HomeMy WebLinkAbout09/22/1992, 1 - SUBMITTAL OF PLANS AND SPECIFICATIONS FOR ""WATER TREATMENT PLANT MODIFICATIONS, CITY PLAN NO. S-39M."""IIIV^I�`III�IIIIIIIII N II MEETING DATE:
IIII I �I�I�IIIII City o ..
san JI5 OBISpO September 22 199
II COUNCIL AGENDA REPORT ITEM NUMBER: J f
FROM: William T. Hetland Prepared By: Gary W. Henderson
Utilities Director Water Division Manager
SUBJECT: Submittal of Plans and Specifications for "Water Treatment Plant
Modifications, City Plan No. S -39M."
RECOMMENDATION:
1. Approve plans and specifications for the Water Treatment Plant Modification
Project, and authorize staff to advertise for bids.
2. Approve and authorize the Mayor to execute the attached contract with Black and
Veatch for an amount not to exceed $750,000 for construction support services for
the project.
DISCUSSION:
Summary
The City's water treatment plant is over 30 years old and needs major renovation. The
proposed improvements will increase operational efficiency and allow the plant to meet new
water quality regulations. Staff and the City's consultant conducted a pilot plant study
which determined that ozone, dual media filtration, and other plant upgrades would most
effectively meet requirements. The improvements are estimated to cost $10.8 million and
will be funded through bond sales. This will result in a rate increase in 1994/95 of
approximately 3% more than originally estimated. Staff will determine the final increase
after construction bids are received and bond interest rates are set. All environmental and
architectural reviews have been completed. Staff is requesting authorization to bid and the
approval of the construction services contract.
Existing Facilities
The existing water treatment plant is located on Sterner Creek Road, northwest of Cal
Poly campus. The facility was constructed in 1964 to provide treatment of surface water
from Salinas and Whale Rock Reservoirs. The plant was originally designed to treat up
to eight million gallons per day (mgd). In 1977, the plant was upgraded to provide 11.5
mgd of treatment capacity but has actually treated up to 12 mgd for limited periods during
peak water demands. The upgraded plant will be capable of treating 16.0 mgd which is
consistent with the City's Water and Wastewater Element of the General Plan. The water
treatment plant is a conventional plant that includes coagulation, flocculation,
sedimentation, filtration, and disinfection. Currently, the plant uses chlorine as the primary
disinfectant. The plant has operated successfully for nearly 30 years with only minor
modifications. Much of the plant equipment, however, has outlived its useful service life.
Replacement parts are expensive and are difficult, if not impossible, to obtain.
The water delivered from Whale Rock Reservoir is of consistently excellent quality and
requires minimal treatment. Salinas Reservoir's water quality is much more variable. This
/,. '
����►��►n►i�►V►INIIiIIPoii�ll� city of San Lr.IS OBISPO
COUNCIL AGENDA REPORT
Water Treatment Plant Modifications
Page 2
water is generally easily treated to high quality levels except during summer months when
algae blooms occur. At those times, the existing plant is unable to produce a water free
of objectional tastes and odors. In addition, due to the high dissolved organic content of
the algae -laden waters, the treated water will contain excessive amounts of trihalomethanes
(THMs) due to the use of chlorine as the primary disinfectant.
Treatment Regulations
Since the plant was originally built, the Safe Drinking Water Act (SDWA) was adopted
in 1974 and was significantly amended in 1986. The 1986 amendments are extremely broad
in scope and require implementation of new regulations by Environmental Protection
Agency (EPA).
For the City of San Luis Obispo, the most significant issue are the regulations aimed at
reducing the formation of disinfection -by- products, specifically THMs, which are a group
of compounds formed during disinfection by the reaction of chlorine with naturally
occurring organics. While the City has consistently met the current 100 micrograms per
liter limit, there have been occasional excursions above the 100 level. The new regulations
may reduce the allowable level for THMs and will also require increased chlorine contact
times which will cause THM levels to exceed the regulations.
Pilot Plant Study
In September of 1989, the City retained Black & Veatch, Engineers - Architects, to conduct
an evaluation of the City's existing water treatment plant to determine what improvements
were necessary to meet the latest applicable drinking water regulations and modernize the
nearly 30 year old facilities. This evaluation included inspection and review of the existing
facilities and a 90 -day pilot study to investigate the use of alternate disinfectants. The
purpose of the pilot plant was to investigate (1) the use of ozone and other oxidants in lieu
of chlorine; (2) the possibility of bypassing the sedimentation step for water from the Whale
Rock source and treating it by direct filtration; and (3) the use of alternative filter media.
Water treatment processes were simulated for each source independently and for a blend
of the two waters. Several different combinations of ozone and other treatment chemicals
were applied and the treated water was tested for various water quality parameters
including turbidity, color, and trihalomethanes.
The pilot study indicated that (1) ozonation most reliably produced water free of
objectionable taste and odor and met all current as well as anticipated regulations; (2)
water from Whale Rock can be reliably treated by direct filtration; and (3) dual media is
the most appropriate filter media choice for this plant. The use of ozone provides
enhanced disinfection capability to meet federal and state requirements but will not form
chlorinated by- products (THMs). Ozone will also destroy the trace quantities of algae -
related compounds that have caused taste and odor problems in the past with water from
the Salinas Reservoir. Lastly, ozone may aid the coagulation process under certain
����►�N�I�IIIlIIIIIP�IIUIII city of san is osispo
COUNCIL AGENDA REPORT
Water Treatment Plant Modifications
Page 3
operating conditions, reducing chemical utilization and extending the length of time between
filter cleaning.
Project Design
On July 31, 1990, the City Council was presented the results of the Pilot Plant Study and
directed staff to proceed with the design based on the recommendations. A contract was
executed with Black & Veatch to provide the necessary design services. The plans and
specifications are now complete for the project.
The project involves numerous improvements including the addition of ozone facilities. The
improvements are based on the results of the predesign and pilot studies and are described
below:
1. 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 treat water from either source in both
contactors.
2. 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 existing forebay.
3. Flash /Rapid Mix - New two -stage flash /rapid mix facilities will be provided on
each of the influent lines for chemical addition, the first stage will be designed for
alum addition, while the second stage will be designed for polymer addition.
4. Flocculation - The existing flocculation equipment will be removed and replaced
with vertical turbine flocculators incorporating low speed axial flow hydrofoil
impellers and adjustable frequency drives. The basins will also be retrofitted with
interstage baffles to reduce short- circuiting.
5. 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.
6. Filtration - The existing filters will be rehabilitated to provide for constant rate,
effluent rate of flow control operation. -The existing filter underdrains and media
��'���� ►� ►►►I►I�IIIIIIII�1° IIIIIN city of San , AS OBISPO
COUNCIL AGENDA REPORT
Water Treatment Plant Modifications
Page 4
will be removed and replaced with dual lateral type underdrains and dual media.
The wash water troughs will be removed and replaced with new troughs 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. A second wash water supply tank and pump will be
provided to reduce cycle time between successive backwashes.
7. Wash Water Recovery - Ramps for equipment access 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, thereby
recycling water used for filter backwashing.
8. New Chemical Feed Systems - The existing gaseous chlorine system will be
abandoned and replaced with a liquid sodium hypochlorite system. This modification
will eliminate the inherent dangers associated with using chlorine gas.
9. Existing Chemical Feed System - 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 also
be replaced and relocated to the Chemical Building.
10. 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.
11. Control - The filters will be provided with new programmable logic controller
(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.
12. 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 sodium hydroxide system, and storage. The
second floor will house the ozone generators, a conference room, a new control
room, two offices, and lunch room.
Construction Management and Inspection
The management of a project of this scope requires specialized experience in numerous
areas of construction and water treatment plant operation. This specialized experience
necessitates contracting with a qualified consultant with proven experience in these areas.
The consulting firm of Black and Veatch performed the pilot plant study and prepared the
I
��r�iir ►►►mIIIIIIIIlU1 ° ° ° ►9�UIU city of San as OBISp0
i COUNCIL AGENDA REPORT
Water Treatment Plant Modifications
Page 5
plans and specifications for the project. They have also recently completed a project at the
existing Martinez water treatment plant which upgraded the facilities to ozone treatment.
The Martinez project was very similar to the improvements recommended at'our facilities.
The project will require extensive management and scheduling to maintain the water
treatment capabilities during construction.
Black and Veatch will provide full time onsite inspection services as well as office support
to insure full compliance with the plans and specifications. City staff does not have
experience with ozone generation equipment and other relate facilities which are included
in the project. The consultant will provide startup training for the new plant and schedule
training with the system manufacturers following project completion.
CONCURRENCES:
The City Council adopted the resolution certifying the environmental impact report which
was prepared for the project on November 5, 1991.
This project was reviewed by the Architectural Review Committee and received their final
approval on July 6,1991.
FISCAL IMPACT:
The total projected cost for this project is $10,842,700 summarized as follows:
Construction $9,107,000
Project Management and Inspection 750,000
Contingencies @ 10% 985.700
$10,842,700
The "Water Treatment Plant Modifications and Ozone Pilot Study" completed in June 1990,
estimated the construction cost to be $7,635,000. The revised estimate for the project is
$9,107,000. There are a number of reasons for the increased estimated costs as listed
below:
1. The original construction schedule assumed that construction would begin by
April 1991. Due to numerous delays, various component costs have increased.
2. The preliminary estimates were not based on detailed plans and information
concerning specific onsite conditions. For example, site work was more
extensive than originally anticipated.
3. After discussions with PG &E, it was determined that the City could save
approximately $16,000 per year for energy by purchasing a transformer as part
of the project and receiving higher voltage from PG &E (ie. primary service).
/'i�
������� »b►ui�►IIIIIIIIU�� °IIIIIIII city Of San -_.is OBISp0
1 COUNCIL AGENDA REPORT
Water Treatment Plant Modifications
Page 6
4. In 1990, there were four major manufacturers of the ozone equipment
necessary for this project. Since that time, these four companies have merged
into just two companies. Due to the lack of competition, equipment costs are
anticipated to increase.
Project Financing:
As outlined in the 1991 -93 Financial Plan and our recent water rate review, it is anticipated
that this project will be debt financed consistent with the City's Capital Financing and Debt
Management policy (page B -8 through B -10 of the 1991 -93 Financial Plan). There will be
no immediate impact on rates as a result of this project since debt service payments will not
begin until at least 1994 -95 based on the following project schedule:
Approve Plans and Specifications September 22, 1992
Award Bid January 1993
Secure Financing and Begin Construction March 1993
Complete Construction and Begin Debt Service November 1994
Debt service on this project was included in the five year water rate review presented to
Council on June 2, 1992; however, it was based on a project cost of $7.6 million rather than
the $10.8 million currently anticipated. This will result in annual debt service requirements
that are approximately $200,000 more than projected at that time. If all other assumptions
remain valid, this will result in a rate increase of 317o more than originally projected for
1994 -95. It will not be possible to determine the actual impact on rates until the
construction cost and interest rates have been determined.
Project Timing:
Although this project may cost more than originally projected, the timing is excellent for
a project of this type for the following reasons:
■ Construction bids should be very competitive based on recent bids received
on a similar project.
■ Interest rates are at a twenty five year low.
Combined with the need to make these improvements, these two cost factors support going
forward with this project at this time.
Attachments: 1. Consultant Contract
Plans and Specifications are available for review in the Council office
L�
r,
CONSULTANT SERVICE CONTRACT
This contract, made this day of 1992, by and
between the City of San Luis Obispo, California, (hereinafter referred to as
"City "), and Black & Veatch (hereinafter referred to as "Consultant ").
WITNESSETH
WHEREAS, City desires consulting services in connection with the 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. Ronald E. Henderson 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.
b. Follow -on consulting 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
sA2zzzl
1 August 11, 1992
i
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 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.
sA2zzz2
2 August 11, 1992
/ /_,?
09/10/92 13:32 BLAr'v 8 VEATCH y 17198PPP010832450402 N0.688 002
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 in an amount not to exceed 050,000 for Phases 3A and
3B without prior written authorization of the Project Manager.
b. Consultant will bill City monthly. City will pay this bill within
45 days of receipt.
S. TIME FOR COMPLETION OF THE WORK
a. Project construction is expected to be completed within
600 calendar days from the Notice to Proceed for the construction
contract.
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. TEMPO A Y 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 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.
5A2zzz3 3 September 10, 1992
'• y
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.
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
sA2zzz4
4 August 11, 1992
i'- /0
To Consultant: James C. Hesby
2300 Clayton Road, Suite 1200
Concord, CA 94520 -2100
12. INTEREST OF CONSULTANT
Consultant 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. 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 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
sA2zzz5 5 August 11, 1992
i -4, 1
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 judgement 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
Insurance shall be as per requirements given in City Exhibit 7, except
as modified below:
"City and Consultant waive all rights against each other and their
respective directors, officers, partners, commissioners, officials,
agents, subcontractors, consultants and employees for damages
covered by any type of property insurance during and after
completion of services. A similar provision shall be incorporated
into all construction contractual arrangements entered into by City
and shall protect City and Consultant to the same extent. All
Project contractors shall be required to include City and
Consultant as Additional Insureds on their General Liability
insurance policies and shall be required to indemnify City and
Consultant to the same extent."
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.
sA2zzz6 6 August 11, 1992
/+!"
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 part 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.
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
sA2zzz7
7 August 11, 1992
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.
ATTEST:
sA2zzz8
CONSULTANT
BY —
James C. Hes y
CITY OF SAN LUIS OBISPO
M
8 August 11, 1992
/"
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 miscellaneous improvements including 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. This project is "City of San Luis Obispo
Water Treatment Plant Modifications; City Plan No. S -39M" plus addendums.
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.
Flocculation
The existing flocculation equipment will be removed and replaced with
vertical turbine flocculators incorporating low speed, large d/t ratio axial
flow hydrofoil impellers and adjustable frequency drives. The basins will
also be retrofitted with interstage baffles to reduce short - circuiting.
sA2abl A -1 August 11, 1992
/ - /,4;7
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 new
troughs 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.
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
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 replaced and relocated to the
Chemical Building.
sA2ab2 A -2 August 11, 1992
/_/6
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.
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.
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 sodium hydroxide system,
and storage. The second floor will house the ozone generators, a conference
room, a new control room, two offices, and lunch room.
The existing laboratory will be expanded into the adjacent offices.
sA2ab3 . A -3 August 11, 1992
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 2.A Design, Construction Drawings and Specifications, (Already
Complete)
Phase 3.A Construction Phase Services
A. Preaward Services
1. Coordinate bid letting date, time, and place with the Owner and
prepare final Invitation to Bid.
2. Assist and advise Owner in placing the advertisements of the
Invitation to Bid.
3. Identify potential contractors and suppliers, and distribute copies
of Invitation to Bid.
4. 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.
5. Interpret construction contract drawings and specifications, and
provide written responses to questions from bidders requiring
clarification during the bidding period. Prepare and issue addenda
to the construction contract documents when required.
6: Assist the Owner during bid opening. Answer questions during bid
opening, make preliminary tabulation. of bids, and review
questionnaires and bids for completeness.
7. Examine the questionnaire during bid opening to identify any
supplier whose equipment or materials may not conform to the
construction contract documents. This examination will be based
on the knowledge and-past experience of the Engineer.
8. Review and evaluate the qualifications of the apparent successful
bidder and the proposed major or specialty subcontractors. The
sA2ac1 B -1 August 11, 1992
review and evaluation will include such factors as work previously
completed, whether adequate equipment is available to complete the
work properly and expeditiously, financial resources, and technical
experience.
9. Prepare and distribute formal bid tabulation sheets, evaluate bids
and make written recommendations to the Owner concerning contract
award.
B. Project Administration
The Engineer will perform project administration services during 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.
sA2ac2
B -2 August 11, 1992
C;
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 20 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 general conformity to the construction contract
drawings and specifications for the project and shall not relieve
the Contractor of any of his contractual responsibilities. 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 payment 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(s)
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.
14. Analyze data from performance testing of equipment by the
Contractor or supplier when the construction contract documents
sA2ac3
B -3 August 11, 1992
'� h
require the equipment to be tested after installation. Submit
conclusions to the Owner.
15. Collect and organize sets of operation and maintenance data
provided by the Contractor. Each set will be placed in separate
binders, and the bidders indexed and a table of contents provided.
Binding will be submitted to the Owner.
16. 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.
17. 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.
18. Provide, in coordination with specified equipment manufacturer's
training, up to one day of operator training to advise plant
personnel on the project basis of design and intended plant
operations. Equipment specific operation and maintenance training
is to be provided by the manufacturer under the construction
contract.
C. Configuration'Services for Plant Control System
1. Establish system conventions where not already set by Owner for tag
names, graphic displays, alarm messages, and documentation.
2. Compile database information for all input and output points.
3. Sketch graphic displays.
4. Develop control algorithms.
5. Review information compiled in Tasks 1 through 4 above with Owner
to obtain input.
6. Enter database and system configuration from previous tasks into
the control system. Participate in startup and debugging
operations.
7. Deliver to the Owner a final hard copy documentation of all
configuration and database developed by Consultant.
PHASE 3.B RESIDENT SERVICES DURING CONSTRUCTION
The Engineer will furnish a full -time Resident Project Representative,
a part -time assistant Electrical Resident Project Representative, and a part -
time clerk. The Resident Project Representative and assistant 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
sA2ac4 B -4 August 11, 1992
cd;
Engineer. This service shall in no way reliever 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 and assistant 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.
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 mai.ntains
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. 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.
sA2ac5
B -5 August 11, 1992
-a:_;L
C.
10. Visually inspect materials, equipment, and supplies delivered to
the worksite. Reject materials, equipment, and supplies which do
not conform to the construction contract documents.
11. Coordinate onsite materials testing services during construction.
Copies of testing results will be forwarded to the Owner for review
and information.
12. Observe field tests of equipment, structures and piping, and review
the resulting reports, commenting to the Owner as appropriate.
Outside Liaison (and Public Relations Services)
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.
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 monthly 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.
5. 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
sA2ac6
B -6 August 11, 1992
��2
sA2ac7
B -7 August 11, 1992
notify the Engineer of their availability for examination. (See
B &V Exhibit A to Special 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 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 indicate 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 and hours of use.
d. Observed delays and causes.
sA2ac7
B -7 August 11, 1992
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.
A copy of the log book shall be provided to the City upon
completion of the project.
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.
2. 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.
Phase 4. Supplemental Services
Any work requested by Owner that is not included in one of the items listed
in any other phase will be classified as supplemental services.
sA2ac8 B -8 August 11, 1992
1
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 this agreement, the City agrees to pay the
Consultant as follows:
A. 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 $415,000 without further authorization, based on a 600
calendar day construction period from the Notice to Proceed for the
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.
B. For Phase 3B, 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 $335,000 without
further authorization. If the construction period extends longer than
20 months, the maximum billing limit shall be adjusted accordingly. It
is understood that once resident services start on the project, they
shall he continuous.
C. For Phase 4, Supplemental Services, an amount equal to Engineer's salary
cost times a multiplier of 2.90 plus reimbursable expenses at cost plus
subcontract billings times 1.05. Each item of Supplemental Services
shall be specifically authorized by the Owner, and a maximum billing
limit shall be established before the work is started. The amount
billed for each such item shall not exceed the amount established for
it without further authorization.
sA2ad1
C -1 September 9, 1992
I-
Exhibit 7
INSURANCE REQUIREMENTS FOR CONSULTANTS
Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the work hereunder by the Consul=t,
his agents, representatives, employees.
Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office fora number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any
auto).
3, Workers' Compensation insurance as required by the State of California and Employer's liability
Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession.
Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage.
If Commercial General Liability or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice
the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 00" ,L
4. Errors and Omissions Liability: $1,000,000 per occurrence. /04
Deductibles and Self - Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City,
either. the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects the City, its
officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses
and related investigations. claim administration and defense expenses.
Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the following
provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on behalf of the Consultant; products and completed
operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned,
leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the
scope of protection afforded to the City, its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as
respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self -
insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess
of the Consultant's insurance and shall not contribute with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties
shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, cancelled by either parry, reduced in coverage or in limits except after thirty (30) days'
prior written notice by certified mail, return receipt requested, has been given to the City.
Accentabilitv of Insurers �� A X V
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than Qi;1t�II)
Verification of Coverage ��� TV
Consultant shall furnish the City with a certificate of insurance showing maintenance of the required insurance
coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause
must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage
on its behalf. All endorsements are to be received and approved by the City before work commences.
19
iar