Loading...
HomeMy WebLinkAboutContracts & Agreements_176-2002_CCv0001.pdf AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE PERFORMANCE OF FINAL DESIGN, BID,AND PRE-CONSTRUCTION SERVICES FOR UPGRADES TO THE CITY OF REDLANDS' TATE WATER TREATMENT PLANT This Agreement is made and entered into this 15th day of October 2002 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Black & 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 Final Design, Bid, and Pre-construction Services for Upgrades to the City's Tate Water Treatment Plant ("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. 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. AGREEMENT FOR FINAL DESIGN OF TATE WTP UPGRADES October 15, 2002 Page 2 3.3 City designates Douglas Headrick 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 $327,800. 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: City Consultant Douglas Headrick Black & Veatch Corporation Municipal Utilities Department 6 Venture, Suite ')15 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. AGREEMENT FOR FINAL DESIGN OF TATE WTP UPGRADES October 15, 2002 Page 3 ARTICLE 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 Worker's 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 4n 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. AGREEMENT FOR FINAL DESIGN OF TATE WTP UPGRADES October 15, 2002 Page 4 6.4 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of 1 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. 6.5 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. 6.6 Hold Harmless and Indemnification. Contractor 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 Contractor's 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. 6.7 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. 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. AGREEMENT FOR FINAL DESIGN OF TATE WTP UPGRADES October 15, 2002 Page 5 7.3 Consultant's key personnel for the Project are: Project Manager: Steve Foellmi Project Engineer: Mike Schnieders 4:� 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 and databases and other Project documents developed by the Consultant pursuant to this Agreement 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. 7.9 This Agreement, including the attachments incorporated herein by reference, represents tn the entire agreement and understanding between the parties 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. AGREEMENT FOR FINAL DESIGN OF TATE WTP UPGRADES October 15, 2002 Page 6 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 & Veatch Corporation ("City") ("Consultant") By: By: KARL N. (KASEY) HAWS Steven N. Foellmi Mayor Title: Vice President ATTEST: Beatrice Sanchez Deputy City Clerk City of Redlands B&V Project 130535 Henry Tate VaT Improvements B&V File A.2 Scope of Work(Final Design) September 24, 2002 ATTACHMENT A FINAL DESIGN, BID,AND PRECONSTRUCTION SERVICES A. Preliminary and General Items 1. Meet with City to clarify understanding of scope and parameters of the project. 2. Communicate with California Department of Health Services (DHS)and reach an understanding on design objectives and performance requirements. 3. Arrange for and participate in informal meetings with City throughout the design phase to review progress and exchange ideas and information. One meeting per month is anticipated. B. Design Memorandum 1. Prepare a detailed design memorandum and preliminary drawings as required to establish agreement on scope, parameters, performance requirements, and project approach. The Technical Memorandum No.4 will be used as the basis for the preparation of the Design Memorandum. Submit five copies to City for review. The Design Memorandum, at a minimum, shall include the following: a General project scope as defined in Technical Memorandum No. 4 Alternative 1 and background references. b. Design criteria, including: • Flow rates -present and anticipated. • Raw water quality. • Design objective, treated water quality. c. Applicable codes and standards, including fire and safety codes. d. Local building, planning, and zoning department requirements. e. Site considerations, including subsurface conditions, flood elevations, drainage requirements, etc. L Preliminary site plan. g. Preliminary hydraulic profile of treatment facilities. It. Process and hydraulic systems. i. Sludge processing systems. j. Sludge disposal method. k. Chemical feed and storage. 1. Operational monitoring and control systems. m. Electrical systems. n. Structural design criteria. o. Miscellaneous support systems. _At- City of Redlands B&V Project 130535 Henry Tate WTP Improvements B&V File A.2 Scope of Work(Final Design) September 24, 2002 2. Submit the design memorandum to DHS. Attend one meeting to discuss the design memorandum with DHS officials. 3. Update and distribute the design memorandum periodically as required during the design phase. C. Site Survey 1. Provide,through a subcontract,the necessary field design surveys for the preparation of construction drawings and specifications. Surveys will determine site topography, contours, and insofar as possible, utility locations. D. Geotechnical Services I. Provide,through a subcontract, geotechnical engineering services including exploratory work, laboratory and field testing, and professional guidance in tests to be made at test locations based on preliminary drawings and designs, and including professional interpretations of exploratory and test data. The services will include: a. Initial geotechnical exploratory work, such as soil borings,penetration tests, soundings, subsurface explorations, laboratory tests of soils,rock formations, and other geophysical phenomena which are required to provide information for design, and other field and laboratory tests and analyses which are required to provide design information. b. An initial geotechnical report by a qualified geologist or geotechnical firm interpreting the data on the exploratory work and testing and setting out the site conditions that can be anticipated from this initial exploratory work. E. Construction Contract Documents 1. Pre-pare detailed drawings and specifications and other contract documents for the proposed construction work and for the materials and equipment required. The documents shall be prepared for selection of private construction contractors on a competitive bid basis. 2. Pre-pare one contract for performance of all construction work, including equipment procurement. 3. Prepare an opinion of probable construction cost for the proposed work covered by the contract documents. -A2- City of Redlands B&V Project 130535 Henry Tate WTP Improvements B&V File A.2 Scope of Work(Final Design) September 24, 2002 4. Review contract documents for completeness, biddability, and constructability. 5. Provide three sets of drawings and specifications to City for review at 90 percent project completion and after the contract documents are completed to the point where the final formal review processes by City and agencies can begin. 6. Following City's review of the completed contract documents,meet with City to obtain City's comments and to resolve any questions. 7. After the conference with City, make any necessary modifications and submit two sets of revised contract documents to DHS for review and two sets to City for record. 8. Attend one meeting to discuss the documents with DHS officials. 9. After receipt of agency review comments and City's comments on final documents, revise, if necessary, and resubmit, if necessary,two sets to DHS and two sets to City. 10. Upon completion of the review of the contract documents, review the opinion of probable construction cost, and revise and expand as required. 11. Prepare Bidding Requirements, Bid Forms, Contract Forms, and Conditions of Contract for the contract documents, and preliminary Invitation to Bid form. F. Permits Acquisition 1. Provide in the specifications a list of the permits which must be obtained by the construction contractor(s). It is understood the construction contractors must obtain the following permits for this project: City Building Permit 2. Provide assistance to City in obtaining the necessary permits from DHS. Assistance will include: a. Preparation of applications, exhibits, drawings and specifications as necessary for City's execution and submittal. b. Furnishing additional information about the project design. -A3- City of Redlands B&V Project 130535 Henry Tate WTP Improvements B&V File A.2 Scope of Work(Final Design) September 24, 2002 G. Preaward. Services 1. Coordinate bid letting date,time, and place with City, and prepare final Invitation to Bid. 2. Assist and advise City in placing the advertisements of the Invitation to Bid. 3. IdentiAy potential contractors and suppliers, and distribute copies of Invitation to Bid. Maintain a record of prospective bidders and suppliers to whom contract documents have been issued. 4. Provide a sufficient number of sets of construction contract documents for bidding purposes, and distribute the contract documents to prospective bidders for bidding purposes. 5. Distribute plan holders' list to recipients of contract documents prior to bid opening. 6. Receive deposits for construction contract documents on behalf of City, and forward deposit to City. 7. Distribute 10 sets of the construction contract documents to the successful bidder. 8. Conduct, at a date and time selected and a place provided by City, a pre-bid conference to: a. Instruct prospective bidders and suppliers as to the types of information required by the contract documents and the format in which bids should be presented. b. Review special project requirements and contract documents in general. c. Receive requests for interpretations which will be issued by addendum. d. Prepare minutes of the conference and issue by addendum. 9. Interpret construction contract documents. Prepare and issue addenda to the construction contract documents when required. 10. Assist City during bid opening. Answer questions during bid opening,make rn preliminary tabulation of bids, and review questionnaires and bids for completeness. 11. Examine the questionnaire during bid opening to identify any supplier whose equipment or materials may not conform to the construction contract documents. This examination will be based on the knowledge and experience of Engineer. -A4- Citv of Redlands B&V Project 130535 Henry Tate WTP Improvements B&V File A.2 Scope of Work(Final Design) September 24, 2002 12. Review and evaluate the qualifications of the apparent successful bidder and the proposed major or specialty subcontractors. The review and evaluation drill include such factors as work completed, equipment that is available for the work-, financial resources, technical experience, and responses from references. 13. Prepare and distribute formal bid tabulation sheets, evaluate bids, and make written recommendations to City concerning contract award. 14. Prepare and distribute conforming copies of the construction contract documents. These services will include review of contractor's bonds, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract documents to City for signature and distribution. H. SRF Application Process 1. Prepare SRF loan application package including compilation of supplements required for attachment to the TMF Qapacitv Assessment Form for Community Water System SDWSRF Applicants form. The required supplements will be provided to Black& Veatch by the City for inclusion into the loan package. 2. Coordinate with DHS throughout the loan application process and respond to DHS comments and/or requests. -A5- ATTACHMENT A City of Redlands,California Water Works Improvements Henry Tate Water Treatment Plant Improvements 9123132 Drawing No. Drawing Title ':General 1G-1 ..... $---Cover Sheet, Sheet List,..Location Ma(..,..._................................_..................-. 4. . 2 G-2 General Project Arrangement Plan ..._........�..... --•-------•----------.. _....._......._..................................._......._................................._........................ ....._....._....,...... 3 G-3 Water Treatment Plant Site Plan _._........._.......,_».............._................................................,...,.......................--......................................,...._.....< &............. -4, .t....._System Process Schematic..._._.. ............. ................. _6...........- t ....:......Design Data Summary_...................... 6.....t.....__G-6_.-_.. ...._Hydraulic Profile!Washwater Recovery System Profile..............._.... €Demolition 4................._ ............_.....,.,.................................._...................................._.._......................._......-....................... .........; 7 D-1 Reactor Clarifier-Plan 8 ': D-2 Reactor Clarifier-Section and Details _..-......_.................._..... ................9 D-3 € Filters Plans 10 i D-4 Filters-Sections :............. ........._..-... _............_...,.,,,............................._...................-_............................_.............._........_.................................-; [ 11 s D-5 Miscellaneous 'Reactor Clarifiers ..........._..........................__..................-...-........................................._......_.............................................................. ...._.......................s 12 M-1 Reactor Clarifier-Plan ................. •------a-------•----••------...._............................................__.......................................,..........................._................. ........; 13i M-2 Reactor Clarifier-Section and Details >..........................__-._........._............................................................................................_......................................_.__.............. 14 M-3 Flocculator-Structural Plan _.....tr.............................................................................._............................._..........................................................•; 15 i M-4 Flocculator-Structural Sections -------------------- _-•--------------...»._.................................................................................,.............................................................; 16 M-5 Flocculator-Structural Sections and Details _....._..._....._......._..............._..,,,.,..-----..--..--........_..............................................................-..-..................................................... s 17 M-6 Miscellaneous Details ............b._.,— — _-.-.a......................................................................................................................................................................... .: Filters i....,....-........._..............................................................................._......._.......,,...................._........... 18 ` M-7 Plan and Sectional Plans _......................__.....................,.,,,,_..............................._.................................................. ......._................................................. s....?O........... 8....._.>..._.Piping..Plans...................._.... l €...20..........._M-9....-...-..Piping.Sections....... ...................................................................................................................z 21 _M-10 € -Piping Sections and Details 3 �... ....... . ...................................-..............................................................................; ...22...a......M-11.._...¢......P._i ....Details......................... i 23 M-12 "s Filter Underdrain Plan and Details ................................_.._.,......._............_......_................................................... ........................................................................................; 24 M-13 € Miscellaneous Details :.............�.... _a..........................,...................................................................-..................................................... ......................; ............._................_......._Washwater Recovery...S.Ystem..................................................................................... 25 M-14 Plan and Sections :................. ..----------....-r...-------.-........_......................................................................................................_......._..........................-...... .26 M-15 Pumping station Plans and Sections 27 M-16 Miscellaneous Details „.,..,.......4..........................,..,...........,__........................................................,............................................................................................-< 'Details ;........_ -__--• -----•.........................................._................................................................_.............................. 28 i M-17 Raw water Inline mixer :.................._............._....e_......--•-•-•---....,.,_............_......._........................................................................................................................ 29 M-18 Chemical Feed Details 30 M-19 i---Piping details..................................... i ............................................................................................ 31 € M-20 Standard Concrete Details 32M-21 Miscellaneous Details _.................. ...._.,..................,.,,,.,...................................................._....._.............................-........................................... ._..._.€ €......................._.............._..........__.._..,,,..,....................,,.........................._...................................._................_............................. ..._....b 'Electrical 4---_...-.-............-.....--.._.._..._...................................._......_........................................................................,,..; ..... ...¢n... E-1 Electrical Legend and.Abbreviations ..._...............�............... ................... ..; 34E-2 Area Plan and Miscellaneous Details :.............�..... - -- _ ................. t3ne.Iine Diagram ................................._....................................... _....,; 36.......__E-- ....t._...Chemical FeedandControl System.One-lines........................................... (...51..........E-5 _--Schematic-Diagrams... _. 56.._`..._._E-6 _Filter Suildin Power Plan_... i _S`3...t.........E-?.._....:....._Wash Water Recovery.Basin Power Plan........................................................< 40 i E-8 Reactor Clarifier Power Plan (Typ of 2t _. ...._.._._._...__..._.. _ .............................._.......__._.. € 41 E-9 I Chemical Feed and Miscellaneous Power Plans 42 E-10 Schedules and Details :......................__......_._,......._.........,,.,.............................................._.................................................................,.,.,.................... ...._.. :Process rig Instrument Diagrams _...._... :... 2.........._1-.1.._._..- Legend&Abbreviations ..........•........................................., ....................... , 44 i 1-2 P&ID Raw Water ............•>.............__...-- ..._....._...._._...,.,....,.............-........._.-.............._....._......._..._..._..............-..............._...._.......................__.._: 45 1-3 P&ID Flocculation/Sedimentation 46 € 1-4 = P&ID Filters _ ............. 47 1-5 P&ID Washwater Recovery System__ 48 i 1-6 i P&ID Air Wash Blowers 49 1-7 Instrument Installation Details t...................._.......,.......................................................................,.,......._....._........._.._...................................: 50 F8 Panel Details 1 ATTACHMENT A City of Redlands, California Water Works Improvements Henry Tate Water Treatment Plant Improvements Specifications -Technical Sections 9/23/2002 Section No. Title fr 'DIVISION 1 -GENERAL REQUIREMENTS 01015 Project Requirements 01070 Abbreviations of Terms and Organizations 01300 Submittals 01400 Quali Control 01500 Temporary Facilities 01610 GeneralE uipmeat«Sty Mations _»01620 _.- «n.......«......Euqipment Schedule ........... ;DIVISION 2-SITE WORK 02050Demolition--------- and Sal - 02110 . Clearinq anGrubbing .. ........ 02200 Earthwork ........... ........... 02202 Trenchi nd BackfillipD, 02220 Embankments 02271 Slope Protection and Erosion Control 02512 As haltic Concrete Pavinq 02522 Concrete Sidewalk, Curb, and Gutter 02606 Sewer Manholes .......... ......... 02628 Polyvinyl Chloride (PVC) Sewer Pipe 02702 Sewer Pipe Installation and Testing.,----. 02930 Seeding, and Soddin DIVISION 3-CONCRETE 03100 Concrete Formwork 03200 i Concrete Reinforcement 03250 Concrete Accessories 03300 Cast-in-Place Concrete 03600 Grout DIVISION 4-MASONRY- Not Used IDIVISION 5-METALS 05520 Handrailina, Guard rai!in9..ar1q Ladders 05995 Structural and Miscellaneous Metals 'DIVISION 6-WOOD AND PLASTICS 06600 µ Fiberalass Reinforced Plastic Fabrications DIVISION 7-THERMAL AND MOISTURE PROTECTION 07160 Dam roofin 07900 F Ca Ikin 07910 i Sealants DIVISION 8-DOORS AND WINDOWS- Not Used City of Redlands, California Water Works Improvements Henry Tate Water Treatment Plant Improvements Specifications -Technical Sections 9/23/2002 Section No. Title DIVISION 9- FINISHES 09940 Protective Coatings iDIVISION 10-SPECIALTIES 10990 Miscellaneous Specialties :DIVISION 11 -EQUIPMENT 11150 Submersible Pumps ............. 11250 1 m PacKqRi�N ashwater Treatment Equipment 11541 Vertical Flocculation Equipment 11610 Air Wash Blowers 11725 Chemical Feed systems ;DIVISION 12-FURNISHINGS- Not Used DIVISION 13-SPECIAL CONSTRUCTION 13220 Filter Underdrains and Media 13560 1 Instrumentation General Requirements 13755 Cleanin and Disinfection of Filters ............ 'DIVISION 14-CONVEYING SYSTEMS- Not Used DIVISION 15-MECHANICAL 15010Valve Installation ----- - --­­..---- - . .... Piping and Accesso 15020 ries Installation Miscellaneous Piping and Pipe pe Assemb .......... 15061 = Ductile Iron Pipe 15062 I Steel Pipe.,... ............ .......... ................ ...... 15067 Plastic Pipe, Tubina, and Accessories ............. Tu 15070 binq and Accessories 15094 Check Valves 15100 Miscellaneous Valves 15101 AWWA Butterfly Valves 15103 Eccentric Plug lyqs ...... 15104 Resilient-Seated Gate Valves 15140 15160 Flow Tubes "DIVISION 16-ELECTRICAL 16050 Electrical 16100 Electrical Equipment Installation 16150 1 Adiustable Frequ erCD eves 16220 1 General Purpose Induction Motors 16480 600 Volt Class Motor Control Centers 2 ATTACHMENT B SCHEDULE Notice to Proceed with Final Design October 18, 2002 Submit 90 Percent Documents for Review January 31, 2003 Receive Review Comments from City February 21, 2003 Submit 100 Percent Documents March 14, 2003 Advertise for Bids March 18, 2003 Open Bids April 17, 2003 Notice to Proceed May 13, 2003 Substantial Completion May 29, 2004 B-1 r ® £§2�[5k § } J ; { \ 'S Alp" 0 - % {/ � &2, k® Alp" k ) ��� Q2y-©■ § Ztft��E ■ � ! ■ § I ! § 0 ) 0 }e § � 0 § a ■ � E � I � / n/- - ■ a � § � & �� lR3QIJ . / / } ATTACHMENT D BLACK & VEATCH RATE SCHEDULE family/level rate(l) Principal-in-Charge 16/10 - 16/30 160 - 175 Senior Project Manager 08/06 145 - 160 Senior Staff Specialist 08/05 - 0806 135 _ 145 Project Manager 08/05 130 - 135 Project Engineer 08/03 - 08/05 110 - 135 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 CARD 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)Direct expenses,including subconsultants,are at cost plus 10% (3)A$7.50 per hour surcharge is applied to cover computer charges,long-distance telephone,car milage for company owned vehicles.postage and minor reproduction charges. D-1