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