Loading...
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