HomeMy WebLinkAboutContracts & Agreements_224-2003_CCv0001.pdf u
AGREEMENT TO FURNISH CONSTRUCTION MANAGEMENT SERVICES FOR
THE UPGRADES HENRY TATE SURFACE 'WATER TREATMENT PLANT PROJECT
This Agreement is made and entered into this 18th day of November 2003 by and between the
City of Redlands, a municipal corporation (hereinafter "City") and Black. and Veatch
Corporation, (hereinafter "Consultant").
In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and
Consultant hereby agree as follows:
ARTICLE 1 - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to
perform services ("Services") for Construction Management Services for the Henry Tate
Surface Water Treatment Plant Upgrades Project ("Project"), for the City of Redlands,
California.
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide high
quality Services for the Project at the level of competency presently maintained by other
practicing professional Consultants in the industry providing similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Attachment "A," entitled "Scope of Services," which is attached hereto and incorporated
herein by this reference.
2.2 Consultant shall comply with all applicable Federal, State and local rules, laws and
regulations in the performance of this Agreement including but not limited to all
applicable Labor Code and prevailing wage laws.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Consultant's Services.
3.2 City will provide access to and make provisions for Consultant to enter upon City-owned
property or rights-of-way as required by Consultant to perform the Services.
i
TATE WTP UPGRADES PROJECT AGREEMENT
November 18, 2003
Page 2
3.3 City designates Lonny Young as Project Manager, to act as its representative with respect
to the Services to be performed under this Agreement.
ARTICLE 4 - PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a diligent manner and in accordance with the
schedule set forth in Attachment "B", entitled "Project Schedule".
ARTICLE 5 -PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of Services shall not exceed the
amount of $273,700. City shall pay Consultant on a time and materials basis up to the
not to exceed amount, in accordance with Attachment "C", entitled "Project Fee", based
on the hourly rates shown in Attachment "D", entitled "Rate Schedule".
5.2 Consultant shall bill City within ten days following the close of each month by
submitting an invoice indicating the Services performed, who performed the services,
indirect costs, and the detailed cost of all Services, including backup documentation.
Payments by City to Consultant shall be made within 30 days after receipt and approval
of Consultant's invoice, by warrant payable to Consultant.
5.3 All contractual notices, bills and payments shall be made in writing and may be given by
personal delivery or by mail. Notices, bills and payments sent by mail shall be addressed
as follows.
Citv Consultant
Lonny Young Black and Veatch Corporation
Municipal Utilities Department 6 Venture, Suite 315
35 Cajon Street Irvine, CA 92618-3317
P. O. Box 3005
Redlands CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail, In all other instances, notices, bill and payments shall be deemed given at the time
of actual delivery. Changes may be made in the names and addresses of the person to
whom notices, bills, and payments are to be given by giving notice pursuant to this
paragraph.
TATE WTP UPGRADES PROJECT AGREEMENT
November 18, 2003
Page 3
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
Section 6. Insurance and Indemnification
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the
duration of this Project and shall be primary with respect to City and non-contributing to
any insurance or self-insurance maintained by the City. Consultant shall not perform any
Services pursuant to this Agreement unless and until all required insurance listed below is
obtained by Consultant. Consultant shall provide City with Certificates of Insurance and
endorsements evidencing such insurance prior to commencement of work. All insurance
policies shall include a provision prohibiting cancellation of the policy except upon thirty
(30-) days prior written notice to City.
6.2 Workers' Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in amounts which
meet statutory requirements with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its officers,
employees and volunteers for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim'brought by or on behalf of
any employee of Consultant. This waiver is mutually negotiated by the parties.
This shall not apply to any damage resulting from the sole negligence of City,
its agents and employees. To the extent any of the damages referenced herein
were caused by or resulted from the concurrent negligence of City, its agents or
employees, the obligations provided herein to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of
Consultant, its officers, agents and employees.
6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
force throughout the duration of this Agreement comprehensive general liability
insurance with carriers acceptable to City. Minimum coverage of one million dollars
($1.000,000) per occurrence and two million dollars ($2,000,000) aggregate for public
liability, property damage and personal injury is required. Consultant shall obtain an
endorsement that City shall be named as an additional insured.
TATE WTP UPGRADES PROJECT AGREEMENT
November 18, 2003
Page 4
6.4 Professional Liability Insurance. Consultant, shall secure and maintain professional
liability insurance throughout the duration of this Agreement in the amount of one
million dollars ($1,000,000) per claim made. The Consultant must obtain an
endorsement extending the reporting period twelve (12) months beyond the current
policy expiration date of 11/01/04.
6.5 Business Auto Liability Insurance. Consultant shall have business auto liability
coverage, with minimum limits of I million ($1,000,000) per occurrence, combined
single limit for bodily injury liability and property damage liability. This coverage shall
include all consultant owned vehicles used on the project, hired and non-owned vehicles,
and employee non-ownership vehicles. Consultant shall obtain an endorsement that City
shall be named as an additional insured.
6.6 Assignment and. Insurance Requirements. Consultant is expressly prohibited from
subletting or assigning any of the services covered by this Agreement without the express
written consent of City. In the event of mutual agreement between parties to sublet a
portion of the Services, the Consultant will add the subcontractor as an additional insured
and provide City with the insurance endorsements prior to any work being performed by
the subcontractor. Assignment does not include printing or other customary reimbursable
expenses that may be provided in this Agreement.
6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold
harmless City, its elected officials, officers, employees and agents, from and against any
and all actions, claims, demands, lawsuits, losses and liability for damages to persons or
property, including costs and attorney fees, that may be asserted or claimed by any
person, firm, entity, corporation, political subdivision or other organization arising out of
or in connection with Consultants negligent and/or intentionally wrongful acts or
omissions under this Agreement; but excluding such actions, claims, demands, lawsuits
and liability for damages to persons or property arising from the sole negligence or
intentionally wrongful acts of City, its officers, employees or agents
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys'fees.
7.2 Consultant shall not assign any of the Services required by this Agreement, except with
the prior written approval of City and in strict compliance with the terms, provisions and
conditions of this Agreement.
TATE WTP UPGRADES PROJECT AGREEMENT
November 18, 2003
Page 5
7-3 Consultant's key personnel for the Project are:
Project Manager: Steve Foellmi, PE
Project Engineer: Rich Mori, PE
Consultant agrees that the key personnel shall be made available and assigned to the
Project, and that they shall not be replaced without concurrence from City.
7.4 All documents, records, drawings, designs, costs estimates, electronic data files,
databases, and other Project documents developed by the Consultant pursuant to this
Agreement and any copyright interest in said above described documents, shall become
the property of City and shall be delivered to City upon completion of the Services or
upon the request of City. Any reuse of such documents for other projects and any use of
incomplete documents will be at City's sole risk.
7.5 Consultant is for all purposes an independent contractor. All personnel employed by
Consultant are for its account only, and in no event shall Consultant or any personnel
retained by it be deemed to have been employed by City or engaged by City for the
account of or on behalf of City.
7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance by City of the Services.
7.7 This Agreement may be terminated by the City, without cause, by providing ten (10) days
prior written notice to the Consultant (delivered by certified mail, return receipt
requested) of intent to terminate.
7.8 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all
services affected, and (2) deliver or otherwise make available to City, copies (in both
hard copy and electronic form, where applicable), of any data, design calculations,
drawings, specifications, reports, estimates, summaries and such other information and
materials as may have been accumulated by Consultant in performing the Services
required by this Agreement. Consultant shall be compensated on a pro-rata basis for
work completed up until notice of termination.
7.9 If this Agreement is terminated by City, an adjustment to Consultant's compensation
shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed
services, and (2) any payment due Consultant at the time of termination may be adjusted
to the extent of any additional costs to City occasioned by any default by Consultant.
TATE WTP UPGRADES PROJECT AGREEMENT
November 18, 2003
Page 16
7.10 Consultant shall maintain books and accounts of all Project related payroll costs and all
expenses. Such books shall be available at all reasonable times for examination by the
City at the office of Consultant.
7.11 This Agreement, including the attachments incorporated herein by reference, represents
the entire agreement and understanding between the parties as to the matters contained
herein, and any prior negotiations, proposals or oral agreements are superseded by this
Agreement. Any amendment to this Agreement shall be in writing, approved by the City
Council of City and signed by City and Consultant.
7.12 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
City of Redlands Black and Veatch, Corporation
("City") ("Consultant")
By: By:
KARL N. (KASEY) HAWS DAVID G. ARGO'
Mayor Senior Vice President
ATTEST:
Lo PoyzerL
L/ )
ity eClerk, City of Redlands
AGREEMENT TO FURNISH CONSTRUCTION MANAGEMENT SERVICES FOR THE
UPGRADES TO THE HENRY TATE SURFACE WATER TREATMENT PLANT PROJECT
ATTACHMENT A
SCOPE OF SERVICES
City of Redlands B&V Pro' J*ect 130535
Upgrades to the Henry Tate Water Treatment Plant File A.1
Scope of Work: Engineering, Services at the Henry Tate WTP November 5. 2003
ATTACHMENT A
ENGINEERING SERVICES AT THE HENRY TATE SURFACE WTP
Task 1 — Construction Phase Services for Upgrades to the Henry Tate Surface WTP (4-0438)
A. Project Management and Meetings
1. Establish Project Administration Procedures. The requirements for project scheduling
and reporting, invoicing, request for information, and contract change order procedures
will be established for the project.
2. Conduct Preconstruction Conference. Conduct a preconstruction conference and explain
the administrative procedures that will be followed during construction. An agenda for
the conference will be prepared, and meeting minutes will be prepared and distributed.
The preconstruction conference will include a discussion of the Contractor's tentative
schedules, procedures for transmittal and review of the Contractor's submittals,
processing payment applications, critical work sequencing, change orders, and record
documents.
3. Perform Site Visits. The City will assume responsibility for full-time construction
inspection for the project. However, Black & Veatch anticipates that several site visits,
to supplement the City's full-time inspection, will be required. Site visits will be
performed on an as-needed basis and only when requested by the City. A budget of 160
hours has been established for this task.
4. Attend Meetings. Following start of the on-site construction work, attend monthly
progress meetings with the Contractor, City, and other involved parties to review and
discuss construction procedures and progress, and other matters concerning the project.
Budget for attendance at 14 monthly meetings has been established. Attend special
meetings with City and the Contractor, at the request of the City, to review and discuss
specific issues not covered during progress meetings. Budget for attendance at a total of
10 special meetings has been established.
B. Miscellaneous Construction Phase Services
1. Review Monthly Applications for Payment. Review and process the Contractor's
monthly payment requests, and forward to City if appropriate. The review shall be for
the purpose of making a full independent mathematical check of the Contractor's
payment request. The City will be responsible for verifying the quantities of work which
are the basis of the payment requests.
2. Review Request for Change Orders. Provide documentation and administer the
processing of change orders, including applications for extension of construction time.
A-1
City of Redlands B&V Project 130535
Upgrades to the Henry Tate Water Treatment Plant File A.I
Scope of Work: Engineering Services at the Henry Tate WTP November 5, 200')_
Evaluate the cost and scheduling aspects of all change orders and, where necessary,
negotiate with the Contractor to obtain a fair price for the work. Said neizotidtion shall be
subject to the approval of the City. Review Contractor change order claims to ensure
their validity and determine whether the work associated with said claims is addressed by
the Contract Documents.
3. Monitor Contractor's Project Schedule. Obtain, review, and monitor the Contractor's
initial and updated schedule for the work. Advise the City regarding the status of the
project work versus schedule. Analyze the Contractor's construction schedule, activity
sequence, and construction procedures as applicable to City's ability to keep existing
facilities in operation.
4. Review Shop Drawings. Shop drawing review, necessary plan revisions, and processing
services will be provided during construction of the facilities and for other aspects of the
project. Responsibility for shop drawing review will be a joint effort divided between the
City and Black & Veatch. Black & Veatch will provide review of the shop drawings
listed below. The City will provide review of all other project shop drawings.
Division ')
03300—Cast-in-Place Concrete (12 hours)
Division 6
06600—Fiberglass Reinforced Plastic Fabrications (4 hours)
Division 9
09940—Protective Coatings (6 hours)
Division 11
11150 — Submersible Pumps (12 hours)
11250—Package Treatment Unit(8 hours)
11430—Flocculating-Clarifying Equipment (12 hours)
11540— Inline Static Mixers (2 hours)
11610 —Multistage Centrifugal Blowers (12 hours)
11720 —Polymer System (6 hours)
11725 — Gas Chemical Feed Systems (12 hours)
11727—Liquid Chemical Feed Systems (12 hours)
Division 13
13 122 —Pre-Engineered Metal Building (16 hours)
13190 —FRP Chemical Storage Tanks (6 hours)
13192 — Steel Chemical Storage Tanks (6 hours)
13220—Filter Underdrains and Media(12 hours)
1')500—Plant Control System (50 hours—Three Separate Submittals Required)
13755 —Cleaning and Disinfection of Filters (4 hours)
A-2
City of Redlands B&V Project 130535
Upgrades to the Henry Tate Water Treatment Plant File A.1
Scope of Work: Engineering Services at the Henry Tate WTP November 5, 2003
Division 15
15060—Miscellaneous Piping and Pipe Accessories (6 hours)
15061 —Ductile Iron Pipe (8 hours)
15062 — Steel Pipe (8 hours)
15064— Stainless Steel Piping and Tubing (6 hours)
15091 —Ball Valves (4 hours)
15092 —Industrial Butterfly Valves (6 hours)
15093 —Check Valves (4 hours)
15094—Backflow Preventers (4 hours)
15096 —Globe Valves (4 hours)
15097—Diaphragm Valves (4 hours)
15098 —Plug Valves (4 hours)
15 100—Miscellaneous Valves (6 hours)
15101 —AWWA Butterfly Valves (12 hours)
15102 — Eccentric Plug Valves (8 hours)
15104—Resilient Seated Gate Valves (6 hours)
15115 —Flap Gates (4 hours)
15140—Pipe Supports (6 hours)
15160 —Flow Tubes (8 hours)
15180—Valve Actuators (16 hours)
15250 —Mechanical Insulation(6 hours)
15500—Heating, Ventilating, and Air Conditioning (12 hours)
Division 16
16050 —Electrical (16 hours)
16150 —Adjustable Frequency Drives (12 hours)
16220 — General Purpose Induction Motors (12 hours)
16425 — Switchboards (8 hours)
16480 —600 Volt Class Motor Control Centers (12 hours)
A budget for the review of the above shop drawings has been established. The budget
includes provisions for an initial review and a second review of each shop drawing
submittal.
5. Respond to Contractor Requests for Information (RFI). Interpret the construction
contract drawings and specifications, and provide written responses to questions from the
contractor requiring clarification during the construction of the project. A log will be
maintained and periodically distributed to the City and the Contractor. A budget for the
review and response to fifty (50) RFIs has been established.
C. Project CloseoutTunchlist
1. Assist with "Punchlist" Development. Assist the City inspector with the development of
a list of defects or "Punchlist" regarding work that is known to be defective, or which
A-3
City of Redlands BBV Project 130535
Upgrades to the Henry Tate Water Treatment Plant File A.I
Scope of Work: Engineering Services at the Henry Tate WTP November 5. 200')
fails any required inspections, tests, or approvals, or has been damaged prior to final
payment. Assist City in determining whether the work should be corrected or rejected,
should be uncovered for observation, or should be specially tested. A budget of 8 hours
has been established for this task.
2. Verify "Punchlist" is Complete. Attend final inspection in the company of the City, the
City's designated inspector, and the Contractor and assist with the preparation a final list
of items to be completed or corrected. Assist City inspector in verifying that all items on
the final list have been completed or corrected and make recommendations to City
concerning acceptance of the project. A budget of 8 hours has been established for this
task.
3. Facilitate Proiect Closeout. Obtain evidence of releases of liens and stop notices. Obtain
spare parts, if any. Verify submittal of all warranties, final shop drawings,
manufacturer's data, test reports, and operations manuals. Assist City with the
preparation of the Notice of Completion. A budget of 20 hours has been established for
this task.
D. Record Drawings
1. Prepare Record Drawings. Prepare record drawings once the project construction has
been completed based on Contractor furnished "Redline" construction plans. Prepare
final record drawings incorporating the addenda, request for information, change order
revisions, and any other changes that occur during the construction of the project.
Deliver final record drawings to the City in both hard copy (one set of drawings) and
electronic format (one compact disc).
TASK 12—Design and Bid Phase Services for New Washwater Storage Tank(s)
A. Preliminary Design Phase Services
I. Review Existing Information and Data. Existing information and data available from the
City will be reviewed. This data will provide the basis upon which to begin the project
work. Existing reports and studies, construction drawings and specifications, and other
pertinent information will be reviewed. Extensive discussions with City staff will also be
held to assure a thorough and accurate understanding of the tank operations.
2. Conduct Project Kick-Off Meeting. A project kick-off meeting will be conducted to clarify
the City's requirements for the project obtain and review pertinent available data, review
project staffing and organization, present initial work plan, and present initial work
schedule. An agenda and meeting minutes will be prepared and distributed to all attendees.
3. Prepare Site Survey. Complete surveying and aerial mapping of the site will be
performed. These services will provide for topographic survey and verification of
A-4
City of Redlands B&V Project 130535
Upgrades to the Henry Tate Nater Treatment Plant File A.1
Scope of Work: Engineering Services at the Henry Tate WTP November 5,2003
existing elevations and slopes. Black & Veatch has obtained the services of Bush &
Associates to provide the following surveying services:
- Research county records for survey control
Establish survey ground control for aerial mapping using NAD 83 California
coordinates and county benchmarks
Provide aerial mapping by photogrammetric methods at 40-scale, one foot
contour interval, of the site
4. Perform Geotechnical Investigation. A comprehensive geotechnical evaluation to
identify the key geotechnical characteristics associated with the project site will be
performed. Black&Veatch has obtained the services of Converse Consultants to provide
the following geotechnical services:
Conduct subsurface explorations (2 to 3 borings are budgeted) to determine
soil profiles at the site and to obtain soil samples for laboratory testing
Perform laboratory testing to identify the engineering properties of the site
soils
Prepare a geotechnical investigation report summarizing the findings of the
subsurface exploration and the results of the laboratory testing
5. Evaluate Tank Alternatives. An evaluation will be performed to identify the optimum tank
configuration and size(s) that will be required to meet the City's needs. The following
alternatives will be reviewed and evaluated:
Replace the two existing tanks with one new larger tank
Replace the two existing tanks with two new tanks of equivalent capacity
Replace the west tank with a new tank of equivalent capacity and rehabilitate the
east tank
The results of the work under this task will be summarized in a draft Technical
Memorandum (TM) and provided to the City staff for review. Following receipt and
resolution of review comments, five (5) copies of the final Technical Memorandum will
be prepared and submitted to the City. The recommended alternative will then be carried
forward and the design will be expanded in the Basis of Design Memorandum (discussed
below).
A-5
� City of Redlands B&V Project 130535
s
File A.1
Upgrades to the Henry Tate Water Treatment Plant
Scope of Work: Engineering Services at the Henry Tate WTP November 5, 2003
6. Prepare Basis of Design Memorandum. A Basis of Design Memorandum (Diel) will be
prepared to establish agreement on design criteria, performance requirements, and project
approach. The DM will include, at a minimum, the following:
Design criteria for each proposed improvement
Applicable codes and standards, including fire and safety codes
Local building, planning, and zoning department requirements
•► Site considerations, including subsurface conditions, flood elevations, drainage
requirements, etc.
Preliminary site plan, layouts, and architecture
Process schematic
Process and Instrumentation Diagrams (P&IDs)
Equipment design criteria
Process and hydraulic systems
Operational monitoring and control systems
Electrical systems
Structural design criteria
Miscellaneous support systems design criteria (electrical, mechanical, plumbing,
etc.)
Utility requirements
Hydraulic analysis
•F Design concepts and alternatives as developed to meet project goals and
objectives
T Construction scheduling and phasing requirements to be included in the
construction documents
Proposed construction features and materials selection for proposed facilities.
Materials shall confirm to the City's standards and be coordinated with other
existing City facilities to the greatest extent possible
Project schedule including design,bidding, and construction activities
•► Other elements of the project, as required, to achieve project objectives
Five (5) copies of the draft DM will be submitted for City review. Following receipt and
resolution of review comments, five copies of the final DM will be prepared and
distributed to the City.
7. Prepare Preliminary Design Drawings. Preliminary construction drawings including
plans, sections, and details will be prepared. The drawings will be drawn at an
appropriate scale to produce clear, accurate, easy-to-read drawings. The construction
drawings will be prepared in AutoCAD 2000 and on the City's standard title block. Five
(5) sets of the draft drawings will be submitted to the City for review. Upon receipt and
resolution of the City's rev=iew comments, five sets of the final preliminary design
drawings will be prepared and submitted to the City.
A-6
City of Redlands B&V Project 130535
'q = Upgrades to the Henry Tate Water Treatment Plant File A.I
Scope of Work-: Engineering Services at the Henry Tate WTP November 5, 2003
. Prepare Opinion of Probable Construction Cost. An initial opinion of probable
construction cost will be prepared upon the completion of the preliminary design phase
including construction costs, engineering costs, appropriate contingencies, and an
allowance for administrative costs. The cost estimate will incorporate the engineer's
experience with similar projects and current construction costs. Contact will be made
with equipment suppliers and manufacturers to obtain budget pricing for major
equipment items.
The initial opinion of probable construction cost will be provided at the completion of the
preliminary design phase and will be included as a section in the DM.
9. _Conduct Preliminary Design-Review Workshop. A workshop will be conducted to
present, discuss, and review the DM, the preliminary design drawings, and the
preliminary opinion of probable construction cost. The workshop will be conducted with
City staff to present the information and findings of the design team.
B. Final Design Phase Services
1. Prepare Construction Documents. Construction documents consisting of front-end
documents, technical specifications, and construction drawings will be prepared. Final
detailed construction documents required to construct the work will be prepared for
public advertisement. The construction documents will be prepared in accordance with
the City's standard for public bid.
Complete construction drawings, details, and sections for the work will be generated.
Drawings, sections, and details will be drawn at an appropriate scale to produce clear,
accurate, easy-to-read drawings. Construction drawings will be complete and will be
subject to final review and acceptance by the City.
The construction drawings will be prepared in AutoCAD 2000. Upon completion, the
original mylars of approved drawings will be submitted to the City together with all other
bid documents. The bid documents will be signed and sealed by a registered professional
engineer licensed in the State of California. The drawings will be prepared on 22x34-
inch sheets. Compilation, printing, and binding of all bid documents will be performed
by the City at the City's expense.
Project technical specifications, special provisions, and contract bid documents will be
prepared in accordance with City requirements. The front-end documents and technical
specifications will be prepared in Microsoft Word.
Contract documents will be submitted to the City for review at the 60, 90, and 100
percent completion levels. For each submittal, five (5) sets of the complete contract
A-7
City of Redlands B&:V Project 130535
U Henry Tate to the HenTate Water Treatment Plant File A.1
�
Scope of Work: Engineering Services at the Henri Tate WTP November 5. 2003
documents will be provided for review and comment. A two week time period is allotted
for City review of each submittal.
2. Update Opinion of Probable Construction Cost. The initial opinion of probable
construction cost, prepared during the preliminary design phase, will be updated and
provided to the City at the 60, 90, and 100 percent completion levels.
3. Conduct Design Review Workshops. A workshop will be conducted to present, discuss,
and review the preliminary contract documents at both the 60 and the 100 percent
completion levels. Each workshop will be conducted with City staff to present the
information and findings of the design team and to summarize the work. Input from City
staff will be obtained and incorporated into the contract documents.
4. Quality Control. A separate quality control review of the contract documents will be
performed. The quality control review will be performed by personnel not directly
associated with the project to assure an independent review. A constructability review
will also be performed as part of the quality control process.
5. Proiect Meetings. Project meetings will be conducted throughout the final design phase
on at least a monthly basis. An agenda and meeting minutes will be prepared and
distributed to all attendees for each meeting. A total of three (3) project meetings are
budgeted.
C. Bid Phase Services
1. Conduct Pre-Bid Conference. A pre-bid conference will be conducted at a date, time,
and location selected by the City to:
Instruct prospective bidders and suppliers as to the ty=pes of information required by
the contract documents and the format in which the bids should be presented
Review special project requirements and contract documents in general
Receive requests for interpretations that will be issued by addendum
- Prepare minutes of the conference
• Conduct a tour of the site
2. Perform Miscellaneous Bid Phase Services. The following bid phase services will be
provided:
T Identify potential contractors and suppliers, and distribute copies of the Notice
Inviting Sealed Proposals (Bids)
® Interpret construction contract documents and provide written responses to
questions from bidders requiring clarification
Prepare and issue addenda to the contract documents, as required
A-8
City of Redlands B&:,V Project 130535
1 A Upgrades to the Henry Tate Fater Treatment Plant File A.I
P.
� Scope of Work: Engineering Services at the Henry Tate WTP November 5, 2003
Attend the bid opening to answer questions during bid opening, make preliminary
tabulation of bids, and review questionnaires and bids for completeness
Examine the questionnaire during bid opening to identify any supplier whose
equipment or materials may not conform to the contract documents. This
examination will be based upon the knowledge and experience of the engineer.
Review and evaluate the qualifications of the apparent successful bidder and the
proposed major or specialty subcontractors. The evaluation will include a review of
such factors as work completed, equipment available for the work, financial
resources, technical experience, and responses from references.
Prepare and distribute formal bid tabulation sheets, evaluate bids, and make written
recommendations to the City concerning contract award. These findings will be
summarized into a project bid report that will be issued to the City.
The level of effort associated with the above tasks is based upon our understanding of the project
requirements. Several conversations were held with City staff regarding the goals and objectives
established for this project. The following drawing List presents our approach to completing this
project in line with the City's goals, objectives, and expectations:
Project Drawing List
DrawingNumber Drawing Title
t
General
1 G-1 Cover Sheet, Location Map, Sheet List
2 G-2 Abbreviations, Legend, and General Notes
Civil
3 C-1 Demolition Plans, Sections, and Details
4 C-2 Site Plan and Yard Piping
5 C-3 Enlarged Plans, Sections, and Details
6 C-q Foundation Plans, Sections, and Details
7 C-5 Piping Connection Details and Miscellaneous Piping Details
8 C-6 Miscellaneous Site and Standard Details
Electrical
9 E-1 Electrical Legend and Abbreviations
10 E-2 Electrical Site Plan, Lighting Plan, and Details
Instrumentation
I I I-I Instrumentation Legend and Abbreviations
I I-2 P&ID—Washwater Storage Tank(s) and Instrument Installation Details
A-9
AGREEMENT TO FURNISH CONSTRUCTION MANAGEMENT SERVICES FOR THE
UPGRADES TO THE HENRY TATE SURFACE WATER TREATMENT PLANT PROJECT
ATTACHMENT B
PROJECT SCHEDULE
ATTACHMENT B
SCHEDULE
Task I — Construction Phase Services for Upgrades to the Henry Tate Surface WTP (4-0438)
Notice of Construction Contract Award November 4, 2003
Notice to Proceed Issued to Construction Contractor November 18, 2003
Construction Complete February 9, 2005
Record Drawings Complete February 28, 2005
Task 2—Design and Bid Phase Services for New Washwater Recovery Storage Tank(s)
Notice to Proceed Issued by City (Anticipated) December 1, 2003
Submit Design Memorandum and Preliminary Drawings February 2, 2004
Submit 60 Percent Construction Documents March 1, 2004
Submit 100 Percent Construction Documents April 16, 2004
Advertise for Bids April 19, 2004
Open Bids June 3, 2004
B-1
AGREEMENT TO FURNISH CONSTRUCTION MANAGEMENT SERVICES FOR THE
UPGRADES TO THE HENRY TATE SURFACE WATER TREATMENT PLANT PROJECT
ATTACHMENT C
PROJECT FEE
cc� N C7 vi cl� C� LQ fli W W OUs t
N
ta C-4 N In *0 cli CY
0 3, cli cli
I.q to
CD0 0 0 0
9 'A to 46
40 V� 64 to 60* 69 �q io Iq 401
0
00 R 0 N o
14 0
6s C4 (A ER 1.9 cm
U, clva 40 4% 11 2 1.9 6,11
cli i
OLQ m c!
LM
N C-4 CV o NN
to 49 0% 44 Z, — 09,
I
0 a aR A v cq M O awo N C,
0 cm 'T R co �R
(�,-
00 0
0
04
vm000cu w (o
0 Ln
ui
0 Ln
uj
Ir
0 Coco W
N CY tff
ui
ca co co N N 0 N cr N C4
2 co w �.4
N co
a.
Y.
-j LL -j
c
0 09
E z
A
FTN
ID
'o
C 98 0
0 2 w
= U-,
LL
0 a
L) it L`U� 0, CL, m cc it ('r cc 0O
-
A
z
4 <
Al L,
A'FTACIINIENTC-PROJECT FEE,
ENGINEERING SERVICES AT THE HENRY TATE SURFACE WTI'
Project Project Senior Engineer CAD Clerical/ Total Labor Direct Sub Total
Task No, Task Description Manager Engineer Engineer Operator Support_ Hours Cost Expenses Consultants Cost
$165 $120 $115 $100 $80 $70
2 DESIGN&BID SERVICES FOR WW STORAGE TANK(S)
A Preliminary Design Phase Services
AA Review Existing Information and Data 0 2 0 6 0 0 8 $840 $160 $0 $1,000
A.2 Conduct Project Kick-Off Meeting 2 4 2 4 2 2 16 $1,740 $260 $0 $2,000
A.3 Prepare Site Survey 0 2 0 0 2 2 6 $540 $60 $4,700 $5,300
AA Perform Geotechnical Investigation 0 2 2 0 0 0 4 $470 $30 $4,900 $5,400
A,5 Evaluate Tank Alternatives 2 2 0 8 4 2 18 $1,830 $170 $0 $2,000
A,6 Prepare Basis of Design Memorandum 4 6 0 10 4 6 30 $3,120 $380 $0 $3,500
A.7 Prepare Preliminary Design Drawings 2 8 4 8 12 2 36 $3,650 $350 $0 $4,000
A,8 Prepare Opinion of Probable Construction Cost 0 2 2 4 0 2 10 $1,010 $90 $0 $1,100
A,9 Conduct Preliminary Design Review Workshop 2 2 0 2 2 2 10 [ 11,070 $130 $0 $1,200
L SUBTOTAL-TASK 2AI 12 30 1 10 42 26 1 18 138 $14,270 $i $9,600 $2S,500
B Final Design Phase Services
BI Prepare Construction Documents 14 36 24 44 56 22 196 $19,810 $2,090 $0 $21,900
B,2 Update Opinion of Probable Construction Cost 2 10 4 16 0 4 36 $3,870 $330 $0 $4,200
13.3 Conduct Design Review Workshops 6 6 2 6 6 6 32 $3,440 $260 $0 $3,100
15.4 Quality Control 2 0 20 0 4 0 26 $2,950 $50 $0 $3,000
B.5 Meetings 6 6 2 4 4 4 26 $2,940_ $260-, O $3,2(70
SUBTOTAL-TASK 2B 30 58 L 52 1 ?�O 1 0 36 316 $33,010 2,990 $36,000
C, �Bid Phase Services
C Conduct Pre-Bid Conference 4 8 0 8 2 6
2J $2,860 $140 $0 1[:$3 000
$C
'J
C.2 Perform Miscellaneous Bid Phase Services 4 12 6 16 4 $5,410 $590 $0 '000
SUBTOTAL-TASK 2CT 8 20 6 -1 -2-4 -1-6L-1 4 78 $8,270 A730-1 $0 $9,0001
---------------
�
TOTAL TASK 21 50 108 U 136 102 68 532 $55,550 $5L350 9,600
L--J-
TOTAL CONTRACT(TASKS 1 AND 2 224 648 68 672 404 262 2,278 $240,400E00 F$9�, O0][ $273,700
W1305351CPS Fee.xIs C-2 11/11/2003
AGREEMENT TO FURNISH CONSTRUCTION MANAGEMENT SERVICES FOR THE
UPGRADES TO THE HENRY TATE SURFACE WATER TREATMENT PLANT PROJECT
ATTACHMENT D
RATESCHEDULE
^
ATTACHMENT D
RATESCHEDULE
Family/Level Rate(i)
Principal-in-Charge 16/10 - 16/30 160 - 175
Senior Project Manager 08/06 145 - 170
Senior Staff Specialist 08/05 - 0806 135 - 145
Project Manager 08/05 130 - 135
Project Engineer 08/03 - 08/05 110 - 130
Senior Engineer 08/04 - 08/05 105 - 130
Engineer 08/01 - 08/03 80 - 115
Architect 07/01 - 07/03 80 - 115
Cost Estimator 04/03 - 04/05 95
Scheduler 04/03 - 04/05 95
Technician 12/06 90
CADD Manager 03/07 90
CADD Operator 03/03- 03/06 65 - 80
Clerical 02/06 - 02/08 60 - 70
Notes:
(1) Rates exclude reproduction, computer expense, travel and other expenses
associated with performing the work.
(2) A$8.75 per hour surcharge is applied to cover computer charges, long-distance
telephone, car mi|agefor company owned vehicles, postage and minor
reproduction charges.
D-1