HomeMy WebLinkAboutCarollo Engineers 2014-07-04; Amendment 3 2017-06-22COU NO 1314-231-A3
CITY OF UKIAH
AMENDMENT NO. 3
TO AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES
DATED JUNE 22, 2017
TERMS AND CONDITIONS
All terms and conditions of the Agreement for Professional Consulting Services dated
July 4, 2014 shall remain in force and effect except as modified by this third amendment.
AUTHORIZATION
Upon execution of this amendment, service provider is authorized to provide the service
described under the Scope of Additional Work identified in this Amendment No. 3.
SCOPE OF ADDITIONAL WORK
Work authorized by this amendment shall include that work described in the
WWTP Chlorine Contact Basin Renovation Scope of Work dated June 14, 2017; the
Detailed Construction Management Scope of Services; and the Recycled Water Project:
Phases 1-3 Engineering Services During Construction Scope of Work dated June 14,
2017, also referred to as Attachment 1. A copy of said work is included in this third
amendment.
COMPENSATION
Compensation for the performance of the additional work shall be made on a time and
expense basis at Consultant's customary fees. Expenses shall not exceed a maximum
total cost of $2,284,246
CAROLLO ENGINEERS CITY OF UKIAH
BY: BY:
RINCIPAL SvC - �. S4 ESA IACOMO
CITY MANAGER
PRINT NAME DATE
01 1 2-4/11
DATE
Amendment No. 3 to Agreement for
Professional Consulting Services
Attachment I
EXHIBIT A
CITY OF UKIAH RECYCLED WATER PROJECT:
WWTP CHLORINE CONTACT BASIN RENOVATION
SCOPE OF WORK
June 14, 2017
BACKGROUND AND WORK DESCRIPTION
Carollo Engineers, Inc. (ENGINEER) has recently completed final design of Phases 1 - 3 of this
Recycled Water Project. The OWNER now wishes to renovate its two Wastewater Treatment
Plant (WWTP) chlorine contact basins to achieve Title 22 effluent compliance at a design flow of
2 million gallons per day (mgd) for each basin.
As part of previous studies, the ENGINEER prepared a water balance and zero discharge report
that identified that the WWTP's two chlorine contact basins are a significant constraint on the
future production of recycled water and on the size of recycled water storage facilities to be
provided. Although initially designed hydraulically for a capacity of 2 mgd, each basin has been
downgraded to a maximum flow of 1 mgd so that the water quality of the basin's effluent
complies with the State's Title 22 regulations. The water balance studies demonstrated that, at a
minimum, 4 mgd of Title 22 -compliant capacity is required from the basins for efficient
operation of the OWNER'S Recycled Water Project. The ENGINEER subsequently prepared a
conceptual design for Title 22 -compliant chlorine contact basins having a total capacity of 4
mgd, together with a construction cost estimate. The conceptual design allows for sequential
basin renovation at the same location as the existing basins so that at least 1 mgd of Title 22 -
compliant capacity is always available throughout construction. This scope of work includes
preparation of preliminary and final design for this facility.
This scope of work also includes engineering services during construction (ESDC). Construction
Management services are not included.
Work under this scope is organized under nine Tasks as follows:
Design Phase
• Task 1 - Project Management and Administration During Design
• Task 2 - Preliminary Design
• Task 3 - Final Design
• Task 4 - Regulatory Agency Coordination and Funding Support
• Task 5 - Bid and Award
Construction Phase
0 Task 6 - Project Management and Administration During Construction
• Task 7 - Engineering Services During Construction
• Task 8 - Construction Observation
• Task 9 - Project Commissioning and Closeout
For the design phase, Carollo will lead the engineering work, and the regulatory agency
coordination and funding support, with local consultants LACO Associates and Rau & Associates
providing geotechnical engineering and survey services respectively. This is similar to earlier
phases of the recycled water project. It is assumed that as the new basins are renovations to
existing facilities, and that as there is no increase in capacity that could be construed as growth -
inducing, the project will be categorically exempt from CEQA. No environmental services have
been included in the design phase of the scope as a result.
Carollo will lead the ESDC stage of the project, with sub consultants SMB Environmental
providing environmental monitoring services, and LACO Associates providing geotechnical
observation.
SCOPE OF WORK
TASK 1— PROJECT MANAGEMENT AND ADMINISTRATION DURING DESIGN
Task 1 includes project management for Tasks 2 - 5
Task 1.1 - Project Administration
The ENGINEER will administer the project design phase, and subconsultants, to maintain project
schedule and budget. The project progress and budget status will be included in monthly progress
reportsthat will be attached to billing invoices. Additionally, the monthly progress report will
include a listof work completed forthetime period and what is expected inthe coming period.
Task 1.2 - Meetings
The ENGINEER will coordinate project tasks between the OWNER, subconsultants, stakeholders
and other agencies as required through project meetings and conference calls. The ENGINEER
will prepare an agenda and brief meeting summaries for each of the meetings. Anticipated
design phase project meetings are identified below:
Project Kick-off Meeting and Site Visit (OWNER offices)
Monthly Project Status / Design Review Meetings (OWNER offices or Conference call)
(Assume four (4) total)
Task 1.3 — Quality Control
Quality control will be monitored throughout the entirety of project design. The ENGINEER will
review deliverables provided by subconsultants prior to forwarding to the OWNER'S staff. Any
document developed by the ENGINEER will be peer-reviewed internally prior to delivery to the
OWNER, in accordance with the ENGINEER'S standard quality control protocols.
Task 1: Deliverables:
Monthly progress reports
Meeting agendas and brief summaries
TASK 2 - PRELIMINARY DESIGN
Under Task 2, the ENGINEER will perform preliminary design activities for the renovated WWTP
chlorine contact basins. This task includes topographic survey and mapping; geotechnical
investigation; and preparation of a Basis of Design Report and 30% design level documents.
Deliverables prepared as part of this task will be used for design in subsequent tasks.
Task 2.1 -Topographical Survey and Mapping
The ENGINEER'S sub consultant Rau and Associates (Rau) will perform ground surveys to
supplement information from prior surveys and to detail the proposed construction footprint of
the renovated chlorine contact basins. Rau will attempt to establish the invert elevations of
buried infrastructure and piping not previously determined, including those at the head of the
existing basins.
Rau will provide detailed topographic and facility mapping of the chlorine contact basin site, and
a DTM in AutoCAD Civil 3D format, that includes:
• Terrain (1 foot contours) with spot elevations;
• Outline of the existing chlorine contact basins and elevations of critical inverts;
• Invert elevations of inlet piping, and elevations and inverts of upstream piping / manholes in
order to determine pipe slopes and hydraulic capacity;
• Existing utilities and structures present within the project mapping area, or that may affect
the project because of their close proximity;
• Trees greater than 4" in dbh that may be affected by the project;
• Project control points;
• Height of overhead utility lines that may conflict with the project.
Task 2.1 Deliverables
• Topographic mapping (at 1"= 20').
• Electronic Files in AutoCAD Civil 3D .dwg file format with point files and the DTM surface
model.
Task 2.2 - Geotechnical Investigation
The ENGINEER's subconsultant LACO Associates (LACO) will review available existing geologic
maps, soils reports, and geologic reportsforthe projectarea. LACO will review the projectarea and
mark boring locationsfor Underground Service Alert (USA) if needed.
For the revised footprint for the chlorine contact basins, LACO will perform 2 borings (between 20 and
30 feet deep). LACO will log the borings, and obtain disturbed and relatively undisturbed soil
samples for laboratory testing. Sampling locations/depths will be determined in the field by the
project geologist based on subsoil conditions encountered.
A laboratory testing programwillbeconductedtocharacterize the soil properties. LACO will
perform laboratory tests on selected soil samples that may include direct shear and/or triaxial
shear strength, particle size, moisture content, dry density, Atterberg limits, consolidation, and
corrosion potential (resistivity, pH, sulfate, chloride, and redox potential).
LACO will perform engineering evaluations to develop conclusions and recommendations
regarding geologic hazards affecting the proposed improvements, excavatability, thrust -block
bearing capacity, and corrosion potential of soils.
LACO will prepare draft and final Geotechnical Reports that document the results of the
geotechnical investigation and address requirements of both the California Building Code and
the Mendocino County Grading Regulations (current versions as of the date the Report is
prepared). The Reports will include soil logs, results of laboratory analysis, results of geohazard
evaluation, and geotechnical recommendations to support design and construction of proposed
improvements.
Task 2.2 Assumptions
• An environmental assessment oranyexploration forthepresence orabsenceofany
hazardous or toxic materials isnot included.
• The OWNER will be responsible forclearancefrom utilities notcovered by USA.
• Geotechnical investigation does not include a site-specific quantitative liquefaction
analysis.
• The OWNER will secure site access for pre -survey and geotechnical investigation.
Task 2.2 Deliverables:
• Draft and Final Geotechnical Report (2 hard copies and 1 electronic copy).
Task 2.3 - Basis of Design Report, 30% Design Level Plans, List of Specifications, and Cost
Estimate
The ENGINEER will include previous conceptual design work in a Basis of Design Report. 30%
design level plans will be developed using the ENGINEER's CAD standards per the Phases 1- 3 final
design. TheENGINEERwill prepare a list of technical specifications. An estimate of probable
construction cost will bepreparedto reflectthe30%levelofdesign. This will include an update of
conceptual design level cost estimates previously prepared.
The Basis of Design Report and 30% design submittal packagewill be provided to the OWNER for
reviewand comment. All reviewcomments and responsestocommentswill bedocumented ina
commentlog. Agreed comments will be incorporated in the final design.
4
Task 2.3 Deliverables:
Basis of Design Report, 30% Design Level Plans (2 ha rd co pies and 1 electronic copy).
List of technical specifications
• 30% design level cost estimate (1 electronic copy)
TASK 3 - FINAL DESIGN
Task 3.1 - 75% Design Level Plans, Specifications, and Cost Estimate
75% design level plans will bedeveloped using the ENGINEER's CAD standards per the Phases 1
3 final design. TheENGINEERwill prepare any additional technical specifications, in conjunction
with the OWNER's standard front-end specifications, that are needed beyond those already
prepared for the Phases 1 - 3 final design. All specification documentswill be prepared using
Microsoft Word, and will be in CSI format. An estimate of probable construction cost will be
prepared to reflectthe 75% level of design. An electronic PDF ofthe cost estimate will be provided
with the 75%submittal.
The 75% package will be provided to the OWNER for review and comment. A review meeting or
conference call will beheldtodiscuss theOWNER'S comments. All review comments and
responsestocommentswill bedocumented ina comment log.
Task 3.2 - 100% Design Level Plans, Specifications, and Cost Estimate
100% design level planswill bedeveloped using the ENGINEER's CADstandards per the Phases 1
3 final design. The 100% design submittal will include agreed-upon review comments from the
75% design submittal. TheENGINEERwill update any additional technical specifications, in
conjunctionwith the OWNER's standard front-end specifications, that are needed beyond those
already prepared for the Phases 1 -3 final design. An estimate of probable construction cost will
be prepared to reflectthe 100% level of design. An electronic PDFofthecostestimatewill be
provided with the 100% submittal.
The 100% package will be provided to the OWNER for review and comment. A review meeting or
conference call will be held to discuss the Owner's comments. All review comments and responses
to comments will bedocumented in a comment log.
Task 3.3 - Final Bid Documents
Agreed comments received from the OWNER will be incorporated into the plans and specifications
to develop a set of final bid -ready documents. The cost estimate will be updated to reflectthe final
design.
Task 3 Assumptions:
•
La ndsca ping a nd a rchitectu ra I design a re not requi red, and are not included;
• OWNER will provide any required front-end documents in addition to those already
provided for the Phases 1 - 3 design.
5
• Electrical, and instrument and control, design services are not required.
Task 3 Deliverables:
•
75% Plans, Specifications, and Cost Estimate (2hardcopies,1electronic copy).
• 100% Plans, Specifications, and CostEstimate(2 hardcopies, lelectronic copy).
• Ten (10) hard copies (if requested) and a reproducible setofthefinal bid -ready contract
documentswill be provided totheOWNER fordistribution to interested contractors.
TASK 4 - REGULATORY AGENCY COORDINATION AND FUNDING SUPPORT
Task 4.1 - Regulatory Agency Coordination
Thistask includes any additional meetingswith regulatory agencies as needed forpermits required
specifically for the chlorine contact basins renovation. It is assumed the OWNER will take the
lead obtaining regulatory approval required for changes in any of its operating / discharge
permits. Ongoing coordination is anticipated with the North CoastRegionaIWaterQualityControl
Board and the California State Water Resources Control Board (SWRCB). It is also assumed that
permits obtained for Phases 1 -3 are applicable.
Task 4.2 - Funding Support
This task includes an allowance for attending up to two meetings, conference calls and
preparing supporting documentation packages for submission to appropriate funding agencies.
Task 4 Assumptions.
• No building or other planning permits are required beyond those for Phases 1 -31-
Categorical
3;Categorical exemption from CEQA is applicable since an existing facility is to be
renovated.
• Scope will be limited to the level of effort defined in the fee schedule.
Task 4 Deliverables:
• Supporting documentation.
TASK 5 - BID AND AWARD
Task 5.1 - Answer Questions / Provide Addenda
The ENGINEER will provide assistance, as required, to the OWNER during the bidding of the
project. This will include answering contractor questions and preparing up to two addenda
during the advertisement period. The ENGINEER will be the primary contact for technical
questions during the bid period. Addenda will be distributed by the OWNER.
Task 5.2 - Attend Pre -Bid Conference
The ENGINEER will attend the pre-bid conference. The meeting will be conducted by the
OWNER, but the ENGINEER will be available to answer questions or discuss the intent of the
plans and specifications as requested by the OWNER. The ENGINEER will prepare minutes from
the meeting. Meeting minutes will be distributed by the OWNER.
Task 5.3 - Construction Contract Award
After receipt of bids, the ENGINEER will assist the OWNER in developing a construction contract
award recommendation for the project. The ENGINEER will evaluate bids for completeness and
compliance, check Bidder resources as required by OWNER, and make a recommendation with
respect to award of the Contract. After Contract Award, the ENGINEER will prepare conformed
plans and specifications.
Task 5 Assumptions
• The OWNER will sell and distribute contract documents to contractors.
• The OWNER will distribute addenda and minutes from the pre-bid conference.
• A maximum of two (2) addenda will be prepared.
Task 5 Deliverables:
• Written responses to contractors' questions.
• Addenda
• Meeting agendas and minutes.
• Award recommendation
• Conformed contract documents (CD of half-size plans and specifications)
TASK 6 - PROJECT MANAGEMENT AND ADMINISTRATION DURING CONSTRUCTION
Task 6 includes for all project management work for Task 7 - 10.
Task 6.1 - Project Administration
The ENGINEER will administer the project ESDC phase, and subconsultants, to maintain project
schedule and budget.The project progressand budget statuswill be included in monthly progress
reportsthat will be attached to billing invoices. Additionally, the monthly progress reportwill
include a list of work completed forthetime period and what is expected inthe coming period.
Task 6.2— Quality Control
Quality control will be monitored throughout the entirety of the Project ESDC phase. The
ENGINEER will review deliverables provided by subconsultants prior to forwarding to the
OWNER'S staff or construction management team as appropriate. Any document developed by
the ENGINEER will be peer-reviewed internally prior to delivery to the OWNER.
7
Task 6: Deliverables:
• Monthly invoices.
• Monthly progress reports.
TASK 7 — ENGINEERING SERVICES DURING CONSTRUCTION
The following tasks describe detailed scope of the ESDC phase:
Task 7.1 - Pre -Construction Conference
The ENGINEER will attend the pre -construction conference. It is assumed that the meeting will
be led by the OWNER and / or the Construction Manager, and they will prepare meeting
agendas and minutes. ENGINEER'S principal role at the meeting will be to answer questions
from the selected contractor (CONTRACTOR).
Task 7.2 - Engineer's Site Observation
Assuming a construction contract duration of 6 months, the ENGINEER's team will conduct
construction observation site visits twice per month (8 hours per visit, including travel time)
during a core 4 -month period of project construction. The ENGINEER will also attend one
closeout meeting on site. The ENGINEER will schedule these visits every two weeks to coincide
with construction progress meetings, or as otherwise required by the OWNER.
Task 7.3 - Submittals Review
The ENGINEER will review CONTRACTOR'S shop drawings and other submittals as requested by
OWNER and / or the Construction Manager. It is assumed that the Construction Manager will
receive all CONTRACTOR'S submittals and re -submittals, and will forward to the ENGINEER those
submittals and re -submittals that the OWNER and / or Construction Manager determine require
designer review. The ENGINEER will provide a written response to each submittal and re-
submittal within 14 calendar days of receipt of that submittal by the ENGINEER, unless
otherwise agreed with the OWNER. Exceptions to this response target may include large
submittals, and response times for these submittals will be agreed with the OWNER on a case-
by-case basis.
A total of 25 submittal reviews and 10 re -submittal reviews are included in this scope. The
corresponding budget is based on an average of 4 hours per submittal for the ENGINEER's
review and response, and 2 hours per resubmittal.
Task 7.4 - Responses to Contractor's Request for Information (RFIs)
The ENGINEER will provide written responses to the CONTRACTOR'S RFIs. A total of 20 RFIs are
included in this scope. The corresponding budget is based on an average of 4 hours per RFI for
the ENGINEER's review and response. It is assumed that the Construction Manager will receive
all CONTRACTOR'S RFIs, and will forward to the ENGINEER those RFIs that the OWNER and / or
Construction Manager determine require designer input.
Task 7.5 - Review and Preparation of Design Clarifications (DCs)
The ENGINEER will prepare and/or review proposed changes in project scope or project time,
when requested by the OWNER or Construction Manager. A total of 3 DCs are included in the
scope. The corresponding budget is based on an average of 6 hours per DC, which includes
preparation time, review of CONTRACTOR -furnished supporting information, discussions with
CONTRACTOR and OWNER / Construction Manager, and preparation of DC responses.
It is assumed that all Change Orders will be prepared by the Construction Manager. The
ENGINEER will provide any supporting information required for Change Orders through the
Design Clarification process.
Task 7 - Deliverables:
• CD with electronic (pdf) files of the conformed half size drawings and specifications.
• Electronic responses to RFIs.
• Responses to submittals and re -submittals.
• Design clarification responses.
TASK 8 — CONSTRUCTION OBSERVATION
Task 8.1 - Structural Observation
The ENGINEER will perform structural observation of the project. It is assumed that two site
visits are required, on an 8 hour -per -visit basis that includes travel time.
Task 8.2 - Geotechnical Observation
The ENGINEER's sub consultant LACO Associates will perform geotechnical observation of the
project, including observation of excavated sub grades for foundations.
Task 8.3 - Environmental Monitoring
The ENGINEER's sub consultant SMB Environmental will perform environmental monitoring for
the project, as required by environmental permits.
TASK 9 - PROJECT COMMISSIONING AND CLOSEOUT
Task 9.1 - Record Drawings
The ENGINEER will review, after substantial completion, the final version of the CONTRACTOR's
redline drawings that have been accepted by the Construction Manager. Based on this final set
of marked -up drawings, the ENGINEER will prepare record drawings in an electronic format
(AutoCAD and pdf versions) for delivery to the OWNER.
Task 9.2 - Substantial and Final Completion Assistance
At the request of the OWNER and / or the Construction Manager, the ENGINEER will assist in
determining if the project is substantially complete in accordance with the Contract Documents.
The ENGINEER will also assist in preparing the Certificate of Substantial Completion and a list of
deficient items ("punch list"). It is assumed that the Construction Manager will be responsible
for determining whether the project is substantially complete.
When notified by the Construction Manager that the punch list items have been completed, the
ENGINEER will assist in determining if the finished work has been completed to the standard
required by the Contract Documents. It is similarly assumed that the Construction Manager will
be responsible for determining whether the project has reached final completion, and for
certifying as such to the OWNER as required by the Contract Documents.
Two site visits are included in this sub -task: one each at the time of substantial and final
completions. Each visit is of an 8 -hour duration, including travel time.
Task 9.3 - Training and Commissioning
Under the lead of the Construction Manager, the ENGINEER will assist in the review of the
CONTRACTOR's training plan and instruction materials for compliance with the Contract
Documents. If requested, the ENGINEER will provide instruction to OWNER personnel on the
project objectives, design intent, and system operational procedures.
As requested by the OWNER and / or the Construction Manager, the ENGINEER will review the
CONTRACTOR'S start-up and commissioning plan for the project. Commissioning is defined as
the process in which the newly constructed facility will be placed into routine operation. The
commissioning process will include a planned, systematic approach to verify that facility systems
operate as intended and there is an orderly transition from construction phase to routine
operation. It is an anticipated that the commissioning program will include three phases as
follows:
• Phase I - Initial start-up in manual operating mode.
• Phase II - Transition into computer operating mode.
• Phase III - Transition from CONTRACTOR to OWNER operation.
The ENGINEER will assist with field commissioning of the project. The fee associated with this
sub -task includes for 16 labor hours at the project site, including travel time and expenses.
Task 9.4 - Operations and Maintenance Manuals
Under this sub -task, the ENGINEER will review Operations and Maintenance (O&M) documents
and manuals provided by equipment vendors that are forwarded by the Construction Manager.
10
EXHIBIT B
Recycled Water Project -Phase 1A
City of Ukiah
ovaaan - D-Ign and ESRC Fee 06141'
Ottw
aq
a4 t
Sknan 1ka
Ak.
Ran
GrayL
soar
CNkerama
C.".
Sub
1.0hnb
PECE
PM PE
SkwtwW
ELIC
SILO OA= CAO WP
$11.7 Moa
$256
$197
$197
S215
3157
$236
$152
$101
ToW
Howl Lobar Coat
$
1S
i
u
Su6b3d
lCarnO{ar4
Markup
'10X
Sub
Conwltanl
TpW
pw M
Prk1
T
Anwiml
1700 Cut
TaW Coal
16
0
0
0
0
0
0
4
20 f• 500
SO
f0
SD
f0
SO
SO
32]1
SO
0
$0
$234
S4 ,734
24
16
0
0
16
0
0
0
72 $15 534
$0
so
30
s0
$0
30
S342
SO
a
$1 080
$1922
317 506
0
0
0
0
0
24
0
0
24 $5 664
SD
30
f0
$0
30
so
5231
S0
0
so
$281
$5 945
M
16
0
0
10
24
0
4
11{ $24 7111
N
so
$0
N
so
so
$i
$a
t
11
136
e
0
0
e
o
9
0
24 $4520
so
$10 D00
so
$10000
61000
3110110
$281
$0
0
So
311381
S7s 301
tl
24
40
16
1G
0
a
t
0
0
a
40
N
0
0
0
0
96
104
0
4
1
16 S3 304
192 Sll 091
212 310 iG
315000
SO
$14
SO
$0
3144M
SO
$0
N
315000
SO
k
$1500
s0
610
s1650D
$u
i27
5187
$2.246
$2,714
f0
$0
so
0
0
0
$0
$0
50
316687
$2,246
$$70 K
519991
$35 373
$71170
32
112
64
0
10
0
108
4
124 $57 423
$0
$0
f0
$0
SO
30
37 791
$500
1
5175
$4 426
$61 854
12
12
40
0
64
0
80
1
256 $45 9]2
So
$0
10
to
30
$0
$2 995
$500
3175
$]6]0
$19 562
16
24
32
0
12
0
41
1
150 $27108
s0
$0
SO
so
30
SO
$1 755
31 000
0
SO
$2 735
$29 867
N
N
114
0
70
0
22a
1I
770 131
1
2
10 11
111
4
0
0
0
a
0
0
2
10 36,258
10
30
30
so
30
SO
3751
So
2
5270
362+
SG 679
1
0
0
0
e
0
0
2
10 I 34.236
SD
30
f0
f0
30
30
3]51
30
2
$270
1421
$6 e79
a
D
0
0
t{
0
0
I
60 $1&
N
$o
$0
$0
$0
$0
$702
$0
4
$610
$1 XMZ
$1 a
e
e0
0
e
0
0
2
26 $5052
$0
$0
$0
$0
$0
s0
$304
$0
0
$o
$304
$5.736
e
a
0
0
0
0
0
2
18 $7.626
$0
sD
30
$o
30
so
$211
so
2
327()
$481
$4.307
1
1
D
0
4
0
40
2
60 $10.21e
30
$0
$0
f0
30
SO
$702
$0
0
So
$702
$10.920
2<
P
0
0
12
0
M
f
if 176
N
N
N
so
N$11"
24
00
0
0
0
0
4
72 $7 492
$0
30
30
30
SO
SO
30
30
0
so
30
$7492
e
0
0
0
24
0
4
40 $9 060
$0
so
$0
$0
$0
$0
$O
$0
0
$0
$0
$9060
32
0
0
0
9
24
0
t
72 $N
$0
so
N
to
N
N
0
N
$116,5112
a
8
0
0
0
0
0
0
16
$] 624
s0
$0
SO
f0
SO
30
SO
$0
2
3270
$270
$3 894
32
32
0
0
28
0
0
0
96
119 836
SO
30
f0
S.
30
30
s0
f0
12
31 520
31620
$21456
1b
I6
14
0
Ie
0
0
0
96
317916
$0
$0
$.
$0
30
$0
$0
3500
0
50
$500
Ste 436
16
a
1
0
0
56
S11 016
30
$0
$0
SO
30
SO
f0
3200
0
30
SO
$11016
4
4
0
4
0
0
0
14
s2 116
SO
S0
$0
SD
SO
So
$0
$200
0
SO
$200
$2916
T4
68
2$
0
104
0
0
0
274
$N 12{
$0
$0
N
N
N
N
$0
SM
14
SIAM
u
$47.711
4
016
0
0
0
0
0
20
34 176
$0
$0
so
$0
f0
SO
$0
so
2
$270
$270
34 446
4
e
0
0
e
0
0
0
20
$3 656
S5 000
SO
$0
$5 000
$Soo
55 500
$0
30
1
5175
$5 675
$9 491
4
0
0
0
8
0
0
0
12
S2.280
30
30
35 DDO
$5 000
3$Go
S5 500
SO
30
1
$175
SS 6J5
37 915
1I
a
1t
0
it
0
0
0
52
$N 2
$6
M
wilite
slim
311 w
N
N
4
SS"
N7
$21 AU
4
8
4
0
16
0
14
4
60 11112
11
11
$0
11
SO
$0
10
51.000
0
f0
$1,000
110,952
24
S
0
J
a
0
J
4
41 $9 13C
SO
30
f0
SO
SO
f0
$0
30
I
3270
3210
39.050
16
a
0
0
6
0
J
0
32 % 9Ia
f0
f0
$0
$D
$0
$0
SO
SO
1
3540
$540
$7460
4
0
0
5
0
0
4
20 $3 472
$0
$0
$0
$0
$0
$0
$0
$0
0
$0
$0
$3472
44
28
1 4
0
40
0
24
12
131 772
1
f
/9
IS
$31.542
15 000
$114,901)
50
$25.000
1!2 140 111 8 276 24 372 30 1.2421 226 {
SZ.WQ $27,60
$14.631 S2.000 10
12,160
tZ74,11066
166
104
IS
0
160
1 24
24
20
SN $111721
000
$6
SIOAOO
SIAN
111
30
51090
24
$]210
$1L
112
]
241
1112
0
1 436
48
334;
SO
1100 fK0 1!4
$20,000
10000
f5 000
$35.000
$3.500
1 $74
1 S]1
DAN 1
46
15
i 1SOX929
ovaaan - D-Ign and ESRC Fee 06141'
CITY OF UKIAH
RECYCLED WATER PROJECT
Detailed Construction Management Scope of Services
Tasks one through four detail the Scope of Work to be provided by the Carollo Construction
Management (CM) team for the construction of this project,
TASK ONE: PRE -CONSTRUCTION SERVICES
Task 1.1 Bid Escrow document review
We will perform an escrow review of bid documents provided by the accepted bidder to
determine completeness and conformance of the received bid package. Secure bid package for
duration of construction contract to assist in negotiation and resolution of change orders and
potential claims.
Task 1.2 Construction Contract compliance
We will review the contractor's contract execution for compliance with contract document
requirements, state revolving loan fund requirements, including prevailing wage and
apprenticeship program requirements, as well as compliance with all environmental documents.
Task 1.3 - Pre -Construction Conference
We will schedule, coordinate, and conduct one preconstruction conference. An agenda will be
prepared in advance to notify attendees of key items for discussion. Meeting notes will be
prepared and distributed to attendees within 10 days of the conference.
TASK TWO: SERVICES DURING CONSTRUCTION
Task 2.1 — Documentation System Set-up
We will initiate a web -based documentation system using EADOC for this project. This system
will be provided by the construction manager (CM) for use by all project personnel. A training
session will be held for City, designer and contractor personnel. The system will be tailored to
meet the needs of each party and will be maintained by the CM for the duration of the project.
After the project is completed, the documentation system will be maintained for the warranty
period then downloaded and delivered to each party on indexed digital storage media.
Task 2.2 — Communication and Construction Management Plan
A project specific Construction Management Plan will be created for the project to establish
project protocols, communications, and procedures.
Task 2.3 - Manage Field Inspection Personnel
We will provide resident inspection and our CM and/or resident engineer will manage the
activities of the field inspection personnel, including the materials testing subcontractor. Our
inspectors will prepare daily inspection reports, and summary weekly and monthly inspection
reports to the City.
Task .2.4 - Track Submittals
We will coordinate and manage the shop drawing and submittal review process between the
design engineer and the contractor. All submittals will be handled using the EADOC
documentation system. We will screen all submittals and determine their completeness before
reviewing them or forwarding them to the design engineer for review.
Task 2.5 - Prepare Field Memos and Clarifications
We will coordinate and manage preparation of field memos and clarifications of drawings and
specifications between the design engineer and the contractor. Memos will be handled in
EADOC to allow easy tracking of their status and outcome.
Task 2.6 - Track Requests for Information
We will coordinate and manage the RFI process between the design engineer and the
contractor. All RFIs will be handled using the EADOC documentation system. We will screen all
RFIs and determine their validity before responding to them or forwarding them to the design
engineer for response.
Task 2.7 - Review Monthly Progress Payment Requests
We will evaluate the contractor's monthly progress payment requests from the contractor and
recommend payment by the City if requirements are met. We will compare requested quantities
to the actual quantities completed and negotiate the appropriate progress payment request with
the contractor.
Task 2.8 - Review Construction Schedule
We will review and approve the contractor's construction schedule, including updates and
revisions, in accordance with the contract documents. Our review will focus on key elements
such as logic, duration of activities, duration of startup and testing, and construction sequencing
constraints and milestones.
Task 2.9 - Review Change Order Requests
We will review change order requests in conjunction with the design engineer to determine
changes in scope and conditions. We will prepare independent cost estimates and negotiate
with the contractor. We will prepare and process approved change orders and incorporate them
into the contract. We will prepare a log for tracking all potential change orders and agreed upon
change orders.
Task 2.10 - Resolve Conflicts
We will work with all parties involved to resolve potential conflicts before they become an issue.
Task 2.11 -Review Labor Compliance
We will monitor project records and review labor compliance of the contractor. We will work with
the contractor to correct any deficiencies found and report status to the City
Task 2.12 — Review installation and maintenance of BMPs and Implementation of the SWPPP.
Our staff is educated in California's evolving stormwater policies. We will monitor the stormwater
protection installed by the contractor and work with him to maintain it and report its effectiveness
in accordance with the current state regulations.
Task 2.13 - Conduct Final Inspection and Issue Punchlists
We will schedule and conduct a final inspection of the completed facilities and issue punch lists
of uncompleted items where necessary. We will also assist the City in negotiation of unsettled
changes or disputes associated with these inspections. When the final punch list items have
been completed or resolved, we will recommend acceptance by the City.
Task 2.14 - Documentation of Existing Site Conditions
We will prepare video and photographic records of initial site conditions before the contractor
begins construction. Video documentation will be accompanied by a verbal description of
existing conditions. A copy of the video and photographic documentation will be provided to the
City.
Task 2.15 - Construction Inspection
We will provide a qualified inspector to monitor the contractor's compliance with the
specifications requirements in placing the ductbanks and conduit runs. We will inspect and
ensure conformance with the specifications on the placement and installation of electrical
equipment. Wiring will be inspected for proper terminations and labeling. Installations will be
monitored for compliance with NEC and other applicable codes.
Task 2.16 — Electrical Testing
We will work with the designer, contractor and vendors to determine all the required testing,
then witness and document all site acceptance tests on electrical equipment. This includes
witnessing all point-to-point checks and run tests for electrical equipment. We will confirm that
circuit breaker settings conform to the values shown in the short circuit study and that all
harmonic filters are correct and in place. All electrical testing results will be documented and
filed in the project records.
Task 2.17 - Monitor Contractor's Compliance with Contract Documents
We will review and monitor the contractor's work against the contract documents to ensure
compliance. We will report any non -conformances and deficiencies to the City and contractor
and will work with the contractor to correct these deficiencies in a timely manner to the
satisfaction of the City.
Task 2.18 — Review Certified Payroll
We will review the contractor and subcontractor certified payroll for compliance with State and
Federal prevailing wage requirements. Any discrepancies will be identified and returned to the
contractor for immediate correction. Violations will be addressed in accordance with the State
Labor Code and Davis Bacon wage requirements. We will also conduct interviews with select
contractor field personnel to confirm payroll conditions. Our certified payroll findings will be
included in the monthly project progress report.
Task 2.19- Monitor Contractor's Compliance with CEQA Requirements
We will maintain a copy of the CEQA requirements and monitor the contractor's compliance
against these requirements. We will periodically inform the City and contractor of compliance
status and recommend a course of action to the City and contractor if these requirements are
not being met.
Task 2.20- Monitor and Review Record Drawings
We will monitor and coordinate the contractor's recording and maintenance of field changes to
plans and specifications during construction on a monthly basis, or more frequently as required.
At the 50-, 75-, and 90 -percent project completion levels, we will perform a review of the
contractor's working record drawings for general completeness and advise him of status. We
will approve progress payments beyond 90- percent completion contingent upon the
acceptability of the working record drawings.
TASK THREE: MATERIAL TESTING
Task 3.1 - Provide Material Testing
A materials testing laboratory will be hired by the City to take quality assurance samples during
construction and report to Carollo. We will coordinate callouts of the materials testing services
firm with the contractor to efficiently use the testing firm. Testing results will be monitored for
compliance with the contract documents. Discrepancies will be noted and the contractor will be
directed to make necessary corrections.
TASK FOUR: STARTUP TESTING
Task 4.1 - Oversee Startup and Testing
We will oversee facilities acceptance testing and startup in cooperation with the contractor,
design engineer, and City and plant staff. Startup and testing services will include assistance
with comprehensive testing of functional equipment, sub -systems, and entire treatment
processes.
Task 4.2 — Field Testing Reports and O&M Manuals
We will witness all field tests of equipment as described in the specifications and the vendor
documentation. We will use test report forms as supplied by the vendors and the designer.
Where no report forms are available, we will use our own in-house test forms with input from the
designer and vendors. All test reports will be field with the equipment O&M manuals. All vendor
O&M manuals will be reviewed for completeness, including all recommended maintenance
procedures, calibration requirements, and spare parts lists.
CITY OF UKIAH
RECYCLED WATER PROJECT
CONSTRUCTION MANAGEMENT SERVICES
COST PROPOSAL
Rate
Construction
Manager/PIC
(Hours)
Resident
Engineer
(Hours)
Pipeline and
CCB Inspector
(Hours)
Pump
Station/Pond
Inspector
Hours
ElecVI&C
Inspection
(Hours)
Field Clerk
(Hours)
Total Hours
per Task
Total Labor
Cost per task
$ 265.00
$ 170.00
$ 155.00
$ 155.00
$ 155.00
$ 110.00
Task 1 Pre -Construction Services
40
24
8
8
8
40
128
$ 22,800
Task 2 Services During Construction
280
1600
1592
1253
1300
316
6341
$ 1,023,435
Task 3 Matenal Testing Coordination
16
240
40
40
40
0
376
$ 63.640
Task 4 Start-up and Testing
72
176
80
320
392
1 40
1080
$ 176,160
Total Hours
408
2040
1720
1621
1740
1 396
7925
$ 1,286 035
Cafollo Budget
$
1,286,035
ODCs, Travel and Subsistence
$
143,495
Escalation
$
12,861
Other Subconsultants and Expenses
$
-
TOTAL FEE
$
1,442,391
Notes
1. Budget is based upon a 12 month effort construction schedule starting in October 2017.
2 Budget is based upon an estimated level of effort based upon our interpretation of the 90% design documents The final scope will be negotiated with the client to meet their needs
3. Matenal testing, construction field offices, utilities, and field equipment to be supplied by others
4. Budget assumes no special inspection other than that listed in the RFP.
5. Level of effort (staffing) is estimated based upon review to date of drawings and specifications and discussions with City personnel.
6. Other Direct Costs (ODCs) are billed at Cost plus 5°% markup. Travel and Subsistence is billed as actual cost only.
EXHIBIT A
CITY OF UKIAH
RECYCLED WATER PROJECT: PHASES 1-3
ENGINEERING SERVICES DURING CONSTRUCTION
SCOPE OF WORK
June 14, 2017
BACKGROUND
The City of Ukiah (OWNER) has requested that Carollo Engineers, Inc. (ENGINEER) perform Engineering
Services During Construction (ESDC) for the construction phase of the Recycled Water Project - Phases 1-
3 Project (PROJECT). The PROJECT includes construction of a 66 million gallon capacity, lined recycled
water storage pond; a recycled water pump station; 12- and 16 -inch diameter PVC pressure pipelines;
trenchless crossings of roads and creeks; gravity inlet pipelines; connections to the City's wastewater
treatment plant; electrical, and instrumentation and control facilities; and other associated works.
Work under this scope is organized under five Tasks:
• Task 1 - Project Management and Administration During Construction
• Task 2 - Regulatory Agency Coordination and Funding Support
• Task 3 - Engineering Services During Construction
• Task 4 - Construction Observation
• Task 5 - Project Commissioning and Closeout
ENGINEER will lead this stage of the project, with sub consultants SMB Environmental providing
environmental monitoring services, and LACO Associates providing geotechnical observation.
TASK 1 - PROJECT MANAGEMENT AND ADMINISTRATION DURING CONSTRUCTION
Task 1.1 - Project Management
The ENGINEER will administer the project and subconsultants to maintain project schedule and budget.
The project progress and budget status will be included in monthly progress reports that will be attached to
billing invoices. Additionally, the monthly progress reportwill include a listof work completed forthe time
period and what isexpected inthe coming period.
Task 1.2— Quality Control
Quality control will be monitored throughout the entirety of the Project. The ENGINEER will review
deliverables provided by subconsultants prior to forwarding to the OWNER'S staff or construction
management team as appropriate. Any document developed by the ENGINEER will be peer-reviewed
internally prior to delivery to the OWNER.
Page 1 of 5
Task 1: Deliverables:
• Monthly invoices.
• Monthly progress reports.
TASK 2 — REGULATORY AGENCY COORDINATION AND FUNDING SUPPORT
Task 2.1 - Regulatory Agency Coordination and Funding Support
Under this Task, ENGINEER will continue to provide coordination and support to OWNER as part of
OWNER's compliance with the requirements of the State of California's regulatory and funding agencies.
This support will be on an as -needed basis. For the basis of this scope and associated fee, a total of 48
labor hours have been allocated to this task.
TASK 3 — ENGINEERING SERVICES DURING CONSTRUCTION
The following sub -tasks describe the detailed scope of the ESDC:
Task 3.1 - Construction Contract Award
After receipt of bids, the ENGINEER will assist the OWNER develop a construction contract award
recommendation for the PROJECT. The ENGINEER will evaluate bids for completeness and compliance,
check Bidder resources as required by OWNER, and make a recommendation with respect to award of
the Contract. After Contract Award, the ENGINEER will prepare conformed plans and specifications.
Task 3.2 - Pre -Construction Conference
The ENGINEER will attend the pre -construction conference. It is assumed that the meeting will be led by
the OWNER and / or the Construction Manager, and they will prepare meeting agendas and minutes.
ENGINEER'S principal role at the meeting will be to answer questions from the selected contractor
(CONTRACTOR).
Task 3.3 - Engineer's Site Observation
Assuming a construction contract duration of 12 months, the ENGINEER's team will conduct
construction observation site visits twice per month (8 hours per visit, including travel time) during the
core 9 months of PROJECT construction. The ENGINEER will also attend one closeout meeting on site.
The ENGINEER will schedule these visits every two weeks to coincide with construction progress
meetings, or as otherwise required by the OWNER.
Task 3.4 - Submittals Review
The ENGINEER will review CONTRACTOR'S shop drawings and other submittals as requested by OWNER
and / or the Construction Manager. It is assumed that the Construction Manager will receive all
CONTRACTOR'S submittals and re -submittals, and will forward to the ENGINEER those submittals and re -
Page 2 of 5
submittals that the OWNER and / or Construction Manager determine require designer review. The
ENGINEER will provide a written response to each submittal and re -submittal within 14 calendar days of
receipt of that submittal by the ENGINEER, unless otherwise agreed with the OWNER. Exceptions to this
response target may include large submittals, and response times for these submittals will be agreed
with the OWNER on a case-by-case basis.
A total of 80 submittal reviews and 40 re -submittal reviews are included in this scope. The
corresponding budget is based on an average of 4 hours per submittal for the ENGINEER's review and
response, and 2 hours per resubmittal.
Task 3.5 - Responses to Contractor's Request for Information (RFIs)
The ENGINEER will provide written responses to the CONTRACTOR'S RFIs. A total of 80 RFIs are included
in this scope. The corresponding budget is based on an average of 4 hours per RFI for the ENGINEER's
review and response. It is assumed that the Construction Manager will receive all CONTRACTOR'S RFIs,
and will forward to the ENGINEER those RFIs that the OWNER and / or Construction Manager determine
require designer input.
Task 3.6 - Review and Preparation of Design Clarifications (DCs)
The ENGINEER will prepare and/or review proposed changes in project scope or project time, when
requested by the OWNER or Construction Manager. A total of 15 DCs are included in the scope. The
corresponding budget is based on an average of 6 hours per DC, which includes preparation time, review
of CONTRACTOR -furnished supporting information, discussions with CONTRACTOR and OWNER /
Construction Manager, and preparation of DC responses.
It is assumed that all Change Orders will be prepared by the Construction Manager. The ENGINEER will
provide any supporting information required for Change Orders through the Design Clarification
process.
Task 3 - Deliverables:
• CD with electronic (pdf) files of the conformed half size drawings and specifications.
• Electronic responses to RFIs.
• Responses to submittals and re -submittals.
• Design clarification responses.
TASK 4 — CONSTRUCTION OBSERVATION
Task 4.1 - Structural Observation
The ENGINEER will perform structural observation of the PROJECT. It is assumed that six site visits are
required, on an 8 hour -per -visit basis that includes travel time.
Page 3 of 5
Task 4.2 - Geotechnical Observation
The ENGINEER's sub consultant LACO Associates will perform geotechnical observation of the PROJECT,
including construction of the recycled water storage pond embankments and the excavated subgrades
for foundations.
Task 4.3 - Environmental Monitoring
The ENGINEER's sub consultant SMB Environmental will perform environmental monitoring for the
PROJECT, as required by environmental permits.
TASK 5 - PROJECT COMMISSIONING AND CLOSEOUT
Task 5.1 - Record Drawings
The ENGINEER will review, after substantial completion, the final version of the CONTRACTOR's redline
drawings that have been agreed between the CONTRACTOR and the Construction Manager. Based on
this agreed final set of marked -up drawings, the ENGINEER will prepare record drawings in an electronic
format (AutoCAD and pdf versions) for delivery to the OWNER.
Task 5.2 - Substantial and Final Completion Assistance
At the request of the OWNER and / or the Construction Manager, the ENGINEER will assist in
determining if the PROJECT is substantially complete in accordance with the Contract Documents. The
ENGINEER will also assist in preparing the Certificate of Substantial Completion and a list of deficient
items ("punch list"). It is assumed that the Construction Manager will be responsible for determining
whether the PROJECT is substantially complete.
When notified by the Construction Manager that the punch list items have been completed, the
ENGINEER will assist in determining if the finished work has been completed to the standard required by
the Contract Documents. It is similarly assumed that the Construction Manager will be responsible for
determining whether the PROJECT has reached final completion, and for certifying as such to the
OWNER as required by the Contract Documents.
Two site visits are included in this sub -task: one each at the time of substantial and final completions.
Each visit is of an 8 -hour duration, including travel time.
Task 5.3 - Training and Commissioning
Under the lead of the Construction Manager, the ENGINEER will assist in the review of the
CONTRACTOR's training plan and instruction materials for compliance with the Contract Documents. If
requested, the ENGINEER will provide instruction to OWNER personnel on the PROJECT objectives,
design intent, and system operational procedures.
As requested by the OWNER and / or the Construction Manager, the ENGINEER will review the
CONTRACTOR'S start-up and commissioning plan for the PROJECT. Commissioning is defined as the
process in which the newly constructed facility will be placed into routine operation. The commissioning
Page 4 of 5
process will include a planned, systematic approach to verify that facility systems operate as intended
and there is an orderly transition from construction phase to routine operation. It is an anticipated that
the commissioning program will include three phases as follows:
Phase I - Initial start-up in manual operating mode.
Phase II - Transition into computer operating mode.
Phase III - Transition from CONTRACTOR to OWNER operation.
The ENGINEER will assist with field commissioning of the PROJECT. The fee associated with this sub -task
includes for 40 labor hours at the PROJECT site, including travel time and expenses.
Task 5.4 - Operations and Maintenance Manuals
Under this sub -task, the ENGINEER will review Operations and Maintenance (O&M) documents and
manuals provided by equipment vendors that are forwarded by the Construction Manager.
Task 5 - Deliverables:
• Electronic files (AutoCAD and pdf versions), and two hard copies (one full-size set, one half-size
set) of record drawings.
• Review comments.
Page 5 of 5
EXHIBIT B
Recycled Water Project - Phases 1 -3 ESDC
City of Ukiah
Copy of Ukiah Recycled Water System - Phases 1.3 ESOC Protect Fee 061417 6114: 'U, 7
I.
I
Ofher Direct Costs
tooci
Tracy
Sinton
Mike
Ake
CWatsr
I
L
C111karems
Ron P
SuCconsulants
Pr.
PIC
PM PE
Structural
ELIC
Staff
OAIOC
CPD
WP
$117
Carola
Sub
Consultant
Sub
Task l]•
$236
$256 $197
5197
5215
3157
S236
$152
$101
Total
Moura
Labor Coalr1
O
m
Markup
101,
Coruulls"I
Total
to
Tr
I Amain
OOC Cost
Total Cost
Project1 Protect Management
4
40
0
00
0
0
0
4
46
(11588
so
$0
f0
So
SO
5562
SO
0
30
5562
512.150
1.2 Oualny Control
4
e
0
0
0
0
40
0
4
56
512 B36
f0
30
f0
30
fU
3655
s0
o
$0
5655
117 191
Total Task 1.
a
48
0
0
0
0
40
0
0
104
$24
"
f0
;0
i0
f0
$1 7
H
0
$0
$1,217
$26,"1
2.0 Regulatory Agency IL02 LAd Funding Su part
2.1 R.9", ry Agency Coortlination antl Fundetg Support
Total Task 2.0
24
24
8
a
0
0
0
0
0
0
10
18
D
0
0
0
0
D
dB
M
f 10,224
510
SO
SO
30
410
SO
f0
410
$0
f0
so
5562
2652
SO 4
f0 4
$640
5640
f 1 702
i1 102
311 72f�
511 2•
7.41 Constructor Contract Award
2
B
4
0
0
0
0
24
4
42
417 760
SO
S0
f0
SO
$O
5491
f0
2
$270
5761
fa.121
3.2 Pre -Construction Conlerence
B
B
B
0
0
B
0
0
0
32
$6768
$O
SO
30
SO
$0
$774
SO
2
$270
$644
$7412
7 3 Engineees Sit. Obxrvalion
16
126
56
0
0
40
0
0
0
240
S53 856
$0
so
$0
f0
50
$21108
so
28
S3760
$6 568
$60.444
J4 Suometals Review
0
6d
84
42
96
506
D
D
B
400
�'i
579,296
SO
$0
so
SO
$0
$4860
SSDO
0
SO
$5180
$84A7fi
35 Responses to Contractoh RFI,
0
48
40
36
96
84
0
0
B
320
$63 472
$0
$0
$0
$0
$0
$3.744
$200
0
$0
so
$63.472
36 Resnew and Prepatubw of Design Ctanocal.,
0
76
16
16
24
12
0
0
6
90
$18 050
So
$0
So
So
$0
$1 057
3200
0
$0
51,253
$19707
TotV.7,0
26
272
216
%
216
250
0
24
2$
1,124
$221102
i0
50
$0
Sri
20
.11,151
5900
32
fr 20
$14x427
$247,229
4.0 Construction Observation
41 Structural ODservstion
4,2 Geotec1—M Obsarvatmn
0
0
8
16
0
t6
48
0
0
0
0
16
0
0
0
0
0
0
56
48
311504
f9 760
f0
$25000
410
SO
LO
525 000
SO
f2 500
SO
327 500
5655
5562
SO
$0
6
0
$8 10
SO
51485
$28 062
512.969
$37822
4 3 Envrmnrnental Monilonng
Total Task 4-
0
0
8
J2
0
i 16
0
48
0
0
16
72
0
0
0
0
0
0
24
12i
$4 %0
.26,121
so
NAM
37 500
$7
S7 500
;.12,600
f75U
iJ
58.250
W 760
5281
.1
so
410
0
f
so
"10
$8 531
$311
$13 091
(417,4112
5.0 Project Commissioning and Closeout
5.1 Record Drawings
0
B
16
8
24
40
0
240
B
344
555.504
f0
$0
S0
f0
SO
54.025
51,000
0
SO
55.025
360529
5.2 Sub,lant,al and Final Completion As s•stance
0
16
0
0
I6
8
0
0
B
56
511,176
30
$0
SO
30
so
$655
$0
2
5270
$925
512,101
5 3 Training and Comvi—xinmg
0
16
8
0
40
B
0
0
0
72
515.528
so
$0
110
f0
50
$842
410
B
$1,080
51.922
517 450
54 Operations and Maanenance Manual
o
4
4
0
8
8
0
0
0
24
$4.788
so
$0
S0
50
f0
$281
$0
0
$0
$281
$5 O69
Total Tule 5,0
0
14
36
1
"
"
0
240
if
4%
Off
"
so
410
040$11.114111
10
$1.30
167
141
TOTAL ALL TASKS
Ss
404
2"
150
- 701
362
40
2"
50
1,900
3 6.270
7
$3 500
$7 250
575.750
522,270
f1 900
52
f7 020
$62.95;
$479,226
Copy of Ukiah Recycled Water System - Phases 1.3 ESOC Protect Fee 061417 6114: 'U, 7