Loading...
HomeMy WebLinkAbout12/02/1997, 6 - WATER REUSE PROJECT - DESIGN SERVICES council Wed"Dec. 2, 1997 acEnaa Pwpom �Nb 6 CITY OF SAN LUIS 0 B 1 S P 0 FROM: John Moss,Utilities Directo Prepared By: David PierctV,Wastewater Reclamation Coordinator SUBJECT: Water Reuse Project-Design Services CAO RECOMMENDATION By motion,approve contract with Brown and Caldwell in the amount not to exceed $781,957 for the design of a recycled water distribution system,and authorize the expenditure of up to $50,000 for the design of mitigation measures for the Water Reuse Project. DISCUSSION Back rg�und The Water Reuse Project will provide a distribution system to deliver up to 1233 acre-feet per year of high quality tertiary reclaimed water to large volume customers throughout the City of San Luis Obispo. Since 1994, the Water Reclamation Facility has been producing a disinfected tertiary reclaimed water that is suitable for all irrigation needs and many other uses. This water is currently discharged to San Luis Obispo Creek under a National Pollution Discharge Elimination System (NPDES)permit that is issued by the Regional Water Quality Control Board. Upon completion of the Water Reuse Project a portion of this reclaimed water will be distributed for reuse. On March 25, 1997,the City Council certified the EIR for the Water Reuse Project. On July 15, 1997, the City Council approved the Request for Proposals to solicit proposals for design services for the Water Reuse Project. Selection of Design Firm Seven firms submitted proposals for the design of the Water Reuse Project in response to the City's Request for Proposals. The proposals were reviewed by the Utilities Director, City Engineer, Natural Resources Manager and Water Projects Manager. Two firms, Brown and Caldwell and Parsons Engineering Science,were invited to make oral presentations to the same panel on October 14, 1997. 0./ Water Reuse Project—Aw Contract for Design Services Page2 While both firms are capable of providing the services that the City requested, staff recommends Brown and Caldwell for five distinct and significant reasons. • The proposed team effectively managed the design and construction of the $30,000,000 upgrade of the City's Water Reclamation Facility. • This same project team has recent, local, and very applicable experience in the successful management of the design of Goleta's Water Reuse Project which is very similar to the City's proposed project. • B&C is currently managing the preparation of the City's Wastewater Master Plan that is part of the current contract for the Airport Area Specific Plan. Issues such as pipeline routing, buried hazardous material and reuse opportunities in the Airport Area should dovetail nicely with the Master Plan work. • Client references were excellent for Brown and Caldwell,and for this project team specifically. • Brown& Caldwell showed considerable knowledge and creativity in their proposal for design of the City's reuse system in terms of cost control,routing opportunities,and treatment process alteratives. Scope of Work The work authorized by this contract is proposed to be accomplished in three phases.Phasing will allow design to begin prior to the completion of the permitting process by the State Water Resources Control Board(SWRCB). • Phase I mobilizes the design team, contacts potential customers to verify information needed for design of the distribution system,evaluates the operation of the Water Reclamation Facility and defines modifications that are needed to meet State Department of Health Services(DOHS) water quality requirements at all times, evaluates the suitability of the abandoned oil lines for use in the project, prepares City standards for sites using recycled water, identifies modifications required for City sites and private sites that will be connecting to the recycled water distribution system, and prepares the Engineering Report required by the DOHS and the Regional Water Quality Control Board(RWQCB). • Phase II will evaluate alterative pipeline alignments, storage options, optimization of the delivery system, the potential for phasing construction,alterative rate structures,construction and operation cost estimates;and design alternatives.Phase II will not be started until the City has obtained the appropriate approvals from the SWRCB and the Utilities Director notifies the consultant in writing. • Phase III will include surveying and aerial mapping of the pipeline routes, geotechnical investigation,and the preparation of plans and specifications for the construction of the Water Reuse Project.Phase III will not begin until the City Council approves a design report presented at the conclusion of Phase II. to"� Water Reuse Project—Aw Contract for Design Services Page3 Design Schedule Phase I will begin immediately following City Council approval and is scheduled to be completed by March 1998.Phase II will begin as soon as the SWRCB has made a water rights determination, and is expected to take three months.Upon approval of the design alternatives presented to the City Council at the end of Phase H,the completion of design will take approximately 8 months. Staff believes it is essential to proceed with the award of the design contract and begin those design efforts that will not be effected by changes in the scope of the project.The California Department of Fish and Game has not yet withdrawn their protest to the City's petition to change the place and purpose of use of treated wastewater. Staff is working with legal council to determine the most effective method of moving the permitting process forward and continues to work with the Department of Fish and Game toward resolution of their protest. The Regional Director for the Department of Fish and Game has stated that they would most likely withdraw their protest if the City were to dedicate 3.0 cfs to instream resources.Therefore,the issue with Fish and Game can be viewed as the difference between a project that will produce 1233 acre-feet per year and a project that will only produce 800 acre-feet per year. The design efforts in Phase I of this contract must be completed for either option. Proceeding with design will show a commitment to this project and will result in the project being several months ahead of a schedule that waited until all the permitting issues are resolved. Design of Mitigation Measures The RFP requested consultants include design of the mitigation measures in their proposals. Staff recommends that the design of the mitigation measures be removed from the contract to design the distribution system. The firms proposing to design the distribution system proposed to subcontract for the design of the mitigation measures. After review of the mitigation design proposals, staff feels that the City's interests would be better served if the City's Natural Resource Manager and Utilities Department staff oversee the mitigation design services and issue minor contracts for the design of the mitigations proposed. Staff recommends that Council approve the expenditure of up to $50,000 for design contracts to evaluate sites and prepare designs for the mitigation measures. The individual contracts for each site will be processed in accordance with the City's procurement guidelines for obtaining consultant services. FISCAL IMPACT The cost of the proposed Agreement for Design of Water Reuse Project Distribution System is not to exceed $781,957. This amount is to be spent in three phases plus a reserve for special engineering services. The compensation for each phase is not to exceed the value stated below. Work on each phase must be completed and the Utilities Director must give written approval before work is started on the next phase.The compensation for each phase is not to exceed the following: Estimated Completion Phase I $98,828 March 1998 Phase 11 $65,680 July 1998 Phase III $567,449 March 1999 Special Services $50.000 As needed 63 . Water Reuse Project—AwL- .'ontract for Design Services Page4 Estimated Completion Phase I $98,828 March 1998 Phase II $65,680 July 1998 Phase III $567,449 March 1999 SMial Services $50,000 As needed Contract TOTAL 781,957 Mitigation Design $50,000 TOTAL DESIGN 831,957 The $50,000 for mitigation design is being set aside for agreements to complete the design of the mitigation measures needed to support the Water Reuse Project. The CIP for the Water Reuse Project includes$870,000 for design. $700,000 is in the FY 1995-96 CIP(1995-97 Financial Plan,page E-5)and$170,000 is in the FY 1998-99 CIP(1997-99 Financial Plan,page E-5). ATTACEN[ENT Proposed agreement with the Scope of Work and proposed Compensation Schedule. Copies of the RFP and the Consultant's Proposal are available in the Council Office. g:\car\WR-Design_car.doc AGREEMENT FOR DESIGN SERVICES Water Reuse Project Specification No. 97-68A THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , 1997 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and BROWN AND CALDWELL, hereinafter referred to as Consultant. WITNESSETH: WHEREAS, on July 19, 1997 City requested proposals for the design services for the Water Reuse Project per Specification No. 97-68A. WHEREAS, pursuant to said request, Consultant submitted a proposal which was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said services. 2. INCORPORATION BY REFERENCE. The following documents are hereby incorporated and made a part of this Agreement. City Specification No. 97-68A Consultant's proposal dated August 21, 1997 Attachment A - Scope of Work and Proposed Compensation. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay and Consultant shall receive, therefor, compensation in accordance with Attachment A, a total sum not to exceed $781,957. 4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide services required by said specification, this agreement, and said referenced attachments. 5. PHASING OF DESIGN. The design contract will be in three phases. Work on Phase II will not begin until the consultant receives written authorization from the Utilities Director. Work on Phase III will not begin until after the draft design report is presented to the City Council and the consultant receives written authorization from the Utilities Director. 6. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council of the City. 6� 7. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 8. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City John Moss Utilities Director City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 Consultant Pervaiz Anwar Brown and Caldwell Von Karman, Suite 200 Irvine, CA 92714-4918 9. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: Bonnie Gawf, City Clerk Allen Settle, Mayor APPROVED AS TO FORM: *eG. g n, ity Attorney CONS TANT: By 06ZVAl z ArMKJ Title: S�(N V/l e 0'v r,, e •� 2 66 Attachment A City of San Luis Obispo Water Reuse Project Scope of Work and Proposed Compensation The following provides a scope of work for the design services required for the City of San Luis Obispo's Water Reuse Project. The Fee Breakdown associated with this scope of work is divided into three phases: Phase I, Engineering Report; Phase II, Pre-design Report; and Phase III, Final Design. PHASE I-ENGINEERING REPORT Task I -Review Existing Data and Information Review all previous data and information developed by the City for preparation of the Environmental Impact Report (EIR), including reclaimed water markets, system demands, and existing as-built drawings for the Water Reclamation Plant and Reservoir IA. Task 2 -Perform Reclaimed Water Market Assessment , Review and confirm the City's previous reclaimed water market assessment findings. Since the many reclaimed water users would consist of City facilities such as parks and schools, BC will review information prepared by City staff for accuracy and completeness. Additional users of recycled water will be identified. All users will be contacted to obtain and confirm usage information. BC will develop a questionnaire to collect information before contacting the users. The information collected in this task will enable the City to better identify demands, usage type, required pressures, usage frequency and duration, water quality constraints / requirements, and user existing facilities. In addition BC will assist the City in preparing information for Public Information Releases; in developing user agreements and ordinances; and in conducting early discussions with DOHS to determine treatment requirements. Task 3-Evaluate Condition of Abandoned Oil Pipelines Under this task, we will evaluate the condition of the abandoned 8-inch oil pipeline located in Pismo Street by conducting the following pipeline testing. — Pressure test the existing pipelines by City crew at the proposed system maximum pressure to identify potential leaks. — Perform approximately twelve electrical resistivity tests in the field by the Werner Four Pin test method to identify soil corrosivity along the pipelines. mApwpo&,tW585-01\phase-2.doc Page 1 of 10 6-7 — Perform a pipeline current test at both ends of the pipeline exposed by the City crew during the pressure testing. Task¢Identify Reclaimed Water System Modifications for City Sites Identify modifications required to deliver and use reclaimed water at City sites such as schools, parks, and recreation areas. Site modifications will most likely include the installation of reclaimed water meters, backflow preventers, and irrigation / control systems. Required modifications and preliminary cost estimates at each City site will be identified and presented in the engineering report. Design of the site modifications will be done by the Owner. Task 5-Identr;fy/Prepare Standards for Reclaimed Water Site Modifications Prepare reclaimed water standard drawings and specifications. Utilizing City's existing standard CAD drawings, and the existing American Water Works Association.(AWWA) guidelines for non-potable water use, we will develop standard reclaimed water system drawings and specifications. The standard drawings will most likely include a service connection to main, reclaimed water meter assembly, backflow preventer assembly, and Isolation valve details. BC will also prepare a planned monitoring and reporting program for the operation of the recycled water distribution system. In addition, BC will survey private sites to evaluate use of reclaimed water and identify modifications required to deliver recycled water. Task 6-Review Water Reclamation Facility Processes/Operation Based on current DOHS reclaimed guidelines / criteria, and the Regional Water Quality Control Board (RWQCB) current discharge permit, we will review the water reclamation facilities operations. Existing facilities such as filtration, chlorination, and instrumentation/ control systems will be reviewed for compliance with the DOHS reclaimed water guidelines and regulations. We will consider actions needed to meet Title 22 requirements when plant flows require the bypassing of some water around the filters or other processes. BC will prepare a list of required modifications and costs at the water reclamation facility. In addition, we will identify modifications to utilize the existing abandoned chlorine contact tank and effluent pump station. Modifications may consist of utilizing the existing chlorine contact tank to meet DOHS 2 hour contact time for reclaimed water. Modifications at the existing pump station building may consist of replacement of pumps, piping, and equipment. Existing chlorine gas storage and handling will be evaluated for the addition of a chlorination feed systems. We will consider use of existing ponds in order to maintain flow through ponds. We will also consider recycling effluent from ponds through the plant as an alternative to installing filters if the storage capacity of the ponds is required. Task 7-Project Management/Meetings Project Management. Provide project management activities for Phase I including supervision of project staff, correspondence, monitoring of work progress and budgets, and preparation of invoices. mApmposah9585-01%phaso-2doc Page 2 of 10 O Meetings. Based on the proposed duration of Phase I, it anticipated that three (3) meetings and two (2) presentation will be required for Phase I. The three meetings will include a kickoff meeting, a progress meeting, and a meeting to review City comments on the draft report. All meetings will be attended by the project manager and project engineer. The kickoff meeting will also be attended by the principal-in-charge. Additional project staff may attend on an as-needed basis. In accordance with the requirements of the RFP, two presentations to the City Council are anticipated for Phase I. The City Council Presentations will be attended by the principal-in- charge and project manager. Quality Assurance / Quality Control. Perform Quality Assurance, Quality Control, and Technical review by key members of the project team as well as the members of the technical advisory committee will be conducted during the preparation of the draft design report and the final draft report Task 8-Prepare Draft RWQCB and DOHS Engineering Report In accordance with the requirements of the RWQCB and the DOHS, a draft engineering report will be prepared. The engineering report will be prepared based on the RWQCB and the DOHS latest guidelines for engineering report preparation for the production, distribution, and use of reclaimed water. The report will provide a description of treatment process, description of the reclaimed water users, description of the proposed reclaimed water system, proposed system operation and control, proposed monitoring and reporting program, supplemental water supply, and a contingency plan to prevent inadequately treated water from being delivered to the user. Five (5) copies of the draft engineering report will be submitted for City review prior to submittal to the RWQCB. Once comments from the City have been reviewed and incorporated, we will submit five (5) copies of the revised report to the City for submittal to the RWQCB. The City will be responsible for submittal and processing of the draft report with the RWQCB. Task 9-Prepare Final RWQCB and DOHS Engineering Report Based on the RWQCB and the DOHS review comments, we will incorporate appropriate revisions and submit to the City five (5) bound copies, one (1) camera ready copy, and one (1) electronic copy of the final report. The City will be responsible for submittal and processing of the final report with the RWQCB. PHASE II-PRE-DESIGN REPORT Task 10- Optimize Delivery System For Existing and Future Demands Prepare a hydraulic model of the proposed reclaimed water delivery system. Prior to preparation of hydraulic model, we will establish design criteria for sizing transmission / distribution pipelines, pumping stations, and reservoirs. The design criteria will be reviewed with City staff. The reclaimed water system alternatives hydraulic analysis will be performed utilizing the hydraulic computer model CYBERNET. A bench scale chlorine residual testing will be conducted for determining the chlorine residual in the distribution system. mApmposar%9585-01Nphau-2.doc Page 3 of 10 6-9 Task 11 -Identify and Evaluate Pipeline Alignment Alternatives Upon the completion of Task 10, alternative pipeline alignments will be investigated. We will collect existing utilities and right of way information along pipeline routes. Alternative routes will be evaluated based on existing utilities, available right of way / easements, Department of Health Services (DOHS) separation criteria, constructability, environmental impacts, traffic impacts during construction, and construction costs. During the pipeline alignment evaluation process a site visit of all potential pipeline routes will be conducted. The purpose of the field visit will be to confirm information obtained from as-builts and utilities research. BC will also contact CALTRANS District V to discuss obtaining a longitudinal encroachment permit along Highway 101 for a segment of the reclaimed water transmission/ distribution system Task 12 -Perform Recommended System Surge Analysis Perform surge analysis of the recommended reclaimed water distribution system. A surge analysis computer model will be developed utilizing the steady-state hydraulic analysis model prepared in Task 10. The surge analysis will be performed using LIQT, a computer program written by Stoner and Associates of Carlisle, Pennsylvania. The surge analysis will examine surge conditions predicted to occur under varying conditions of flow and using different surge control measures. Initial model runs will be performed to characterize system response assuming that no special surge protection devices have been installed. Additional runs will be performed to examine the effectiveness of various surge control equipment such as vacuum breaker valves and hydropneumatic tanks sized to provide normal- duty and surge control service. The results and recommendations from this task will be presented in the draft design report. Task 13-Identify and Evaluate Construction Phasing Based on current and projected reclaimed water demands identified in Task 2, City planning, State Revolving Loan Program constraints /requirements, and cost savings benefits, identify and evaluate construction phasing of the proposed system. Task 14-Prepare Project Schedule Based on the.work completed in Tasks 1 to 9, a revised detailed project schedule will be prepared. The project schedule will identify key project components duration for design, permitting, bidding, construction, and facility startup. Project phasing as applicable will be depicted on the revised schedule. m:\pmposa1\9585-01\phase4.doc Page 4 of 10 6-/0 Task 15-Prepare Construction and Operation/Maintenance Cost Estimates Prepare preliminary construction and operation / maintenance cost estimates for the recommended reclaimed water system. The cost estimates will be used to evaluate and identify a reclaimed water system rate structure. Task 16-Identify and Evaluate Rate Structure Options Based on the recommended system construction, operation and maintenance cost estimates, a recommended reclaimed water rate structure will be identified. This would be accomplished by the following: 1. Determine the most appropriate method (a) of financing the construction of the incremental treatment facilities, reclaimed water distribution system, and other facilities (pump stations, transmission mains, etc.) necessary to produce and distribute reclaimed water. These may include pay-as-you-go (directly from revenues), the issuance of debt (bonds, state and/or federal loans) and/or the use of existing City/County funds. Although use of a SRF loan is anticipated, a final determination does not need to be made, but a reasonable estimate of debt service requirement for any loans, bonds, pay-as-you-go costs,etc., must be completed. 2. Determine the annual operation and maintenance expenses. 3. Identify sources of funds for payment of annual operation and maintenance expense. These include reclaimed water sales, revenues only, and/or potable water sales revenues. Capital costs (debt service and/or pay-as-you-go expenditures) may be recovered via various combinations or reclaimed water user charges, and impact fees from developers and other new applicants for service. 4. Determine the appropriate allocation of costs to the beneficiaries of reclamation identified in Task 10. These are likely to include both reclaimed and potable water customers. Potable water customers may or may not be identified as beneficiaries of reclamation. It should be noted however, that the impact of the loss of potable water sales revenues which will result because of some users switching to reclaimed water should be determined. Both potable and reclaimed water use are related and the relationship must be considered in developed reclaimed water rate. As part of the allocation, goals for reclaimed water pricing will be identified through discussion with the City staff. This may be, for example, "below potable water prices". The actual price, however, will reflect not only the goals identified but will depend on the overall project costs and the availability of funds from other sources i.e., developers and/or wastewater dischargers. mApropose1\9585-0I\phaso-2.doc Page 5 of 10 6// Task 17-Prepare Draft Design Report The results of work completed will be compiled and presented in a draft design report. BC will identify all permits that may be required to accomplish the project. In accordance with the requirements of the RFP, ten (10) bound copies and one loose copy will be submitted to the City for review and comments. Task 18-Prepare Final Design Report Based on the City's review comments, we will incorporate appropriate revisions to the draft report. Ten (10) bound copies and one camera ready copy of the final design report will be provided Task 19-Project Management/Meetings Project Management. Provide project management activities for Phase II including supervision of project staff, correspondence, monitoring of work progress and budgets, and preparation of invoices. Meetings. Based on the proposed duration of Phase II, it anticipated that two (2) meetings and two (2) presentation will be required for Phase II. The two meetings will include a progress meeting, and a meeting to review City comments on the draft pre-design report. All meetings will be attended by the project manager and project engineer. Additional project staff may attend on an as-needed basis. The City Council Presentations will be attended by the principal-in-charge and project manager. Quality Assurance / Quality Control. Perform Quality Assurance, Quality Control, and Technical review by key members of the project team as well as the members of the technical advisory committee will be conducted during the preparation of the draft design report and the final draft report PHASE III- FINAL DESIGN Task 20-Field Surveying/Aerial Mapping/Existing Utilities Perform field surveying and aerial mapping required for preparation of the contract drawings described in Task 22. It is estimated that field survey / aerial mapping will be compiled for approximately 16,000 meters of reclaimed water pipelines and at the treatment plant site. A field survey will be conducted to establish horizontal control for aerial mapping. Aerial mapping shall be prepared using the California coordinate system NAD 83. As part of the field survey efforts, we will verify existing conditions by measuring inverts at sewer manholes, storm drain manholes and inlets. In addition, we will research and collect information for existing right of way / easements, existing utilities including water, sewer, storm drain, gas, electrical, telephone, and cable TV. Information collected will be delineated on topographic mapping. mApmposa1\9585-01lphase-2.doc Page 6 of 10 Task 21 - Geotechnical Investigation Perform a geotechnical investigation of subsurface conditions along the pipeline alignments, and for improvements at the existing water reclamation plant. Approximately 50 soil borings will be drilled to a depth of approximately 15 feet along the preferred reclaimed water pipeline alignments. Two (2) additional soil borings will be drilled to an approximate depth of 25 feet at the water reclamation plant. The purpose of the soil borings will be to identify subsurface conditions such as ground water, type and suitability of existing soil. The results of the geotechnical investigation will be presented in a geotechnical report. The report will identify recommendations for excavation, trench support, structural recommendations for pump station construction, AC pavement replacement, and dewatering. Five (5) bound copies of the draft report will be submitted to the City for review. Once the report has been finalized, five (5) bound copies of the final report, and one loose copy will be submitted to the City. Task 22 - Prepare Contract Drawings This task involves the preparation of construction drawings for the reclaimed water transmission/ distribution pipelines, modifications to the abandoned chlorine contact and effluent pump station, and modifications at the existing water reclamation facility. Based on the information presented in the RFP, we have prepared the following preliminary list of drawings for each component of the proposed reclaimed water system. The proposed list of drawings does not include any allowance for preparation of construction drawings for the two booster stations identified in the RFP. In addition, the preliminary list of drawings does include any allowance for preparation of plan and profile drawings involving the replacement of approximately 2,575 meters of the abandoned oil pipelines. Contract Drawings Reclaimed Water Transmission/Distribution Pipelines Title Sheet (1) General Sheets (5) Civil Plan and Profile (73) Civil Details (3) Effluent Pump Station Site Plan/Yard Piping (1) Civil Details (1) Structural (2) Mechanical (2) Electrical (4) Instrumentation (3) WWTP Modifications OUTFALL mApmposa119585-01\phasc-2.doc Page 7 of 10 1-13 Plan &Profile(1) Structural (1) ALUM STORAGE AND FEED SYSTEM Civil (1) Structural (1) Mechanical (1) Electrical (3) Instrumentation (1) CHLORINE FEED SYSTEM& CHLORINE CONTACT TANK Mechanical (2) Electrical (1) Instrumentation (1) Structural (2) In accordance with the requirements of the RFP a 50%, 90%, and final 100% submittal of the reclaimed water facilities will be provided the City. The 50% submittal will include the following: — Pipeline Plan and Profile Drawings with plan only — Mechanical, and civil plans for the effluent pump station, reservoir, and WWTP. The 90% submittal will include the following: — All pipeline drawings — All pump station drawings — All reservoir drawings — All WWTP drawings Six (6) sets of bluelines will be provided to the City at the 50% and 90% submittals. Three (3) sets of blueline along with One (1) set of signed reproducible drawings will be delivered to the City at the 100% final submittal. In addition, BC will submit one (1) electronic copy of the unsigned contract drawings in AutoCAD 13 and in accordance with the requirements of the RFP. Task 23 -Prepare Specifications This task includes the preparation of specifications for the reclaimed water facilities mentioned in Task 22. We will prepare all technical specifications required for this project in Construction Institute Standards (CSI) format. The City will provide BC with an electronic copy of their boiler plate specifications to be used to prepare the front end documents. In accordance with the requirements of the RFP a 50%, 90%, and final 100% submittal of the reclaimed water facilities will be provided the City. The 50% submittal will include the following: Civil and mechanical technical specifications m:�pmposa1�9585-01�phax-2.doc Page 8 of 10 0V /l/ The 90% submittal will include the following: All technical specifications including front end documents Six (6) bound sets of specifications will be provided to the City at the 50% and 90% submittals. Three (3) bound sets of specifications along with one (1) unbound set of specifications will be delivered to the City at the 100% final submittal. In addition, BC will submit one (1) electronic copy of the specifications in Microsoft Work, Version 7 and in accordance with the requirements of the RFP. Task 24- Submit to SWRCB Review At the 50% and 90% submittal, a copy of the contract drawings and specifications will be submitted to the SWRCB for review. Appropriate comments approved-by the City from the SWRCB will be incorporated in subsequent submittals. Task 25-Prepare Construction Cost Estimate Based on the contract documents, a detailed construction cost estimate will be prepared and submitted to the City at the 50%, 90%, and the 100% submittal. The cost estimate will have an accuracy ranging from-10% to+5% of the construction cost. Task 26-Project Management Meetings/Quality Assurance/Quality Control Project Management. This task includes all project management activities for Phase III including supervision of project staff, correspondence, management of subconsultants, monitoring of work progress and budgets, and preparation of invoices. Meetings. Based on the proposed duration of Phase III and in accordance with the requirements of the RFP, it anticipated that three (3) meetings will be required for Phase lII. The three meetings will include a meeting to review City comments on the 50% submittal, one progress meeting, and a meeting to review the City's comments on the 90% submittal. It is assumed that all meetings will be attended by the project manager and project engineer. It is assumed that the 90% submittal meeting will be attended by four members of the project team. Additional staff may attend the meetings on as needed basis. Quality Assurance / Quality Control Perform Quality Assurance, Quality Control, and Technical review by key members of the project team as well as the members of the technical advisory committee during the preparation of the contract drawings and specifications at the 50%, 90%, and the final submittals. mApcvpwaW585-0I\phase-2.doc Page 9 of 10 6-IS SPECIAL ENGINEERING SERVICES City and Engineer agree that not all work to be performed by Engineer can be defined in detail at the time the Agreement for Design Services is executed and that additional engineering work related to the project and not covered in Task 1 through Task 26 (Phase I through Phase M) may be needed during performance of this Agreement. Such work shall be classified as Special Engineering Services. Special Engineering Services shall be authorized by the City's Project Manager. Special Engineering Services may include, but are not limited to, the following: a. Modification to the existing Reservoir IA. b. Reclaimed water storage reservoir near Terrace Hill. c. 5,000 feet pipeline connecting existing Reservoir IA. d. Booster stations along the alignment. e. Booster stations at the user's sites. f. Any archaeological investigation. g. Modifications to design due to additional reclaimed water users. h. Additional geotechnical and surveying investigations needed to supply reclaimed water to additional users. i. Preparation of legal descriptions for easements. mAproposa1\9585-01\phase-2.dx Page 10 of 10 ! � 22KK§§■k§¥§K ® §ff&&I& 12 § . &■aa■ k � . CL 2 � as§sa■aaa■■a & tu co ■ 22 § #§K##a#§_#§# # $ #2 ■Za a»-»a ■ CL _ § ` 22 �© aa a § © § ■ § m X22 L) § " ■ 7� �, o co _ . � � � _ ■ ■ a UA � ( �I , - ■saa , e - aa � � eI B 2 �� © , -- aa ; e - e - ■ II e ■ # � a ® � � ui oil so Id - � � -3 3:� � ! §c 21ICcIIf$II ! Ic St §A A A'A' 13 §§ ��/ -� ■aaa»ia�■ aka � 2 � 2� aaaaasaaasaaa ■ Ll &aaaa■©�® a»� , - - X_ §E ■ ■ ■ Rei , ■ ■ ■ ■ ■ § k§ � § cc § !2 § f- | 09 �22i C,2 1=0 § Cc, §■§ 8 �$ , � , ■ a . ! _ £ I! � � e • © „ , _ © ■ Z ° ! ; Re aI B Irg - - - © © - a■ © § - �f I ° 2 ■ � � ! § $ 7 ©0 cc us u - � ■ ■ � ! ! !! ! ! ! !� ! �-� � 22R ■ K#K ■ kK§§§## (I k k § . z § " 432 ■aa - e a 2&$■#� aa� § _ UJ� § E 2 UJ § _ !) � � § � ■ s § � ] § •. -§� § B � 2 § !t - . Bf§ ■ § § #g » Ea a w ■ o �2a $! $o ° s 2 �lasa� .� ■ § ■ ■2 � aa ■ ■ ■ £ a � 7� a ■ . �� � . � - ■ ■� . ■ _. �I & 2 LU � s ®I cc 6-17 22 6'7