Loading...
HomeMy WebLinkAbout08/20/1991, C-10 - AMENDMENT NO. 1 TO THE CONTRACT WITH BLACK AND VEATCH ENGINEERS FOR THE DESIGN PHASE OF THE WATER TREATMENT PLANT UPGRADE AND EXPANSION. ���illl�ll►i►I�I����I����A IIIIII � MEETING DATE: I►iu�iu► city o san tins oBIspo August Zo 1991 Maine COUNCIL AGENDA REPORT ITEM NUMBER: �'0 FROM: , William T. Hetland, Utilities Director Gary W. Henderson, Utilities Engineer 4WN SUBJECT: Amendment No. 1 to the contract with Black and Veatch Engineers for the design phase of the Water Treatment Plant Upgrade and Expansion. RECOMMENDATION: By motion, approve Amendment No. 1 to the contract with Black and Veatch Engineers for the design of the Water Treatment Plant Upgrade and Expansion for an amount not to exceed $35,000. BACKGROUND: In July 1990, the City Council approved a contract with Black and Veatch Engineers in the amount of $760,000 for the design of the Water Treatment Plant Upgrade and Expansion and Watershed Sanitary Survey. The original contract included architectural services and Black and Veatch contracted with Courtney and Associates of San Luis Obispo to provide the architectural design. The initial design of the facility was presented to the Architectural Review Commission on February 19, 1991 for conceptual review. The commission felt that the design of the new building and remodeling of existing structures should be done in the existing more "industrial' style rather than the Spanish style proposed. A special ARC subcommittee was established to meet with staff and the architectural consultant. Together they worked out a mutually acceptable style. This change in style will necessitate a change in the plans which were approximately 90% complete. The additional work required to change the design is estimated to cost $35,000. Although there is an additional cost for design work, there may be a savings in construction costs because less exterior remodeling will be required for the existing structures. The Watershed Sanitary Survey portion of this contract was preliminarily estimated to cost $85,000. The State Department of Health Services is currently developing the standards for sanitary survey studies. The standards were expected to be finalized by this time but have been delayed (the state has not given an expected completion date). Since the standards are not completed and the validity of the current estimate is uncertain,staff recommends taking the $35,000 from the Watershed Survey budget. FISCAL IMPACT- The estimated cost for Amendment No. 1 is $35,000. At the time the design agreement with Black and Veatch was executed, $760,000 was encumbered in 050-9740-092-571 for this project. Amendment No. 1 will reduce the $85,000 designated for the Watershed Survey to $50,000. Once the new regulations concerning sanitary survey requirements are received, a new budget estimate will be prepared and staff will return to Council if more than $50,000 is necessary. 'ri;l,iil illl��' IIIIII� city of san L AIS osispo Hii% COUNCIL AGENDA REPORT Page Two I i I RECOMMENDATION: Approve Amendment No. 1 to the July 31, 1990 contract with Black and Veatch Engineers for ithe design of the Water Treatment Plant Upgrade and Expansion for an amount not to exceed $35,000. i i Attachments: 1. Amendment No. 1 2. Original Contract with Black and Veatch I I II, I I i i I p\gary\b&vamndl.wp I I AMENDMENT NO. 1 TO CONSULTANT SERVICE CONTRACT BETWEEN CITY OF SAN LUIS OBISPO AND BLACK & VEATCH THIS AMENDMENT NO. 1, made in duplicate and entered into this day of 1991, by and between the City of San Luis Obispo (hereinafter referred to as City) and Black & Veatch (hereinafter referred to as Consultant) , provides for changes to the Consultant Service Contract dated July 31, 1990, as follows: WITNESSETH: WHEREAS, City and Consultant have met with the City Architectural Review Committee (ARC) to consider the proposed architectural character for the Water Treatment Plant Upgrade; WHEREAS, the ARC has proposed changes to the architectural character which require redesign of previously completed work; and WHEREAS, Consultant has offered to provide the required services on the terms and conditions set forth in the AGREEMENT and as modified by this AMENDMENT; NOW, THEREFORE, in consideration of their mutual covenants the parties hereto agree as follows: 1. Description of Protect. The basic description of the Project, as provided in Attachment A to the AGREEMENT remains unchanged. 2. Scope of Services. The Scope of Services, as set forth in Attachment B to the AGREEMENT is modified to add the following: A. Develop architectural elevations of the proposed ozone building and existing control building to show new architectural character, and review with City staff. B. Prepare submittal for City Architectural Review Committee and present material to ARC. sA4mm1 1 August 7, 1991 d/0 - 3 C. Finalize building architectural design after receiving ARC approvals. 3. Compensation. Article A of Attachment C to the AGREEMENT shall be changed to increase the maximum compensation by $35,000 to $710,000. All other terms for compensation remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT on the year and date first written above. CITY OF SAN LUIS OBISPO BLACK & VEATCH By: By: J'. e 'V" Mayor James C. Hesby ATTEST: Pam Voges, City Clerk sA4mm2 2 August 7, 1991 AMENDMENT NO. 1 TO CONSULTANT SERVICE CONTRACT BETWEEN CITY OF SAN LUIS OBISPO AND BLACK & VEATCH THIS AMENDMENT NO. 1, made in duplicate and entered into this day of , 1991, by and between the City of San Luis Obispo (hereinafter referred to as City) and Black & Veatch (hereinafter referred to as Consultant) , provides for changes to the Consultant Service Contract dated July 31 , 1990, as follows: WITNESSETH: WHEREAS, City and Consultant have met with the City Architectural Review Committee (ARC) to consider the proposed architectural character for the Water Treatment Plant Upgrade; WHEREAS, the ARC has proposed changes to the architectural character which require redesign of previously completed work; and WHEREAS, Consultant has offered to provide the required services on the terms and conditions set forth in the AGREEMENT and as modified by this AMENDMENT; NOW, THEREFORE, in consideration of their mutual covenants the parties hereto agree as follows: 1. Description of Project. The basic description of the Project, as provided in Attachment A to the AGREEMENT remains unchanged. 2. Scope of Services. The Scope of Services, as set forth in Attachment B to the AGREEMENT is modified to add the following: A. Develop architectural elevations of the proposed ozone building and existing control building to show new architectural character, and review with City staff. B. Prepare submittal for City Architectural Review Committee and present material to ARC. sA4mm1 1 August 7, 1991 C-/o -S� C. Finalize building architectural design after receiving ARC approvals. 3. Compensation. Article A of Attachment C to the AGREEMENT shall be changed to increase the maximum compensation by $35,000 to $710,000. All other terms for compensation remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT on the year and date first written above. CITY OF SAN LUIS OBISPO BLACK & VEATCH By: By: L, L f 2 Mayor James C. Hesby ATTEST: Pam Voges, City Clerk sA4mm2 2 August 7, 1991 CONSULTANT SERVICE CONTRACT This contract, made this 31st day of July , 1990, by and between the City of San Luis Obispo, California (hereinafter referred .to as "City") , and Black and Veatch, Engineers- Architects (hereinafter referred to as "Consultant") . WITNESSETH WHEREAS, City desires consulting services in connection with he design and construction of certain improvements to the water treatment plant; WHEREAS, City desires to engage consultant to provide services by reason of its qualifications and experience for performing such services; WHEREAS, Consultant has offered to provide the required services on the terms and in the manner set forth herein; NOW, THEREFORE in consideration of their mutual covenants, the parties hereto agree as follows: 1. PROJECT COORDINATION a. City. The Utilities Director shall be the representative of the City for all purposes under this agreement. The Utilities Director or designated representative hereby is designated as the Project Manager for the City and shall supervise the progress and execution of the project under this agreement. b. Consultant. Consultant shall assign a single Project Manager to liaison with the City's representative. James C. Hesby is hereby designated as the Project Manager for the Consultant. Should circumstances or conditions subsequent to the execution of this agreement require a substitute Project Manager for any reason, the Project Manager replacement shall be subject to the prior written acceptance and approval of the Utilities Director. 2. DUTIES OF CONSULTANT a. Services to be furnished. The project is described in Attachment A and Consultant shall provide all specified services as set forth in Attachment B. both attached hereto and incorporated herein by this reference. Any changes in the project as described may be incorporated only by written amendment executed by the City's Project Manager and Consultant. 1 0-to -7 b. Follow-on Consul tina Services. City and Consultant agree that certain of the work to be performed by Consultant cannot be defined adequately prior to the completion of the. predesign services and that additional consulting work related to the execution of the project and not covered in Attachments A and B will be needed during performance of this agreement. It is intended that such categories of work be classified as Follow-on Services. Follow-on Services will be negotiated as they become defined and shall be authorized only by prior written agreement. c. Laws to be observed. Consultant shall to the extent of its abilities: (1) Procure all permits and licenses, pay charges and fees, and give all notices which may be necessary and incidental to the due and lawful prosecution of the services to be performed by Consultant under this agreement. (2) Keep itself informed of all existing and proposed federal, state and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, any materials used in Consultant's performance under this agreement, or the conduct of the services under this agreement. (3) At all times observe and comply with, and cause all of its employees to observe and comply with all of said laws, ordinances, regulations, orders, and decrees mentioned above. (4) Immediately report to the City's Project Manager in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement. d. Release of reports and information. Any reports, information, data, or other material given to, or prepared or assembled by, Consultant under this agreement shall be the property of City and shall not be made available to any individual or organization by Consultant without the prior written approval of the City's Project Manager. The Consultant shall be allowed, for promotional purposes, to make known the nature of the assignment in a general statement during the project and may reproduce design information after it has become public information or upon completion of this project. e. Copies of reports and information. If City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the 2 services under this agreement, Consultant shall provide such additional copies as are requested, and City shall compensate Consultant for the costs of duplicating of such copies at direct project expense in accordance with Attachment C. Fee Schedule. f. Qualification of Consultant. Consultant represents that it is qualified to furnish the services described under this agreement. 3 . DUTIES OF CITY The City shall provide the review and direction of the project. The City shall provide information as requested per Attachment A. 4. COMPENSATION a. The Consultant will be compensated for the performance of the work as described in Attachments A and B. at the rates shown in Attachment C - Phase 2 Design, Construction Drawings and Specifications, Bid and Preaward Services, an amount not to exceed $760, 000 without prior written authorization of the Project Manager. b. Consultant will bill City monthly. Billing date will be the 10th of every month. City will pay this bill within 45 days of receipt. 5. TIME FOR COMPLETION OF THE WORK a. Project design shall be completed within 240 days from date of execution of this agreement by City. b. Time extensions will be allowed for delays caused by City, or factors not directly brought about by the negligence or lack of due care on the part of the Consultant. 6. TEMPORARY SUSPENSION The Utilities Director shall have the authority to suspend this agreement wholly or in part, for such period as deemed necessary due to unfavorable conditions or to the failure on the part of Consultant to perform any provision of this agreement. Consultant will be paid the compensation due and payable to the date of temporary suspension. 7. SUSPENSION/TERMINATION a. Riaht to Terminate. The City retains the right to terminate this agreement for any reason by notifying Consultant in writing seven days prior to termination and by paying the 3 compensation due and payable to the date of termination; provided, however, if this agreement is terminated for fault of Consultant, City shall be obligated to compensate Consultant only for that portion of Consultant services which are of benefit to City. Said compensation is to be arrived at by mutual agreement of the city and Consultant and should they fail to agree, then an independent, mutually acceptable arbitrator is to be appointed and his decision shall be binding upon the parties. b. Return of Materials. Upon such termination, Consultant 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 Consultant, and for which Consultant has received reasonable compensation, or given to Consultant in connection with this agreement. Such materials shall become the permanent property of City. Consultant, however, shall not be liable for. City's use of any documents if used for other than the project contemplated by this agreement. 8. INSPECTION Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of Consultant 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's Project Manager's inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations to fulfill its agreement as prescribed. 9. OWNERSHIP OF MATERIALS All original drawings, models, plan documents and other materials prepared by or in possession of Consultant pursuant to this agreement shall become the permanent property of the City, and shall be delivered to the City upon demand. The Consultant may retain a reproducible copy for their records. 10. ASSIGNMENT: SUBCONSULTANTS: EMPLOYEES This agreement is for the performance of professional services of the Consultant and is not assignable by the Consultant without prior consent of the City in writing. The Consultant may employ other specialists to perform special services as required with prior written approval by the City. a 11. NOTICES 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 Consultant: James C. Hesby 2300 Clayton toad, Suite 12000 Concord, CA 94520-2100 12 . INTEREST OF CONSULTANT Consultant covenants that it presently has not 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. Consultant further covenants that, in the performance of this agreement, no subcontractor or person having such an interest shall be employed by Consultant. Consultant 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, Consultant shall at all times be deemed an independent contractor and not an agent or employee of City. 13 . INDEMNITY Consultant 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 Consultant under this agreement or of Consultant's employees or agents; b. Any and all damage to or destruction of the property of City, its officers, agents, or employees occupied or used by or in the care, custody, or control of Consultant, or in proximity to the site of Consultant's work caused by any negligent act or omission of Consultant under this agreement or of Consultant'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 Consultant under this agreement, caused 5 C ra-// by any negligent act or omission of Consultant under this Agreement, or of Consultant' s employees or agents; 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 Consultant 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 Consultant. Consultant, at its own cost, expense, and risk, 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 Consultant. 14 . WORKERS COMPENSATION Consultant certifies that it is aware of the provisions of the Labor Code of the State of California, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provision of that code, and it certifies that it will comply with such provisions before commencing the performance of the work of this agreement. 15. INSURANCE The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $500, 000 per occurrence and $1, 000, 000 aggregate for personal injury; and $500, 000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1, 000, 000. Said general liability policy shall name the City of San Luis Obispo as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 6 16. 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. 17. INDEPENDENT CONTRACTOR The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Consultant nor any employee of Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Consultant, or any employee of Consultant. 18. WAIVERS The waiver by either party of any breach or violation of any term, 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 or 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 deemed 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. 19. 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. 20. DISCRIMINATION PROHIBITED The Consultant, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 7 21. AGREEMENT CONTAINS ALL UNDERSTANDINGS This document represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral for this project. This document may be amended only by written instrument, signed by both City and Consultant. 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 Consultant have executed this agreement on the day and year first above written. CONSULTANT By c JArlsb CITY OF SAN LUIS OBISPO o , B —J J y May r Ron Dunin ATTEST: Pam T4oges, CClerk 8 Attachment A Description of Project Owner: City of San Luis Obispo, California Project: Water Treatment Plant Modifications and Ozone Addition General . This project provides for the design of miscellaneous improvements and the addition of ozone facilities at the City's existing water treatment facilities located on Stenner Creek Road near California Highway 1. The improvements are based on the results of the predesign and pilot studies and are generally as described herein. Ozone Facilities Ozone facilities will be provided for'preozonation of the incoming raw water as the primary disinfectant. Ozone facilities will be based on a total installed capacity of 750 lb/day and include air preparation equipment, ozone generators, fine bubble type ozone dissolution system and off-gas destruct system. Two ozone contact basins will be provided and include flexibility to maintain Whale Rock and Salinas waters separate or to treat water from either source in both contactors. Plant Influent New plant influent piping and metering facilities will be provided to maintain the two source waters separate such that Whale Rock water can be direct filtered, and Salinas water will receive full conventional treatment. Normal operation will bypass the forebay. Each of the two influent lines will be provided with raw water flowmeters and flow control valves. Flash/Rapid Mix New two-stage flash/rapid mix facilities will be provided on each of the two influent lines for chemical addition, the first stage will be designed for alum addition, while the second stage will be designed for polymer addition. Pljl A-1 C ./o - �S Flocculation The existing flocculation equipment will be removed and replaced with vertical turbine flocculators incorporating low speed, large dA ratio axial flow hydrofoil impellers and adjustable frequency drives. The basins will also be retrofitted with interstage baffles to reduce short-circuiting. - Sedimentation Basin The effluent launders will be fitted with horizontal baffles, and the sludge blow- down line will be retrofitted with a timer-initiated automatic blowdown valve. A bypass line will be added to allow ozonated and flocculated Whale Rock water to pass directly to filtration. Filtration The existing filters will be rehabilitated to provide for constant rate, effluent rate of flow control operation. The existing filter underdrains and media will be removed and replaced with dual lateral type underdrains and dual media. The wash water troughs will be removed and replaced with fiberglass units mounted higher in the box. The existing surface wash system will be removed and replaced. The filter effluent piping will be removed and replaced with new larger piping and rate of flow controllers. As second wash water supply tank and pump will be provided to reduce cycle time between successive backwashes. A new venturi meter and modulating valve will be provided in the backwash supply line for flow control. Wash Water Recovery Access ramps for a bobcat will be provided into the existing reclamation basins. The existing 8-inch gate valves will be replaced with eccentric plug valves. A package treatment plant will be provided to treat decant from the reclamation basins before it is returned to the head of the plant. The existing decant line will be rerouted to the head of the plant rather than into the later stages of the flocculation basin. Pij2 A-2 New Chemical Feed Systems The existing gaseous chlorine system will be abandoned and replaced with a liquid sodium hypochlorite system. A wash water polymer system will be provided in lieu of_filter to waste, to meet the new California Title 22 requirements. All chemical feed systems will be flow paced for dosage control but without feedback loops. Existing Chemical Feed System The 'existing powdered activated carbon system will be removed, but not replaced. Additional metering pumps will be provided for the alum, cationic polymer and anionic polymer systems to allow for the parallel influent operation and to serve as standbys. The existing fluoride system will be converted to a liquid system and relocated to the Ozone Generation Building. Electrical The existing 208 volt, single phase plant power system will be upgraded to 480 volt, three phase service to all existing and new facilities. Control The filters will be provided with new PLC based control consoles with manually- initiated automatic backwash sequencing. Control consoles will also be configured for manual operation in the event of PLC failure. One console will be provided for each of two filters. The ozone system will be provided with a PLC for automatic flow pacing of the system based on operator dosage setpoint, and for data collection. There will be minimum automatic control functions. Start-stop of all equipment will be manual. The PLCs for the above systems will be tied into the existing SCADA system using the system architecture being implemented by the City. A new terminal will be provided in the Ozone Generation Building for operator interface. Plj3 A-3 Buildings A new two-story building of approximately 7,000 square feet will be provided adjacent to the existing Administration Building. The lower floor will house the ozone air preparation equipment, the fluoride system, the sodium hypochlorite system, a lunch room, and storage. The second floor will house the ozone generators, a conference room, a new control room, and two offices. The existing laboratory will be expanded into the adjacent offices. Plj4 A-4 e-10 -�� Attachment B Agreement for Consulting Services Owner: City of San Luis Obispo, California Project: Water Treatment Plant Modifications and Ozone Facilities Scope of Services Phase 1. Predesign Study (Already Complete) Phase 2A. Design, Construction Drawings, Specifications, Bid, Preconstruction Services A. Preliminary and General Items 1. Meet with the Owner to clarify understanding of scope and parameters of the project. 2. Communicate with State agency and reach an understanding on design objectives and performance requirements. 3. Arrange for and participate in informal meetings with the Owner throughout the design phase to review progress and exchange ideas and information. One meeting per month is anticipated. B. Design Memorandum 1. Prepare a detailed design memorandum and preliminary drawings as required to establish agreement on scope, parameters, performance requirements, and project approach. Submit five copies to the Owner for review. A2d1 B-1 I Meet with the Owner and secure Owner's comments on the design memorandum and preliminary documents. Resolve any questions, revise documents if necessary, and resubmit five copies to the Owner. 3. Submit the design memorandum to the DOHS. Attend one meeting with DOHS to discuss the design memorandum with regulatory agency officials. 4. Update and distnbute the design memorandum periodically as required during the design phase. C. Geotechnical Services 1. Provide, through a subcontract, geotechnical engineering services including exploratory work, laboratory and field testing and professional guidance in tests to be made at test locations based on preliminary drawings and designs and including professional interpretations of exploratory and test data. The services will include: a. All initial geotechnical exploratory work,such as soil borings,penetration tests, soundings, subsurface explorations, laboratory tests of soils, rock formation, and other geophysical phenomena which are required to provide information for design and all other field and laboratory tests and analyses which are required to provide design information. b. An initial geotechnical report by a qualified geologist or geotechnical firm interpreting the data on the exploratory work and testing and setting out the site conditions that can be anticipated from this initial exploratory work. 2. After final design has proceeded to the point where structure locations, excavation depths, and foundation loadings have been established, have the subcontractor prepare a final geotechnical evaluation and report considering both design parameters and constructtbility. D. Construction Drawings and Specifications 1. Prepare detailed drawings and specifications for the proposed construction work and for all equipment required. The documents will be prepared for construction by private contractors on a competitive bid basis. 2. Work will be divided into the following construction (and purchase) contracts: A2d2 B-2 a. Ozone Equipment Purchase Contract. b. General Construction Contract. 3. Prepare an opinion of probable construction cost for the proposed work covered by the drawings and specifications. _ 4. Provide three (3) sets of drawings and specifications to the Owner for review at 20 percent, 50 percent completion, and after documents (the documents for a contract) are completed to the point where the final formal review processes by the Owner and (agencies) can begin. 5. Following the review of the submitted documents (the documents for a contract), meet with the Owner to discuss them and to resolve any questions. 6. After the conference with the Owner, make any necessary modifications and submit three sets of revised detail drawings and specifications to state agency for review and two sets to the Owner for record. 7. Attend one meeting to discuss the documents with DOHS. 8. After receipt of agency *review comments and Owner second review comments, revise if necessary and resubmit if necessary three sets to state agency and two sets to the Owner. 9. Upon completion of the review of the drawings and specifications, review the opinion of probable construction cost and revise and expand as required. 10. Prepare bid forms and preliminary Invitation to Bid form. E. Preliminary Plan of Operation 1. Draft a preliminary plan of operation. 2. Submit the draft to the Owner. 3. Based on Owner comments, revise draft and resubmit to the Owner and to DOHS. 4. Attend one meeting to discuss the preliminary plan of operation and answer questions, if necessary. 5. Revise plan if required and furnish 10 copies of the revised preliminary plan of operation to the Owner for files and submittal. F. Preaward Services 1. Review the construction contract drawings and specifications for completeness, bidability, and constructtbiEty. A2d3 B-3 2. Coordinate bid letting date, time, and place with the Owner and prepare final Invitation to Bid. 3. Assist and advise the Owner in placing the advertisements of the Invitation to Bid. _ 4. Identify potential contractors and suppliers, and distribute copies of the Invitation to Bid. Maintain a record of prospective bidders and suppliers to whom drawings or specifications have been issued. S. Receive deposits for and distribute construction contract drawings and specifications to prospective bidders. 6. Distribute plan holders' list to recipients of drawings and specifications prior to bid opening. 7. Distribute 10 sets of the construction contract drawings and specifications to the successful bidder. 8. Conduct, at a date and time selected and a place provided by the Owner, a prebid conference to: a. Instruct prospective bidders and suppliers as to the types of information required by the contract documents and the format in which bids should be presented. b. Review special project requirements and contract documents in general. 9. Interpret construction drawings and specifications. Prepare and issue addenda to the construction contract documents when required. 10. Assist the Owner during bid opening. Answer questions during bid opening, make preliminary tabulation of bids, and review questionnaires and bids for completeness. 11. Review and evaluate the qualifications of the apparent successful bidder and the proposed major or specialty suppliers and subcontractor. The review and evaluation will include such factors as work previously completed, references, and technical experience. 12. Prepare and distribute formal bid tabulation sheets, e,,aluate bids, and make written recommendations to the Owner concerning contract award. 13. Prepare and distribute conforming copies of the construction contract documents. These services will include review of Contractor's bonds, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract documents to the Owner for signature and distribution. A2d4 6-4 L7 -/o �2d2 Phase 2B. Watershed Sanitary Survey Engineer will conduct watershed sanitary surveys for each of the Whale Rock and Santa Margarita Reservoirs, and prepare a report presenting the results of the study. The study is intended to satisfy the California DOHS requirements under the Surface Water Treatment Rule of Title 22. The scope of services as outlined herein is based on the requirements for source evaluation as presented in Appendix K of the SWTR Guidance Manual. A. Based on field observations and discussion with the operator, a general characterization and description of the watershed will be made. Features which may be included in the description are: L Area of watershed or recharge area. 2. Stream flow. 3. Land usage (wilderness, farmland, rural housing, recreational, commercial, industrial, etc.). 4. Degree of access by the public to watershed. 5. Terrain and soil type. 6. Vegetation. 7. Other. B. Potential sources of contamination in the watershed or sensitive areas surrounding wells or well fields will be identified as discovered by physically touring and observing the watershed and its daily uses, and by also actively questioning the water system manager about adverse and potentially adverse activities in the watershed. Types of contamination which will be considered include: 1. Man Made. a. Point discharges of sewage, storm water, and other wastewater. b. Onsite sewage disposal systems. c. Recreational activities (swimming, boating, fishing, etc-). d. Human habitation. e. Pesticide usage. f. Logging. g. Highways or other roads from which there might be spills. h. Commercial or industrial activity. A2d5 B-5 i. Solid waste or other disposal facilities. J. Barnyards, feed lots, turkey and chicken farms and other concentrated domestic animal activity. k. Agricultural activities such as grazing, tillage, etc., which affets soil erosion, fertilizer usage, etc. 1. Other. 2. Naturally Occurring. a. Animal populations, both domestic and wild. b. Turbidity fluctuations (from precipitation, landslides, etc. c: Fires. d. Inorganic contaminants from parent materials (e.g., asbestos fibers). e. Algae blooms. f. Other. C.- Source Construction The construction of the source and associated facilities will be evaluated to answer the following questions: 1. Is the source adequate in quantity? 2. is the best quality source or location in that source being used? 3. Is the intake protected from icing problems if appropriate? 4. Is the intake screened to prevent entry of debris, and are screens maintained? 5. Is animal activity controlled within the immediate vicinity of the intake? 6. Is there a raw water sampling tap? D. Assess the impact of the various contaminant sources on water quality. E. Assess the City's watershed contaminant control program and identify any action necessary to address contaminant sources which are not adequately controlled and which significantly impact water quality. A2d6 B-6 Phase 3A. Construction Phase Services A. Project Administration The Engineer will perform project administration services Sluring the construction phase of the project. By performing these services, the Engineer shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences or procedures of construction. The Engineer shall not have authority or responsibility for safety precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and performing the work. Specific services to be performed by the Engineer are as follows: 1. Review the Contractor's insurance certificates and forward the certificates to the Owner for acceptance by the Owner's legal counsel. The Engineer's review of the insurance certificates is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the specifications, and is not a legal review to determine if the Contractor's insurance coverage complies with all applicable requirements. 2. At a date and time selected by the Owner and at a facility provided by the Owner, conduct a preconstruction conference. The Engineer shall prepare an agenda for the conference and prepare and distribute minutes. The preconstruction conference will include a discussion of the Contractor's tentative schedules,procedures for transmittal and review of the Contractor's submittals,processing payment applications,critical work sequencing,change orders, record documents, and the Contractor's responsibilities for safety and first aid. 3. Review and comment on the Contractor's initial and updated construction schedule and advise the Owner as to acceptability. 4. Analyze the Contractor's construction schedule, activity sequence, and construction procedures as applicable to the Owner's ability to keep existing facilities in operation. 5. Review the Contractor's initial and updated schedule of estimated monthly payments and advise the Owner as to acceptability. A2d7 B-7 d-/O -,7d 6. Make periodic visits to the construction site to observe progress of the work and consult with the Owner and Contractor concerning problems and/or progress of the work. A total of 14 visits is anticipated. 7. Review drawings and other data submitted by the Contractor as required by the construction contract documents. The Engineer's review shall be for eeneral conformity to the construction contract drawings and specifications for the project and shall not relieve the Contractor of any of his contractual responstbt7ities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. 8. Receive and review guarantees, bonds, and certificates of inspection, tests, and approvals which are to be assembled by the Contractor(s) in accordance with the construction contract documents, and transmit them to the Owner. 9. Interpret construction contract drawings when requested by the Owner or Contractor. If authorized by the Owner and the Contractor, the Engineer may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. 10. Review and process the Contractor's monthly payments requests, and forward to the Owner if applicable. The Engineer's review shall be for the purpose of making a full independent mathematical check of the Contractor's payment request. The Engineer is responsible for verifying the quantities of work which are the basis of the payment request. 11. Provide documentation and administer the processing of change orders, including applications for extensions of construction time. Evaluate the cost and scheduling aspects of all change orders and, where necessary, negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of the Owner. 12. Upon completion of the project, revise the construction contract drawings to conform to the construction records. Submit copy of the mylars to the Owner. 13. Act as initial arbiter on all claims of the Owner and the Contractor relating to the acceptability of the work or the interpretation of the requirements of the construction contract documents pertaining to the execution and progress of the work. A2d8 B-8 14. Analyze data from performance testing of equipment by the Contractor or supplier when the construction contract documents require the equipment to be tested after installation. Submit conclusions to the Owner. 15. Upon substantial completion, inspect the construction work and prepare a listing of those items to be completed or corrected before final completion of the project. Submit results of the inspection to the Owner and Contractor. 16. Upon completion or correction of the items of work on the punch .list, conduct final inspection to determine if the work is completed. Provide written recommendations concerning final payment to the Owner, including a list of items, if any, to be completed prior to the making of such payment. Phase 3B. Resident Services During Construction The Engineer will furnish a full-time Resident Project Representative. The Resident Project Representative will observe the Contractor's work and perform the services listed below. The Resident Project Representative shall not have responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the Engineer. This service shall in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Specific services performed by the Resident Project Representative are as follows: A. Site Observations and Liaison with the Owner and the Contractors 1. Conduct onsite observations of the general progress of the work to assist the Engineer in determining if the work is proceeding in accordance with the construction contract documents. 2. Serve as the Engineer's liaison with the Contractor, working principally through the Contractor's superintendent,and assist the Engineer in providing interpretation of the construction contract documents. Transmit the Engineer's clarifications and interpretations of the construction contract documents to the Contractor. A2d9 B-9 3. Assist the Engineer in serving as the Owner's liaison with the Contractor when the Contractor's operations affect the Owner's onsite operation. 4. As requested by the Engineer, assist in obtaining from the Owner additional details or information when required at the jobsite for proper execution of the work. 5. Consult with the Owner and the Contractor, giving opinions and suggestions based on his Resident Project Representative's observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and design concepts. 6. Advise the Engineer and the Contractor or its superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been accepted by the Engineer. 7. Monitor changes of apparent integrity of the site (such as subsurface conditions, existing structures, and site-related utilities when such utilities are exposed) resulting from construction related activities. 8. Observe pertinent site conditions when the•Contractor maintains that differing site conditions have been encountered, and document actual site conditions. Review and analysis of the Contractor claims for differing site conditions are supplemental services. 9. Review the Contractor's construction sequence and traffic control plans for all construction work undertaken simultaneously. Review the Contractor's proposed changes to the construction drawings. 10. Establish and furnish the Contractor with necessary base lines and control points which will be used as datum for the work. Actual construction staking will be done by the Contractor. M. Visually inspect materials, equipment,and supplies delivered to the worksite. Reject materials, equipment, and supplies which do not conform to the construction contract documents. 12. Coordinate onsite materials testing services during construction. Copies of testing results wiIl be forwarded to the Owner for review and information. 13. Observe field tests of equipment, structures and piping, and review the resulting reports, commenting to the Owner as appropriate. A2d10 B-10 B. Outside Liaison 1. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project. Record the results of these inspections and report to the Engineer. _ C. Meetings, Reports, and Documents Review and Maintenance 1. Attend the preconstruction conference, and assist the Engineer in explaining administrative procedures which will be followed during construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the Owner and the Contractor to review and discuss construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 3. Submit to the Owner weekly construction progress reports containing a summary of the Contractor's progress, general conditions of the work, problems, and resolutions or proposed resolutions of problems. 4. Review the progress schedule, schedule of shop drawings submissions, and schedule of values prepared by the Contractor and consult with the Engineer concerning their acceptability. S. Report to the Engineer whenever work is known to be defective or does not meet the requirements of any inspections, tests or approval required to be made or has been damaged prior to final payment, and advise the Engineer when the work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. 6. Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward them with recommendations to the Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered to the site but not incorporated into the work. 7. Record date of receipt of shop drawings and samples. Receive samples which are furnished at the site by the Contractor, and notify the Engineer of their availability for examination. (See B&V Exhibit A to Supplementary Conditions Sec. B(4)(a)). 8. During course of the work, verify that certificates, maintenance and operation manuals, and other data required to be assembled and furnished by the Contractor are applicable to the items actually installed; and deliver A2d11 B-11 C-to -z9 this material to the Engineer for his review and forwarding to the Owner prior to final acceptance of the work. 9. Maintain a marked set of record drawings and specifications at the jobsite based on data provided by the Contractor. This information will be combined with information maintained by the Contractor and a master set of record documents produced. 10. Review certificates of inspections, testing, and related approvals submitted by the Contractor in compliance with required by-laws, rules, regulations, ordinances,codes, orders, or the Contract Documents (but only to determine that their content complies with the requirements of, and the results certified indicated compliance with the construction Contract Documents). This service is limited to a review of items submitted by the Contractor and does not extend to a determination of whether the Contractor has complied with all legal requirements. 11. Maintain the following documents at the jobsite. a. Correspondence files. b. Reports of job conferences, meetings, and discussions among the Engineer, the Owner, and the Contractor. c. Shop drawings and samples submissions. d. Reproductions of original construction Contract Documents. e. Addenda. f. Change orders. g. Field orders. h. Additional drawings issued subsequent to execution of the construction Contract Documents. i. The Engineer's clarifications and interpretations of the construction Contract Documents. j. Progress reports. k. Names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. 12 Maintain a daily diary or log book of events occurring at the jobsite, including the following information. a. Contractor's hours on the jobsite. b. Contractor and subcontractor personnel on jobsite. c. Construction equipment on jobsite. A2d12 B-12 d. Observed delays and causes. e. Weather conditions. f. Data relative to questions of extras or deductions. g. List of visitors. h. Daily activities. i. Decisions. j. Observations connected with the progress of the work. k. Materials received on jobsite. The diary or log book shall remain the property of the Engineer. D. Assistance in Certification of Substantial Completion 1. Before the Engineer issues a Certificate of Substantial Completion, submit to the Contractor a list of observed items requiring completion or correction. I Assist the Engineer in conducting final inspection in the company of the Owner and the Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to the Engineer concerning acceptance. A2d13 B-13 2-10 -31 Attachment C Agreement for Consulting Services Owner: City of San Luis Obispo, California Project: Water Treatment Plant Improvements and Ozone Facilities Compensation For the services covered by AMENDMENT NO. 1, the CITY agrees to pay the CONSULTANT as follows: A. For Phase 2A, Design, Construction Drawings and Specifications, Bid and Preaward Services, an amount equal to the Consultant's salary cost times a multiplier of 2.90 plus reimbursable expenses at cost plus subcontract billings times 1.05. The maximum amount billed for the Planned Consulting Services under this phase shall not exceed $675,000 without further authorization. Invoices shall be submitted each of 13 billing periods annually. B. For Phase 2B, Watershed Sanitary Survey, an amount equal to the Consultant's salary cost times a multiplier of 2.9 plus reimbursable expenses at cost plus subcontract billings times 1.05. The maximum amount billed for the planned consulting services under this phase shall not exceed $85,000 without further authorization. If the DOHS requirements for the Watershed Sanitary Survey are significantly different from the proposed scope, the maximum upper limit shall be subject to renegotiation. C. For PHASE 3A, Construction Phase Services, an amount equal to the Consultant's salary cost times a multiplier of 2.90 plus reimbursable expenses at cost plus subcontract billings times 1.05. The maximum amount billed for the Planned Consulting Services under this phase shall not exceed $210,000 without lAel C-1 C�a-3: further authorization, based on a 540 calendar day construction period from the award of construction contract until final acceptance of the project. If the scope of the construction work increases or decreases significantly, the upper amount shall be subject to renegotiation. D. For PHASE 313, Resident Services During Construction, an amount equal to the Engineer's salary cost'times a multiplier of 2.4 plus reimbursable expenses at cost plus subcontract billings times a multiplier of 1.05. The maximum billed for these services shall not exceed $235,000 without further authorization. If more than 17 man-months of resident services are required, the maximum billing limit shall be adjusted accordingly. Itis understood that once resident services start on the project, they shall be'continuous. IAe2 C-2 ��0 -33