HomeMy WebLinkAbout05/21/1991, C-10 - CONSULTING SERVICES CONTRACT TO PERFORM VALUE ENGINEERING ANALYSIS, UNIT 4 WASTEWATER TREATMENT PLANT IMPROVEMENTS IIIII��IIIIVIIIIIIIII�iII�IIIf MEETING DATE:
Cl o
Ip�u�► san LUis oBispo May 21 1991
COUNCIL AGENDA REPORT ITEM NUMBER: _ 0
FROM: William T. Hetland Prepared By: John E. Moss
Utilities Director Wastewater Division Mana9
SUBJECT: �((///��(///
Consulting Services Contract to Perform Value Engineering
Analysis, Unit 4 Wastewater Treatment Plant Improvements
CAO RECOMMENDATION:
By motion, approve and authorize the Mayor to execute an
agreement with G. S. Dodson and Associates, in the amount of
$28, 000, for consultant services to perform a Value
Engineering analysis of the Unit 4 Wastewater Treatment
Plant Improvements.
DISCUSSION:
As part of the City's Wastewater Management Plan
Implementation, the design of the Unit 4 Wastewater
Treatment Plant Improvements has been completed. In order
to finance the construction of this project, the City has
applied and received approval for State low interest loan
funding from the State Water Resources Control Board
(SWRCB) . One of the requirements the State has for
receiving the loan funding is that a value engineering
analysis be performed. A value engineering analysis is
basically an independent review of the detailed plans and i
specifications to verify that the most cost effective design
of the project has been accomplished.
The procedure that is followed is to first retain an
independent engineer. An initial meeting with the j
independent engineer and the design engineer, Brown and
Caldwell, is set to review the basic design and philosophy.
The independent engineer then performs a detailed evaluation
of the project. A final meeting is held between the two
consultants and City staff to analyze the independent
engineer's recommendations. A decision is made to
incorporate any changes or suggestions into the project.
Changes or suggestions which are incorporated into the
project will likely result in a construction or operational
cost savings to the City. Those suggestions that are not
incorporated into the project would have to be justified
with the State loan staff and may not be eligible for
project financing. A final report on the process is then
completed and submitted to the State.
���►���HiiuIllflpllPp°1p��IIUIII city of San its OBISpo
1doCOUNCIL AGENDA REPORT
Wastewater Management Plan
Unit 4 Value Engineering
Meeting of May 21, 1991
The firm of G. S. Dodson and Associates was selected to
perform this analysis. They are an engineering firm that
specializes in wastewater treatment and have a background in
performing value engineering studies for the State loan and
grant projects. G. S. Dodson and Associates earlier
performed the value engineering analysis for the City's Unit
3 Wastewater Treatment Plant Improvements. Formal proposals
from other firms were not requested because of G. S. Dodson
and Associate's strong background and recent experience, the
urgency in completing this work as it relates to the consent
decree, their prior experience with the City and their
knowledge of the City's facility and management plan goals.
FISCAL IMPACT:
Sufficient funding is available in the Sewer Fund to finance
the analysis. The cost for the value engineering services
contract is $28,000. A formal cost estimate and description
of the services to be provided is attached.
CONSEQUENCES OF NOT TARING THE RECOMMENDED ACTION: j
If no action is taken to perform the value engineering
analysis then the City would not comply with the loan
regulations and would not receive a low-interest loan from
the State for this project. This would result in the City
having to develop alternate financing for this project at a
significantly higher interest rate, and would likely result
in a need to implement additional sewer rate increases over
those which are currently approved. In addition, the
consent decree entered into between the City and the
California Regional Water Quality Control Board requires
this project to be advertised and bids received by August
29, 1991. In order to maintain compliance with the terms of
the consent decree it is essential that the City proceed
with this project as soon as possible.
ALTERNATIVES:
If the City wishes to receive the State low-interest loan
funding for this project, there are no legitimate
alternatives. City staff does not have the expertise to
perform this type of analysis and the State requires an
independent review, therefore use of City staff is not an
alternative. /
2 � 2.-
Il city of san LJIS OBlspo
COUNCIL AGENDA REPORT
Wastewater Management Plan
Unit 4 Value Engineering
Meeting of May 21, 1991
RECOMMENDATION:
By motion, approve and authorize the Mayor to execute an
agreement with G. S. Dodson and Associates, in the amount of
$28,000, for consultant services to perform a Value
Engineering analysis of the Unit 4 Wastewater Treatment
Plant Improvements.
Attachments:
Agreement
scope of Services
3
AGREEMENT FOR ENGINEERING SERVICES
BETWEEN THE CITY OF SAN LUIS OBISPO
AND G. S. DODSON & ASSOCIATES FOR
VALUE ENGINEERING ANALYSIS FOR
UNIT 4 WASTEWATER TREATMENT PLANT IMPROVEMENTS
THIS AGREEMENT, made and entered into on this day of
, 1991, by and between City of San Luis Obispo or
"City", and G. S. Dodson and Associates, a California corporation,
authorized to provide engineering services, "Engineer. "
WITNESSETH:
WHEREAS, City and Brown and Caldwell Engineers have
previously entered into agreement on February 23, 1988, for
engineering services for implementation of the Wastewater
Management Plan; and
WHEREAS, Brown and Caldwell Engineers have completed design
specifications for Unit 4 Wastewater Treatment Plant Improvements;
and
WHEREAS, City has submitted an application to the State of
California Division of Loans and Grants for low-interest loan
funding in excess of $10 million for the treatment plant
improvements; and
WHEREAS, the State of California requires that a Value
Engineering Analysis be performed by a qualified independent
consulting engineer for project loan funding in excess of $10
million; and
WHEREAS, -"Engineer, " is available and offers to provide
personnel and facilities necessary to accomplish the Value
Engineering Analysis within the. required time; and
WHEREAS, City and Engineer have completed negotiation of
price based on certified cost data submitted by Engineer.
NOW, THEREFORE, City and Engineer agree as follows:
I. PROJECT COORDINATION
A. City
The City Utilities Director shall be the representative of
the City for all purposes under this agreement and is designated
as the Project Manager for the City. He shall supervise the
progress and execution of this agreement.
B. Engineer
Mr. Gary S. Dodson is hereby designated as Coordinator and
Project Manager for Engineer. Should Mr. Dodson become
unavailable, Mr. Walter McLean will assume the responsibilities of
Coordinator and Project Manager for engineer. Should circumstances
or conditions subsequent to the execution of this agreement require
a substitute Coordinator and Project Manager for any reason, other
than those designated above, the Coordinator and Project Manager
designee shall be subject to the prior written acceptance and
approval of the City's Project Manager.
II. DUTIES OF ENGINEER
A. Description of Proiect
Provide a .Value Engineering study for the City of San Luis
Obispo Wastewater Treatment Plant Unit 4 Improvements, consistent
with all applicable requirements of the State and Federal
Governments for State Revolving Fund Loan Projects. Any changes
in the Project as described will be incorporated by written
Amendment executed by the City's Project Manager and Engineer.
B. Scope of Engineering Services
Engineer agrees to perform those services which are
described in detail hereafter. Unless modified in writing by the
parties hereto, duties of Engineer shall not be construed to exceed
those services specifically set forth herein.
1. Detailed scope of work identifying methods, personnel,
location, cost of services, manhours and a project
schedule may be found in the Value Engineering Proposal
submitted by G. S. Dodson and Associates on May 6, 1991
included as Exhibit A.
C. Release of Reports and Information
Any reports, information, data, or other material given
to, or prepared or assembled by, Engineer under this agreement
shall be the property of City and shall not be made available to
any individual or organization by Engineer without' the prior
written approval of the City's Project Manager.
2 -
C-�o-S
D. Conies of Reports and Information
If City requests additional copies of reports, drawings,
specifications, or any other material in addition to what the
Engineer is required to furnish in limited quantities as part of
the servcies under this agreement, Engineer shall provide such
additional copies as are requested, and City shall compensate
Engineer for the costs of duplicating of such copies at Engineer's
direct expense.
E. Oualifications of Engineer
Engineer represents that it is qualified to furnish the
services described under this agreement.
III. DUTIES OF CITY
City agrees to cooperate - with Engineer and to provide
treatment plant operation, maintenance, and performance data as
requested plus available construction or as-built drawings.
IV. COMPENSATION
For the services described in . Exhibit A which are to be
performed by the Engineer, the City agrees to pay, and the Engineer
agrees to accept, compensation at the rates estimated for labor,
travel, equipment. materials and supplies as stated in exhibit A.
In no event shall the City be obligated to pay more than $28,000
unless this contract is amended with a writing signed by both
parties. Payment shall be made within 30 days of the completion
of all work.
V. AUTHORIZATION. PROGRESS. AND COMPLETION
specific authorization to proceed with the work described in
Exhibit A shall be granted in writing by the City within a
reasonable time after the effective date of this Agreement. The
Engineer shall not proceed with the work without such
authorization. The work shall be completed within 60 days after
receipt of the authorization to proceed.
VI. TEMPORARY SUSPENSION
The City's Project Manager shall have the authority to suspend
this agreement wholly or in part, for such period as he deems
necessary due to unfavorable conditions or to the failure on the
part of the Engineer to perform any provision of this agreement.
Engineer will be paid the compensation due and payable to the date
of temporary suspension.
-3-
VII. SUSPENSION; TERMINATION
A. Right to Suspend or Terminate
The City retains the right to terminate this agreement for
any reason by notifying Engineer in writing seven (7) days prior
to termination and by paying the compensation due and payable to
the date of termination; provided, however, if this agreement is
terminated for fault of Engineer, City shall be obligated to
compensate Engineer only for that portion of consulting services
which are of benefit to City. Said compensation is to be arrived
at by mutual agreement of the City and Engineer and should they
fail to agree, then an independent arbitrator is to be appointed
and his decision shall be binding upon the parties.
B. Return of Materials
Upon such termination, Engineer shall turn over to the City
immediately any and all copies of studies, sketches, drawings,
computations and other data, whether or not completed, prepared by
Engineer, and for which Engineer has received reasonable
compensation, or given to Engineer in connection with this
agreement. Such materials shall become the permanent property of
City. Engineer, however, shall not ,be liable for City's use of
complete documents if used for other than the project contemplated
by this agreement.
VIII. INSPECTION
Engineer shall furnish City with every reasonable opportunity
for City to ascertain that the services of Engineer are being
performed in accordance with the requirements and intentions of
this agreement. All work done and all materials furnished, if any,
shall be subject to the City Project Manager's inspection and
approval. The inspection of such work shall not relieve Engineer
of any of its obligations to fulfill its agreement as prescribed.
IX. OWNERSHIP OF MATERIALS
All original. drawings, plans, documents and other materials
prepared by or in possession of Engineer pursuant to this agreement
shall become the permanent property of the City, and shall be
delivered to the City upon demand.
X. INDEPENDENT JUDGMENT
Failure of City to agree with Engineer's independent findings,
conclusions, or recommendations, if the same areas called for under
this agreement, on the basis of difference in matters of judgment
shall not be construed as a failure on the part of the Engineer to
meet the requirements of this agreement.
-4-
XI.ASSIGNMENT: SUBCONTRACTOR'S EMPLOYEES
This agreement is for the performance of professional
engineering services of the Engineer and is not assignable by the
Engineer without prior consent of the City in writing. The
Engineer may employ other specialists to perform special services
as required with prior approval by the City.
XII. NOTICE
All notices hereunder shall be given in writing and mailed,
postage prepaid, by Certified Mail, addressed as follows:
To City: William T. Hetland
Utilities Department
City of San Luis Obispo
955 Morro Street
San Luis Obispo, CA 93401
To Engineer: G. S. Dodson & Associates
165 Lennon Lane, Suite 105
Walnut Creek, CA 94598
XIII. INTEREST OF ENGINEER
Engineer covenants that it presently has no interest, and
shall not acquire any interest, direct or indirect, financial or
otherwise, which would conflict in any manner or degree with the
performance of the services hereunder.
Engineer further covenants that, in the performance of this
agreement, no subcontractor or person having such an interest shall
be employed. Engineer certifies that no one who has or will have
any financial interest under this agreement is an officer or
employee of City. It is expressly agreed that, in the performance
of the services hereunder, Engineer shall at all times be deemed
an independent contractor and not an agent or employee of City.
XIV. INDEMNITY
Engineer hereby agrees to indemnify and save harmless City,
its officers, agents, and employees of and from:
A. Any and all claims and demands which may be made against
City, its officers, agents or employees by reason of any injury to
or death of any person or corporation caused by any negligent act
or omission of Engineer under this agreement or of Engineer
employees or agents;
-5-
C -la- S
B. Any and all damage to or destruction of any property,
including the property of City, its officers, agents, or employees,
occupied or used by or in the care, custody or control of Engineer,
or in proximity to the site of Engineer's work, caused by any
negligent act or omission of Engineer under this agreement or of
Engineer's employees or agents;
C. Any and all claims and demands which may be made against
City, its officers, agents, or employees by reason of any injury
to or death of or damage suffered or sustained by any employee or
agent of Engineer under this agreement, however caused, excepting,
however, any such claims and demands which are the result of the
negligence or willful misconduct of City, its officers, agents, or
employees.
D. Any and all claims and demands which may be made against
City, its officers, agents, or employees by reason of any
infringement or alleged infringement of any patent rights or claims
caused by the use of any apparatus, appliance, or materials
furnished by Engineer under this agreement; and
E. Any and all penalties imposed or damages sought on account
of the violation of any law or regulation or of any term or
condition of any permit, when said violation of any law or
regulation or of any term or condition of any permit is due to
negligence on the part of the Engineer.
Consultant, at its own costs, expense, and risks, shall defend
any and all suits, actions, or other legal proceedings that may be
brought against or for employees on any such claim or demand of
such third persons, or to enforce any such penalty, and pay -and
satisfy any judgment or decree that may be rendered against City,
its officers, agents or employees in any such suit, action or other
legal proceeding, when same were due to negligence of the Engineer.
XV. WORKERS COMPENSATION
Engineer certifies that it is aware of the provisions of the
Labor Code of the State of California, which requires every
employer to be insured against liability for workers compensation
or to undertake self-insurance in accordance with the provisions
of that code, and it certifies that it will comply with such
provisions before commencing the performance of the work of this
agreement.
XVI. INSURANCE
For the duration of this agreement, the Engineer shall
maintain the following minimum public liability and property damage
insurance which shall protect the Engineer from claims for
-6-
injuries, including accidental death, as well as from claims for
property damage which may arise from the performance of work under
this agreement. The limit of liability for such insurance shall
be as follows:
A. Comprehensive general liability insurance, including
personal injury liability, blanket contractual liability, and broad
form property damage liability. The combined single limit for
bodily injury and property damage shall be not less than
$1,000,000.
B. Automobile bodily injury and property damage liability
insurance covering owned, non-owned, rented and hired cars. The
combined single limit for bodily injury and property damage shall
be not less than $1',000, 000.
C. Statutory workers compensation and employers liability
insurance for the State of California.
D. The Engineer shall also maintain professional liability
insurance covering damages resulting from errors or omissions of
the Engineer. The limit of liability shall be not less than
$1,0001000.
The Engineer shall submit to the City certificates and
endorsements for each of the policies listed above. Each
certificate and endorsement shall provide that the insurance
company give written notice to the Owner at least 30 days prior to
cancellation or any material change in the policy. Certificates
and endorsements for all liability policies shall provide that the
City is named as an additional insured.
XVII. AGREEMENT BINDING
The terms, covenants, and conditions of this agreement shall
apply to, and shall bind, the heirs, successors, executors,
administrators, assigns, and subcontractors of both parties.
XVIII. WAIVERS
The waiver of either party of any breach or violation of any
terms, covenant, or condition of this agreement or of any
provision, ordinance or law shall not be deemed to be a waiver of
any subsequent breach of violation of the same or of any other
term, covenant, condition, ordinance, or law. The subsequent
acceptance by either party of any fee or other money which may
become due hereunder shall not be to be a waiver of any preceding
breach or violation by the other party of any term, covenant, or
condition of this agreement or of any applicable law or ordinance.
-7-
XIX. COSTS AND ATTORNEY'S FEES
The prevailing party in any action between the parties to this
agreement brought to enforce the terms of this agreement or arising
out of this agreement may recover its reasonable costs and
attorney's fees expended in connection with such an action from the
other party.
XX. DISCRIMINATION
No discrimination shall be made in the employment of persons
under this agreement because of race, color, national origin,
ancestry, religion or sex of such person.
If Engineer is found in violation of the nondiscrimination
provisions of the State of California Fair Employment Practices Act
or similar provision of federal law or executive order in the
performance of this agreement, it shall thereby be found in
material breach of this agreement. Thereupon, City shall have the
power to cancel or suspend this agreement, in whole or in part, or
to deduct from the amount payable to Engineer the sum of Twenty-
Five Dollars ($25) for each person for each calendar day during
which such person was discriminated against, as damages for said
breach of contract, or both. Only. a finding of the State of
California Fair Employment Practices Commission or the equivalent
federal agency or officer shall constitute evidence of a violation
of contract under this paragraph.
If Engineer is found in violation of the nondiscrimination
provisions of this agreement or the applicable affirmative action
guidelines pertaining to this agreement, Engineer shall be found
in material breach of the agreement. Thereupon, City shall have
the power to cancel or suspend this agreement, in whole or in part,
or to deduct from the amount payable to Engineer the sum of Two
Hundred Fifty Dollars ($250) for each calendar day during which
Engineer is found to have been in such noncompliance as damages for
said breach of contract, or both.
XXI. AGREEMENT CONTAINS ALL UNDERSTANDINGS
This document represents the entire and integrated agreement
between City and Engineer and supersedes all prior negotiations,
representations, or agreements, either written or oral. This
document may be amended only by written instrument, signed by both
City and Engineer. All provisions of this agreement are expressly
made conditions. This agreement shall be governed by the laws of
the State of California:
IN WITNESS WHEREOF, City and Engineer have executed this agreement
on the day and year first above written.
-8-
XXII. SUBCONTRACTS
Engineer shall be entitled, to the extent determined
appropriate by the Engineer, to subcontract any portion of the work
to be performed under this Project. Engineer shall negotiate and
administer subcontracts in accordance with 40 CFR 33.295. The
Engineer shall be responsible to the City for the action of persons
and firms performing subcontract work.
The Engineer is authorized by the City to subcontract work
having a cost which will not exceed 50 percent of the total amount
of compensation due under this agreement. Subcontractors selected
shall be approved in writing by the City Project Manager.
XXIII. JURISDICTION
This agreement shall be administered and interpreted under the
laws of the State of California. Jurisdiction of litigation
arising from this agreement shall be in that state. If any part
of this agreement is found to be in conflict with applicable laws,
such part shall be inoperative, null, and void insofar as it is in
conflict with said laws, but the remainder of the agreement shall
be in full force and effect.
XXIV. BUSINESS LICENSE
The Contractor and all subcontractors shall have appropriate
business licenses in accordance with the City of San Luis Obispo
Municipal Code.
G.S. DODSON & ASSOCIATES CITY OF SAN LUIS OBISPO
By By
Gary S. Dodson, President Ron Dunin, Mayor
Attest:
Pamela Voges, City Clerk
Attest:
Jeff Jorgensen, City Attorney
C -lo-l3
EXHIBIT A
G.S. DODSON &ASSOCIATES
C O N S U L T I N G E N G I N E E R S
J 9W
May 6, 1991 ! r
LI MAY 7
lo.
Mr. John E. Moss FL1�i!Cii'
City of San Luis Obispo
955 Morro Street
San Luis Obispo, CA 93401
VALUE ENGINEERING PROPOSAL
CITY OF SAN LUIS OBISPO WASTEWATER TREATMENT PLANT IMPROVEMENT
Dear John:
Enclosed is our proposal for Value Engineering services for the
City of San Luis Obispo Wastewater Treatment Plant project. We
have provided for one Value Engineering workshop. The Value
Engineering team will convene on May 28, 1991 and conduct the Value
Engineering workshop in G. S. Dodson & Associates' Walnut Creek
office. The oral report and recommendation phase will be on
May 31, 1991, either at Brown & Caldwell's Pleasant Hill office or
at our Walnut Creek office. The written report will be submitted
by June 17, 1991.
We look forward to working with you and the City of San Luis Obispo
on this project. Please call if you need additional information or
clarification.
Sincerely,
G. S. DODSON & ASSOCIATES
ry S. odson
GSD/js
Enclosure
165 Lennon Lane, Suite 105 ■ Walnut Creek, CA 94598 ■ (415) 937-3440 ■ FAX: (415) 937-3450
METHOD TO ACCOMPLISH THE WORK
Our proposed method to accomplish the Value Engineering
study for the City of San Luis Obispo Wastewater Treatment
Plant is consistent with the guidelines and procedures
outlined in EPA's "Value Engineering Workbook for
Construction Grant Projects", MCD-29 (EPA 430/9-76-008) .
In general, value engineering procedures and methodology
are well proven and form the basis for all value
engineering studies. The technical approach to value
engineering includes the following phases:
Administration and Preworkshon Preparation
Study plan development
Coordination with client
Scheduling
Collect project information
Cost validation
Develop worksheets
Distribute design information to team members
Value Engineering Workshop
Information Phase
Speculative Phase
Evaluation Phase
Investigation Phase
Recommendation Phase
Post Study Phase
Preliminary value engineering report
Review findings with designer
The heart of the value engineering study is the value
engineering workshop. The EPA and SWRCB allow considerable
flexibility in developing a level of effort consistent with
the size and complexity of the project. Whereas large and
complex projects may require multiple teams and multiple
studies, simple plant expansions may only require a single
team and one workshop. A typical value engineering team is
composed of five members who bring interdisciplinary skills
to the project. A typical team may be composed of a
civil/structural engineer, electrical engineer, mechanical
engineer, sanitary engineer, and cost estimator. Other
disciplines such as soils engineering, architects, and
other specialists may be added to the team based on the
specific needs of the project.
1
C-P -/lv
Based on our value engineering experience and our
understanding of the project, we propose one Value
Engineering team specializing in wastewater treatment plant
design and construction. The value engineering study would
be at the 99 percent completion.
The Value Engineering workshop will be a comprehensive 40
hour session. The workshop will focus on functional
requirements, design basis, design concepts and value
analysis of specific project features. Depending on the
level of detail available for electrical and instrumen-
tation systems, our electrical-instrumentation team member
may attend only part time.
The Value Engineering team for the Wastewater Treatment
Plant Improvements would consist of the following team
members:
Team Member Specialty
Gary S. Dodson Civil/Sanitary, Mechanical
VE Coordinator
Theodore Whiton Sanitary Process
Peter Hasselman Architectural
Henry Honniball Electrical
Walter R. McLean Construction and Cost
Estimating
2
VALUE ENGINEERING TEAM MEMBERS
Our proposed Value Engineering team is composed of highly
qualified professional personnel experienced in the
planning, design, construction management and value
engineering of wastewater facilities. Many of our team
members have worked together successfully on similar Value
Engineering projects and have a full understanding of the
purpose and scope of Value Engineering.
value Engineering Coordinator
The Value Engineering Coordinator and project manager will
be Gary S. Dodson. In the unlikely event that Mr. Dodson
becomes unavailable, Walter McLean will assume the
responsibilities of Value Engineering Coordinator and
project manager.
Gary S. Dodson. Mr. Dodson is a registered professional
engineer in California with over 20 years experience in the
planning, design, and value engineering of major wastewater
projects. Mr. Dodson has completed the 40-hour Value
Engineering Workshop and has participated in 20 Value
Engineering studies. Mr. Dodson was Value Engineering
Coordinator for 14 of those studies.
Mr. Dodson has an extensive background in the planning,
design, and Value Engineering of major wastewater
facilities. From 1973 to 1977, Mr. Dodson was project
manager for the design of the 136 mgd Sacramento Regional
Wastewater Treatment Plant and the Pioneer Reservoir and
Sump 2 components of the Sacramento Combined Wastewater
Control System. As the Value Engineering coordinator for
the Greater Eureka Project, Mr. Dodson was involved in the
Value Engineering study of the Humboldt Bay outfall and
wastewater treatment plant design.
Ted Whiton. Mr. Whiton is a Project Engineer with G. S.
Dodson & Associates and has experience in process
selection, sizing and cost estimating for two water
reclamation projects. Ted also has experience in the
design and construction management for water and wastewater
projects.
Peter Hasselman. Mr. Hasselman brings to the VE team 30
years of design experience in the utilitarian/technical
architecture field. Peter has designed power plants,
transit facilities, maintenance facilities, and is
currently working with G. S. Dodson & Associates on the
design of three wastewater pumping stations.
3
Walter R. McLean. Mr. McLean has completed a 40-hour Value
Engineer training course and brings to the team more than
50 years of water and sewerage facility construction
experience. Mr. McLean has participated in 6 Value
Engineering studies, and has served as Team Coordinator for
the Port Orchard, Washington Value Engineering Study. He
has also been a member in the Portland, Oregon; City of
Eureka; City of Modesto; and Carmel Sanitary District Value
Engineering studies.
As Manager of the Engineering Division of East Bay
Municipal Utility District, Mr. McLean was responsible for
the design and construction of over $352,000,000 in water
supply and wastewater facilities including the District's
bay front sewer interceptors and wastewater treatment
facilities. As a special consultant to the Sacramento
Regional County Sanitation District, Mr. McLean recommended
an alternative
inuaefor savingseof2approximatelyr$8n000cor
0000
Henry Honniball. Mr. Honniball will be responsible for the
electrical, instrumentation and telemetry required for the
project. Henry has 35 years of experience in the design of
power distribution, controls, and instrumentation for water
and wastewater facilities.
4
RECORD OP PERFORMANCE
G. S. Dodson & Associates has completed all its assign-
ments, including Planning, Design, and Value Engineering
studies, on time and within budget. Our performance,
including quality of work, can best be judged by contacting
management and project personnel of the various agencies
and designers for whom we have conducted Value Engineering
studies.
Capacity to Perform the Work
G. S. Dodson & Associates has assembled a Value Engineering
team that is committed to performing the Value Engineering
study in accordance with the City's schedule and require-
ments. Our VE team members are aware of the necessity of
conducting the VE studies in a timely manner. Through
close coordination with the City's designers, we are able
to advise our VE team members several weeks in advance of
the scheduled workshop so that they may rearrange their
schedule to meet their VE workshop commitment. We have
always been able to meet our commitment and schedule for VE
studies without substitution of team members. However,
each firm that participates in 'our VE studies has the
capability to furnish substitute team members in the
unlikely event that a designated team member could not
participate in a VE workshop. Any proposed substitution of
team members would be submitted to the City for approval.
Experience on Multi-Jurisdictional Projects
G. S. Dodson & Associates and all subcontractors furnishing
team members have experience working on EPA funded projects
and are familiar with State and Federal rules and regu-
lations.
Conflict of Interest
G. S. Dodson & Associates and all associated firms in this
proposal are aware of the standards of conduct regarding
conflict of interest on clean water construction grant
projects (CFR 35.936-16) . Neither G. S. Dodson &
Associates nor any associated firms nor their personnel
have organizational or personal conflicts of interest with
the City of San Luis Obispo or any other agency or
individual involved with the project.
5
AORRSHOP LOCATION
G. S. Dodson & Associatesoffice is located in Walnut
design
Creek which is about 5 miles from the City
consultant, Brown and Caldwell.
We propose to conduct the workshop in our Walnut Creek
office.
The oral report of VE recommendations alongwith copies of
the VE worksheet will be presented to the City staff at the
conclusion of the workshop. The oral presentation can be
made to the City staff at Brown and Caldwell's Pleasant
Hill office or at our Walnut Creek office-
6
COST OF SERVICES
The estimated consultant hours for the Value Engineering
Workshop is shown in Table 1. We estimate that approx-
imately 254 man-hours including drafting and typing will be
required to complete the Value Engineering Workshop. Cost
of services shown for the workshop does not include time
and cost incurred by the City staff or design consultant
for participation in the VE Workshop, review of the
Preliminary VE report, or response to VE recommendations.
Based on the proposed man-hours presented in Table 1, the
estimated cost for the Value Engineering Workshop would be
$28,000.00. A breakdown of estimated cost is presented in
the attached EPA Form 5700.
7
1 _
1
i
TABLE 1
VALUE ENGINEERING
PROPOSED MANHOURS
WASTWATER TREATMENT PLANT IMPROVEMENTS
cn
J
pZ Za. 2 � QJ QN
O � _� w0 mU JU 0
O O N Z _ V Z
TASK 00 _= i z f5 m ai � z a
w z
mai as iw 30 o
Preworkshop 8 2 10
Preparation
VE Workshop 40 40 40 28 40 188
Post Study
Phase 32 2 2 2 2 8 8 56
TOTAL 80 42 42 30 42 8 10 254
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS Form Approved.
(See accompanying instructions before completing this form) OMB No. 158-RO144
PARTI-GENERAL
1. GRANTEE 2. GRANT NUMBER
rii-v of San Luis Obispo
3. NAME OF CONTRACTOR OR SUBCONTRACTOR 4. DATE OF PROPOSAL
May 6 1991
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR(include ZIP code) 6. TYPE OF SERVICE TO BE FURNISHED
165 Lennon Lane, Ste. 105 Wastewater Treatment Plant-
Walnut Creek, CA 94598 Value Engineering Workshop
PART II-COST SUMMARY
ESTI- HOURLY ESTIMATED
7. DIRECT LABOR (Specify labor categories) MATED RATE COST TOTALS -
HOURS
nod son 80 S 135 .00 $10 ,800
42 90 .00 3"780nn
2 105 .00 4 , 410
1 30 98 . 00 2, 940
42 95 .00 3 990W. R. McLean
' .
8/10 55/40 840
DIRECT LABOR TOTAL: ^ v ' "� "—S26 760
�'r`:�ay.�.ta.'..:av-aXx.,. m3.-i-.;.x�wh+.a.•:�� w:.
B. INDIRECT COSTS(Specify indirect cast Poole) RATE • BASE = ESTIMATEDCOST
INDIRECT COSTS TOTAL:
9. OTHER DIRECT COSTS .1s;
S. TRAVEL
ESTIMATED ED 4: �`X �' ..r""'
COST .".`1'=• :'};�.�.r?C.;xy.•°�.:i��', «."
(I) TRANSPORTATION aw
.3 .
(� PER DIEM s200 .'5 `'.7t"^E.. •"^+•''+Y.i^'��
TRAVEL SUBTOTAL: 5300W,„`„ ,a;�
ESTIMATED ..^ s•-� a'hs. y
b. EQUIPMENT. MATERIALS, SUPPLIES (Specify categories) OTY COST
COST iea..a. '•i+<y,,.-+,. .rZ.:
h e & mist. su oli s S 1940 = ``Z ”
r=
::E .. .r,• .... .v.
EQUIPMENT SUBTOTAL: 'C•tw: 940 .�, *. . �•'
C.SUBCONTRACTS ESTIMATED r•R_,Fr{s� x''
COST
C SV: �Yt Tu'
SUBCONTRACTS SUBTOTAL: R" l a ::ev:A 'r? .'»'•Sz `
ESTIMATED '
categories)
gter:
d. OTHER(Specify tate
COST f:s;`• *-xwx.s�.,..:r. '
SMi Pzgti .
T�w.'an�a'}r'tW' O"�•-'..'w°S.'C
-� 'aT ate` StmJtNa
OTHER SUBTOTAL: x 4 - ta ; &iS A*• =W1"�=
e.'OTHER DIRECT COSTS TOTAL: .„, �• ` «: ''' .+"" �' '^ r'=''�" x .:....Z`'s);�.:$ 1 ,240
v_ :sr .
10.TOTAL ESTIMATED COST S 28 ,0 0 0
11. PROFIT included
tZ. TOTAL PRICE
28 , 040
EPA Form 5700-41 (2.76) PAGE I OF 5
C -�-/OowZ,�
.�_ P otm Approved
OMB No. 158-RO144
PART III -PRICE SUMMARY
13. COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES MARKET PROPOSED
(Indicate basis for price comparison) PRICE4S1 PRICE
S
PART IV-CERTIFICATIONS
14. CONTRACTORS. Dodsonssociates -
14a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS?
C YES ® NO(11"Yee•• give name address and telephone number of reviewing office)
14b.THIS SUMMARY CONFORMS WITH THE FOLLOWING COST PRINCIPLES
14c.
This proposal is submitted for use in connection with and in response to (1)
City Of Sall L111S OblSPO . This is to certify to the best of my knowl,.wIge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
(Z), May 6, 1991 and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as; a result of audit, not to have been complete, current and accurate as
of the date above.
(3) May 6 . 1991
GATE OF EXECUTION
SIVNATURE OF PROPOSER
President
TITLE OF PROPOSER
14. GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and the proposed costs/price appear
acceptable for alibagreement award.
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
16. EPA REVIEWER (1f applicable)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
EPA Form 5700.41 (2.76) --
PAGE 2 5