on the interim 95% front‐ end document submittal.   Review the interim 100% front‐end document submittal provided by the Design Engineer.   Coordinate with outside counsel to compile review comments and return to the Design  Engineer.   Coordinate with the Design Engineer to address the review comments on the interim 100%  front‐end document submittal.  Deliverables: Tabulated Review Comments Packet Pg. 405 Item 11 City of San Luis Obispo WRRF Project ‐ Additional Phase 3 Program Management, Engineering and Funding Support Cost Proposal 7/27/2018 WSC  Labor Hours WSC  Fee  Labor Fee Total Fee 1 Contractor Prequalification SUBTOTAL 224 44,429$          ‐$                44,429$           2Construction Manager Procurement SUBTOTAL 147 35,926$          ‐$                35,926$           3Construction Manager Coordination SUBTOTAL 71 16,802$          ‐$                16,802$           4CalOES Grant ‐ Round 1 RFI Response SUBTOTAL 62 10,812$          ‐$                10,812$           5PLA Study Session SUBTOTAL 35 8,284$            ‐$                8,284$             6PLA Negotiation and Development SUBTOTAL 176 41,792$          ‐$                41,792$           7 Additional Flood Modeling SUBTOTAL 0 ‐$                 67,941$         67,941$           8Design Submittal Review SUBTOTAL 50 11,898$          ‐$                11,898$            COLUMN TOTALS 765 169,943$        67,941$         237,884$         Task No.Task Description ALL FIRMSWSCHDR Packet Pg. 406 Item 11