Loading...
HomeMy WebLinkAboutContracts & Agreements_123-2001_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES RECYCLED WATER PROJECT TASK ORDER NO.2 (Amendment No. 2) This Task Order No.2 (Amendment No. 2) authorizes the performance of Engineering Services included in this Amendment and in Accordance with the AGREEMENT to perform professional engineering services for recycled water project entered into the 16th day of January 2001 by and between the City of Redlands, a municipal corporation(hereinafter"CITY"), and Carollo Engineers, a Professional Corporation(hereinafter"ENGINEER"). This Amendment makes the following changes to the AGREEMENT; all other provisions of the AGREEMENT remain in effect. ARTICLE 1 -ENGAGEMENT OF ENGINEER No changes. ARTICLE 2 -SERVICES OF THE ENGINEER 2.1 The Scope of Services is amended to include Attachment"A"to this Amendment,which defines the scope of work for engineering services for Task Order No. 2. ARTICLE 3 -RESPONSIBILITIES OF CITY No changes. ARTICLE 4-PERIOD OF SERVICE 4.1 The time period for performance of the ENGINEER's services for Task Order No. 2 set forth in Article 2 shall be in accordance with the schedule defined in Attachment"B"to this Amendment. ARTICLE 5 -PAYMENTS TO THE ENGINEER 5.1 The total compensation to perform work under this Amendment for Task Order No. 2 shall be in accordance with Attachments "C"and"13"to this Amendment. ARTICLE 6 -INSURANCE AND INDEMNIFICATION No changes. ARTICLE 7-GENERAL CONSIDERATIONS No changes. September 4,2001 IN WITNESS WHEREOF,duly authorized representatives of the CITY and ENGINEER have signed in confirmation of this Agreement. City of Redlands Carollo Engineers, a Professional Corporation ("CITY") ('ENGINEER") By: BY: � �� 1 PAT GILBREATH GEORC J�".JEAL IE W Mayor PrincipAf--� Date: September 4, 2001 By: Principal ATTEST: Cit3J *, CityZ�Vd nds September 4,2001 2 TASK.ORDER NO.2 ATTACHMENT A City of Redlands Engineering Services for Recycled Water Project Final Design SCOPE OF SERVICES INTRODUCTION The purpose of this Task is to provide the City with final design engineering services for the Redlands Recycled Water Project treatment facilities.The City desires to add facilities that will produce high quality recycled water to be available for approved uses. in addition,the City is taking measures to further increase the plant's ability to remove Total Inorganic Nitrogen(TIN)as required by the Regional Water Quality Control Board.The project is based on Treatment Alternatives Feasibility Study,Alternative 3C dated April 25,2001,and as identified in the Preliminary Design described in the 30%Drawing Submittal dated August 2001. SCOPE OF SERVICES Performance of necessary engineering work to develop contract documents for construction of the following facilities and upgrades at the Wastewater Treatment and Disposal Facilities: Task 1—Upgrades to existing facilities: 1.1 Peak Pond Pumps:Replace all pumps,motors,and hydraulic-clutch type drives with new pumps,high efficiency motors and electrical variable frequency drives. The capacity of each pump should be increased to 7.5 mgd. 1.2 Final Effluent Pumps:Increase the capacity of the two pumps to meet the flow requirements for a 9.5 mgd treatment plant.The third pump will be used as standby for process reliability. Replace motors with new high efficiency units with new variable frequency drives. 1.3 Aeration Blowers: Replace blowers and all associated accessories with similar,more energy efficient units. New blower size to be determined by air requirements of the upgraded Aeration.Basins.Provide a standby unit for reliability.Replace the Motor Control Center(MCC)as required to match the new blower units. 1_5 Miscellaneous Piping Modifications:Treatment Alternative Feasibility Study identified Auxiliary System piping upgrades that would be included as presented in that report. 1.7 Electrical System:Testing will be required to determine the condition of the existing facility.Work to replace existing electrical system will be phased in at a later date. Task 2—Recycled Water System 2.1 Provide the design for selected Alternative 3C to include the construction of a new MBR tank external to the existing NDN basin.At the MBR tank,mixed liquor would be recycled to the anoxic zone of each pass to maintain the high mixed liquor concentration. The MBR would be compartmentalized such that membranes could be cleaned in place. 2.2 During Preliminary Design the terms and conditions of a contract was negotiated with Zenon Environmental Corporation to supply their membrane system.The system would be complete with pumps, blowers,and a chemical feed and storage system as required to clean and operate the membrane system for 6.0 mgd normal flow.This Task Order would provide the structural and mechanical design for the Zenon Membrane System.In addition,electrical Motor Control Centers will be included in the design. A- I 2.3 Provide the design of the side stream screening as recommended by Zenon. Task 3—Dentrifieation Facilities To include upgrades to the existing nitrification system as follows: 3.1 Reconfigure the existing west aeration basins to treat 6 mgd.Convert the three-pass basin to three single pass plug flow basins designed to increase TIN removal. Include a new flow splitting system and splitter box. 3.2 Reconfigure the existing east aeration basins to treat 3.5 mgd and convert the basins to operate as a 3-pass serpentine process with anoxic zones for dentriifcation. 3.3 Modify the tank structures to accommodate the process revisions. 3.4 Provide new aeration blowers and diffusers to meet new design requirements. Task 4—LTV Disinfection 4.1 The alternative for disinfection was determined in Preliminary Design to include an Aquionix inline UV system.Aquionix proposed three(2 duty plus I standby)inline 35000 series reactors to meet 6 mgd flow conditions and satisfy Title 22 requirements. Final design of this disinfection system is included in this Task Order. Task 5—General Facilities 5.1 Paving,grading,and yard piping to support Tasks 1 thru 4. 5.2 Electrical to support Tasks 1 thru 4. Task 6—Control Building 6.1 Provide final design for the Control Building/EIectrical Room as identified in the Preliminary Design Building to house PLCs as provided by Zenon. In addition,the Electrical.Room will house all MCCs for Membrane System and as determined for the existing facilities during the field test to be provided by ETI. Task 7—Instrumentation and Controls 7.1 Provide coordination and specifications for instrumentation identified for the Membrane System and UV Disinfection System. Task 8—Electrical 8.1 Electrical to support Task I thru 7. Optional Scope Items Items not included in this Task Order. I. Additional coordination and negotiation with Zenon Environmental Corporation regarding guarantees and prepurchase of the membrane system. 2. Revisions to the Front End Documents for bid purposes. 3. Title 22 Report for the proposed facility. 4. Construction cost estimate. 5. Negotiation and pre-purchase of UV disinfection system.Also interface with Department of Health Services regarding approval of the selected system. A-2 6. Constructability review and project sequency, 7. Bid Period services 8. P&lDs for existing facilities and to upgrade to new SCADA system. 9. Design of rehabilitation of the headworks structure. 10. Revisions to the DAF system. 11. RAS/WAS Pump Station upgrades. A-3 TASK ORDER NO.2 ATTACHMENT B City of Redlands Engineering Services for Recycled Water Project Final Design PROJECT SCHEDULE ENGINEER shall commence work immediately following approval of the project's preliminary design and authorization from the CITY. ENGINEER has reviewed the project with CITY and agrees that the following schedule presents a reasonable time frame in which to complete the work. Item Time I. Submit 50 percent design documents for City to review September 14,2001 2. Receive City Comments September 21,2001 3. Submit 90 percent design documents for City to review October 26,2001 4. Receive City comments November 2,2001 5. Receive City comments on Front End Documents November 2,2001 6. Submit Final Contract documents November 30,2001 ENGINEER and CITY mutually agree that they will work earnestly toward meeting the above tentative schedule. Should the scope of services change or should problems arise during the work period which could affect the above schedule, it is understood that both ENGINEER and CITY will develop a revised schedule to address such scope changes and problems.The costing herein assumes that all work will be completed by December 31,2001. Should the project be delayed for any reason beyond ENGINEER's control past this date, ENGINEER reserves the right to renegotiate the Task Order to cover actual increases in cost. B- I TASK ORDER NO.2 ATTACHMENT C City of Redlands Engineering Services for Recycled Water Project Final Design FEE PROPOSAL Fee proposals for each task are presented on the attached pages. It is agreed that the ENGINEER has apportioned the total proposed fee among the tasks of this Task Order for project management purposes only and that any unused fee from any task may be applied to other tasks at ENGINEER's discretion. C- I i TASK ORDER NO.2 ATTACHMENT C City of Redlands Engineering Services for Recycled Water Project Final Design ESTIMATED MANHOUR BUDGET Final Design Task Description Manhour I Upgrade Existing Facilities 335 2 Recycled Water System: Membranes 1214 Chemical System 572 Dentrification Facilities 720 4 UV Disinfection 340 5 General&Yard 260 6 Control Building 440 7 Instrumentation&Controls(2) 150 8 Electrical 1380 Total 6475 C-2 TASK ORDER NO.2 ATTACHMENT D Citv of Redlands 2003 Recycled Water Project Final Design Final Design COST ESTIMATE Labor Costs Final Design—Drawings: 6,475 hrs @$110/hour= $ 712,250 Subtotal $ 712,250 Indirect Cost PECE(CAD/Computer)@$5.17/hour= $ 45,755 Reproduction(Draft Submittals)_ $ 7,100 Final Plans& Spec= $ 23,100 Travel&Per Diem= $ 3,000 Subtotal $ 78,955 TOTAL $ 791,205 D- I E TASK ORDER NO.2 ATTACHMENT D City of Redlands 2003 Recycled Water Project Final Design Final Design FEE SCHEDULE Hourly Rate Engineers/Scientists(E/S) E/S I $89.00 E/S II 97.00 E/S III 105.00 E/S IV 114.00 E/S V 121.00 E/S VI 129.00 E/S VII 143.00 E/S VIII 168.00 Principal 183.00 Engineering Aides(EA) EAI 44.00 EA II 53.00 EA III 62.00 EA IV 71.00 EA V 80.00 EA VI 88.00 EA VII 97.00 Engineering Technicians(ET) ETI 53.00 ET 11 60.00 ET III 65.00 ET IV 70.00 ET V 78.00 ET VI 89.00 ET VII 108.00 ET VIII 120.00 Support Staff Office Aides 36.00 Clerical 54.00 Word Processors 58.00 Computer Computer Equipment(PC) 12.00 Word Processor(Processing Time) 12.00 CAD(Processing Time) 18.00 Travel and Subsistence at cost Mileage .35/mile Subconsultant Cost+ 10° Other Direct Costs Cost+ 10% This fee schedule is subject to annual revisions due to labor adjustments. D-2