HomeMy WebLinkAboutContracts & Agreements_1-2001AGREEMENT TO FURNISH
PROFESSIONAL ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
This Agreement is made and entered into this 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").
In consideration of the mutual promises, covenants and conditions hereinafter set forth, CITY
and ENGINEER hereby agree as follows:
ARTICLE 1 - ENGAGEMENT OF ENGINEER
1.1 CITY hereby engages ENGINEER, and ENGINEER hereby accepts the engagement, to
perform professional engineering services ("Services") for the Recycled Water Project at
the CITY's Wastewater Treatment Plant ("Project").
1.2 The Services shall be performed by ENGINEER in a professional manner, and
ENGINEER represents that it has the skill and the professional expertise necessary to
provide 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 ENGINEER
2.1 The specific Services which ENGINEER 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 Prior to proceeding with any work under this AGREEMENT, specific scopes of work shall
be defined to implement the general Scope of Services set forth in Attachment "A," b
amendment to this AGREEMENT, and shall be termed Task Orders. The Task Orders
shall set forth the detailed scope of work, specific schedule, estimated level of effort, fee
estimate with a not to exceed cost, and applicable Schedule of Rates. The approved Task
Order shall constitute authorization to proceed with the task. The form to be used for each
Task Order shall be per Attachment "E."
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 CITY shall make available to ENGINEER information in its possession that is pertinent to
the performance of ENGINEER'S Services.
3.2 CITY will provide access to and make provisions for ENGINEER to enter upon CITY -
owned property as required by ENGINEER to perform the Services.
3.3 CITY will provide sampling, laboratory analyses, data collection, and system operation as
requested by ENGINEER.
3.4 CITY designates Douglas Headrick, Chief of Water Resources, to act as its representative
with respect to the Services to be performed under this Agreement.
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleAgr.doc
1
ARTICLE 4 - PERIOD OF SERVICE
4.1 ENGINEER shall perform the Services in a diligent manner and in accordance with the
schedule set forth in Attachment B - Project Schedule of this AGREEMENT and to the
schedule in each Task Order.
ARTICLE 5 - PAYMENTS TO THE ENGINEER
5.1 For services performed under Article 2 for each Task Order, CITY shall pay the
ENGINEER on a time and material basis at the hourly rates shown in Attachment D, Rate
Schedule, to each Task Order, except as provided herein. The labor -hour estimates and
total project budget shall be as shown in Attachment C, Fee Proposal, to each Task
Order. The total amount of compensation for Task Order No.1 shall not exceed Five
Hundred Twelve Thousand Five Hundred Forty -Five ($512,545), and for Task Order No.2
shall not exceed Eight Hundred Thirty Six Thousand Eight Hundred Twenty ($836,820) for
a total of One Million Three Hundred Forty Nine Thousand Three Hundred Sixty Five
($1,349,365) unless the scope of the Project is materially changed and agreed to by the
ENGINEER and the CITY.
5.2 Payment for additional services requested by the CITY per Article 2.2 shall be in
accordance with a separately negotiated fee or in accordance with the hourly rates shown
in Attachment D, Rate Schedule, to this AGREEMENT and to each Task Order.
5.3 ENGINEER shall bill CITY within ten days following the close of each month by submitting
an invoice indicating the Services performed, who performed the Services, and the
detailed cost of all Services including backup documentation. Payments by CITY to
ENGINEER shall be made within 30 days after receipt and approval of ENGINEER's
invoice, by warrant payable to ENGINEER.
5.4 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
Douglas Headrick, Chief of Water Resources
Municipal Utilities Department
35 Cajon Street
P.O. Box 3005
Redlands, CA 92373
ENGINEER
Jim Ewing, Project Manager
Carollo Engineers
3100 South Harbor Blvd., Suite 200
Santa Ana, CA 92704
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.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 ENGINEER shall maintain worker's compensation insurance and, in addition, shall
maintain insurance to protect CITY from claims for damage due to bodily injury, personal
January 8, 2001
HACllent\Redlands_SACW\Contract\RecycleAg r.doc
2
injury and death, and claims for injury to or destruction of tangible property while
performing the Services required by this Agreement. Said public liability and property
damage insurance shall be on an "occurrence" basis in a minimum combined single limit
of $1,000,000, and $3,000,000 in the aggregate. ENGINEER shall maintain
comprehensive automobile liability insurance with a combined single limit of $1,000,000
for bodily injury and property damage. ENGINEER shall maintain professional liability
insurance in the aggregate amount of $1,000,000 with a minimum of $500,000 per claim.
CITY shall be named as an additional insured under all policies for public liability, property
damage and comprehensive automobile liability, and such insurance shall be primary with
respect to CITY and non-contributing to any insurance or self-insurance maintained by the
CITY. ENGINEER shall provide CITY with certificates of insurance evidencing such
insurance coverage prior to commencing the Services.
6.2 ENGINEER shall indemnify, hold harmless and defend CITY and its elected officials,
officers, agents and employees from and against all claims, loss, damage, charges or
expense, to which it or any of them may be put or subjected to the extent that they arise
out of or result from, or are caused by any willful or negligent act or actions, omission or
failure to act on the part of the ENGINEER, its contractors, its suppliers, anyone directly or
indirectly employed by any of them or anyone for whose acts or omissions any of them
maybe liable in the performance of the Services required by 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 ENGINEER 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.
7.3 ENGINEER's key personnel for the Project are:
Principal -in -Charge: George Bellew
Project Manager: Jim Ewing
ENGINEER 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 ENGINEER 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 CITY's sole risk.
7.5 ENGINEER is for all purposes an independent contractor. All personnel employed by
ENGINEER are for its account only, and in no event shall ENGINEER 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.
January 8, 2001
H:\CIlent\Redlands_SAOW\Contract\RecycleAgr.doc
3
7.6 The ENGINEER is not responsible for damage or delay in performance caused by events
beyond the control of ENGINEER. In the event ENGINEER's services are suspended,
delayed or interrupted for the convenience of the CITY or delays occur beyond the control
of ENGINEER, an equitable adjustment in ENGINEER's time of performance and cost of
ENGINEER's personnel and subcontractors shall be made.
7.7 Hazardous materials or asbestos may exist at a site where there is no reason to believe
they could or should be present. The ENGINEER and CITY agree that the discovery of
unanticipated hazardous materials or asbestos constitutes a changed condition mandating
a renegotiation of ENGINEER's services.
7.8 The ENGINEER has no control over the cost of labor, materials, equipment or services
furnished by others, or over Contractor's methods of determining prices, or other
competitive bidding or market conditions, practices or bidding strategies. Cost estimates
are based on ENGINEER'S opinion based on experience and judgment. ENGINEER
cannot and does not guarantee that proposals, bids or actual Project construction costs
will not vary from cost estimates prepared by ENGINEER.
7.9 If the project involves construction of any kind, the parties agree that CITY and
ENGINEER shall be indemnified to the fullest extent permitted by law for all claims,
damages, losses and expense including attorney's fees arising out of or resulting from
Contractor's performance of work including injury to any worker on the job site except for
the sole negligence of CITY or ENGINEER. Both CITY and ENGINEER shall be named
as additional primary insured(s) by Contractor's General Liability and Builders All Risk
insurance policies without offset and all Construction Documents and insurance
certificates shall include wording acceptable to the parties herein with reference to such
provisions.
7.10 ENGINEER shall not be responsible for the means, methods, techniques, sequences, or
procedures of construction selected by contractors or the safety precautions and
programs incident to the work of contractors and will not be responsible for Contractor's
failure to carry out work in accordance with the Contract Documents.
7.11 The services to be performed by ENGINEER are intended solely for the benefit of the
CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on the
ENGINEER's performance of its services hereunder, and no right to assert a claim against
the ENGINEER by assignment of indemnity rights or otherwise shall accrue to a third
party as a result of this Agreement or the performance of the ENGINEER's services
hereunder.
7.12 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance by CITY of the Services.
7.13 This Agreement may be terminated by either party, without cause, by providing thirty (30)
days prior written notice to the other (delivered by certified mail, return receipt requested)
of intent to terminate.
7.14 Upon receipt of a termination notice, ENGINEER shall (1) promptly discontinue all
services affected, and (2) deliver or otherwise make available to CITY, copies (in both
January 8, 2001
H:\CIlent\Redlands_SAOW\Contract\RecycleAgr.doc 4
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 ENGINEER in performing the Services
required by this Agreement.
7.15 ENGINEER 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 ENGINEER.
7.16 This Agreement, including the attachments incorporated herein by reference, represents
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 ENGINEER.
7.17 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 ENGINEER have
signed in confirmation of this Agreement.
City of Redlands Carollo Engineers, a Professional Corporation
("CITY") ("EN IN R")
PAT GILBREATH
Mayor
By: ) - --A"
GEORGE A., BELIEW
PrAndiPal
ATTEST:
City ' lerk, City
lands
January 8, 2001
H:\Client\Redlands_SACW\Contract\RecycleAgr. doc
5
ATTACHMENT A
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
SCOPE OF SERVICES
The purpose of this Agreement is to provide the CITY with engineering services for the design
of the Redlands Recycled Water Project Treatment Facilities. The Regional Water Quality
Control Board has indicated the CITY will be required to take measures to increase the plant's
ability to remove Total Inorganic Nitrogen (TIN) from its effluent. In addition, the CITY desires to
add facilities that will produce 6 mgd of recycled water that meet all the regulatory requirements
contained in the proposed Section 60304(a) and Section 60306(a) of Title 22, Division 4 of the
California Code of Regulations. Reliability requirements for the Recycled Water Facilities will be
based upon Mountainview Power Company providing their own standby system.
The project will consist of the following phases:
Phase I - Task Order No.1
To define the project, the following tasks will be included:
Task 1 - Treatment Alternative Feasibility Study
Task 2 - Upgrades to Existing Facilities
Task 3 - CEQA Documentation/Support
Task 4 - Interface for Distribution Facilities
Task 5 - Subconsultants
Task 6 - Preliminary Design
Phase II - Task Order No.2
Task Order No.2 will consist of the following tasks:
Task 1 - Final Design and Title 22 Report
Task 2 - Bidding and Contract Award
Phase III - Task Order No.3
Construction phase, as a minimum, will consist of the following tasks:
Task 1 - Office Engineering Support During Construction
Task 2 - Field Services
Task 3 - Subconsultants
Phase IV - Task Order No.4
Commissioning phase will, as a minimum, consist of the following tasks:
Task 1 - Commissioning
Task 2 - Operations Manual
January 3, 2001
H:\Client\Redlands_SAOW\Contract\RecyclOAg r. doc
A-1
Phase V - Additional Services
Additional services that the CITY may want to include would be master planning efforts for
expansion and/or solids handling.
Basis of Scope Of Work
ENGINEER's detailed scope of work will be presented in task orders to this Agreement. The
task orders submitted herein will be based upon a project with the following parameters:
1. Treatment Alternative Study will consider Alternative 1: Tertiary Treatment of Secondary
Effluent/TIN Upgrades as the base project. Alternative 2: RIX-Type Treatment of Secondary
Effluent, and Alternative 3: Membrane Treatment will be compared against the base project.
2. Design Criteria will be based upon a plant capacity to treat 9.5 mgd with removal to 10 mg/L
or less of Total Inorganic Nitrogen (TIN).
3. Recycle Water Project Facilities will be based upon a capacity of 6 mgd with current
discharge requirements that comply with Title 22.
4. ENGINEER will develop one set of contract documents for the project. ENGINEER's
standard front-end documents will be used in the project's contract documents.
5. The project delivery approach will be design -bid -build.
6. ENGINEER will assist CITY in obtaining permits. The intent is for ENGINEER to provide
backup/support information. CITY will negotiate directly with the agencies and will be
responsible for permitting costs.
7. ENGINEER will provide project design criteria, description, and estimated costs to selected
CEQA consultant in support of that effort.
8. Recycled Water Project design will be based on "turn off" reliability. The power plant will
provide full backup capabilities to provide cooling water.
9. ENGINEER will provide interface with the selected consultant for the Distribution Facilities.
Final layout of the selected alternative will be coordinated to reduce project costs to the
CITY.
10. The treatment plant design will not provide for full reliability and redundancy for the facilities
used solely to produce recycled water.
January 8, 2001
H AClle nt\Redlands_SAOW\Contract\RecycleAg r.doc
A-2
ATTACHMENT B
RECYCLED WATER PROJECT
PROJECT SCHEDULE
Schedules are specified by each task order. The ENGINEER has allowed for scheduling of key
staff to accommodate the needs of the specific task order schedule.
January 8, 2001
H .Ghent\Redlands_SACW\Contract\RecycleAg r. doc
B-1
ATTACHMENT C
RECYCLED WATER PROJECT
FEE
The fee is specified for each task order.
January 8, 2001
H:\Client\Rediands_SAOW\Contract\RecycleAg r.doc
C-1
ATTACHMENT D
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
FEE SCHEDULE
This schedule is valid until March 1, 2001, and will be superceded as noted in each Task Order.
Hourly Rate
Engineers/Scientists (E/S)
E/S I $80.00
E/S II 90.00
EIS III 95.00
E/S IV 100.00
E/S V 116.00
E/S VI 124.00
E/S VII 140.00
E/S V I I I 162.00
Principal 182.00
Engineering Aides (EA)
EA I 35.00
EA II 53.00
EA III 61.00
EA IV 70.00
EA V 80.00
EA VI 90.00
EA V I I 105.00
Engineering Technicians (ET)
ET I 43.00
ET II 55.00
ET III 62.00
ET IV 69.00
ETV 76.00
ET VI 85.00
ET VII 101.00
ET VIM 123.00
Support Staff
Office Aides 27.00
Clerical 57.00
Word Processors 55.00
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%
January 8, 2001
H .Chant\Redlands_SAQW\Contract\RecycleAg r. doc
D-1
ATTACHMENT E
RECYCLED WATER PROJECT
SAMPLE TASK ORDER
AGREEMENT TO FURNISH ENGINEERING SERVICES
RECYCLED WATER PROJECT
TASK ORDER NO.
(Amendment No. )
This Task Order No. (Amendment No. ) authorizes the ENGINEER to perform
Engineering Services included in this Amendment and in Accordance with the AGREEMENT for
the nitrogen removal planning and permit compliance.
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 Work is amended to include Attachment "A" to this Amendment which
defines the scope of work for engineering services for Task Order No.
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. 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.
shall be in accordance with Attachments "C" and "D" to this Amendment.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
No changes.
ARTICLE 7 - GENERAL CONSIDERATIONS
No changes.
January 8, 2001
H:\CI lent\Redlands_SAOW\Contract\RecycleAgr.doc
E-1
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:
PAT GILBREATH GAIL P. LYNCH
Mayor Principal
Date: By:
GEORGE A. BELIEW
Principal
ATTEST:
City Clerk, City of Redlands
January 8, 2001
H:\CIlent\Redlands_SAOW \Contract\RecycleAg r.doo
E-2
AGREEMENT TO FURNISH ENGINEERING SERVICES
RECYCLED WATER PROJECT
TASK ORDER NO.1
(Amendment No. 1)
This Task Order No.1 (Amendment No. 1) authorizes the performance 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.1.
No changes.
ARTICLE 3 - RESPONSIBILITIES OF CITY
ARTICLE 4 - PERIOD OF SERVICE
4.1 The time period for performance of the ENGINEER's services for Task Order No.1 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.1 shall
be in accordance with Attachments "C" and "D" to this Amendment.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
No changes.
ARTICLE 7 - GENERAL CONSIDERATIONS
No changes.
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleT0_01.doc
IN WITNESS WHEREOF, duly authorized representatives of the CITY and ENGINEER have
signed in confirmation of this Agreement.
City of Redlands
("CITY")
Bv:
PAT GILBREATH
Mayor
Date:
ATTEST:
City ' erk, City`• •lands
Carollo En ; ineers, a Professional Corporation
("EN .IN. ' R")
AIL ' L C
rincipal
4
By:
GEORGE"A. BELI
Principal... -
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleTO._01.doc 2
ATTACHMENT A
CITY OF REDLANDS
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
SCOPE OF SERVICES
INTRODUCTION
The purpose of this Task Order is to provide the CITY with engineering services in conjunction
with design of the Redlands Recycled Water Project Treatment Facilities. The Regional Water
Quality Control Board is requiring the CITY to take measures to increase the plant's ability to
remove total inorganic nitrogen (TIN) from its effluent. In addition, the CITY desires to add
facilities that will produce recycled water that meets all the regulatory requirements contained in
Section 60304 (a) and Section 60306 (a) of Title 22, Division 4 of the California Code of
Regulations. Reliability requirements for Recycled Water Project Facilities will be based on
Mountainview Power Company providing a standby system.
This project will provide the facilities to increase treatment of TIN to 10 mg/L or less for a rated
capacity of 9.5 mgd. Major design elements that have been indicated in the scope of work are:
1. Anoxic Basin with Mechanical Mixers
2. Demolition of the Existing Rapid Bloc Structure
3. RAS Pump Station No. 2
4. Nitrification Clarifier No. 4
5. Yard Return Piping
This project will also provide for facilities to produce 6 mgd recycled water. Major design
elements that have been included in the scope of work are:
1. Tertiary Filtration System
2. Disinfection System
3. Filtration Influent Pump Station
4. Interplant Transfer Pipeline
The Treatment Alternative Feasibility Study will consider the processes identified above as the
base project. Two additional process treatment scheme alternatives (with sub -alternatives) will
be developed and compared with the base project using an Evaluation Matrix developed jointly
by the CITY and ENGINEER. Through a series of workshops, the CITY and ENGINEER will
select the best -fit project. Upon selection of the best -fit project, CITY and ENGINEER agree to
review Scope of Services presented herein and to make appropriate adjustments to Scope of
Services for preliminary design (T.O.1) and final design (T.O. 2).
January 8, 2001
H:\CIlent\Redlands_SAOW\Contract\RecycleTO_01.doc
A-1
SCOPE OF SERVICES
To provide the needed engineering services to evaluate alternatives and prepare the preliminary
design, the following tasks will be completed.
TASK 1 - TREATMENT ALTERNATIVE FEASIBILITY STUDY
1.1 Technical Memoranda
ENGINEER will develop technical memoranda (TMs) to comprise the Treatment Alternative
Feasibility Study. ENGINEER and CITY will meet in a series of four (4) workshops in which
ENGINEER will present drafts of designated TMs. CITY will provide input and review
comments. As agreed to by CITY and ENGINEER, appropriate comments will be addressed in
the TMs. The ENGINEER will prepare the following TMs:
a. Water Quality and Flow Requirements for MPC.
b. Title 22 Requirements for Cooling Water and Water for Irrigation.
c. Criteria for Evaluating Alternatives.
d. Alternative Treatment Approaches for Recycle Water and TIN Modifications.
e. Expansion Considerations to 9.5 mgd.
f. Upgrades to the Existing Plant Necessary for the Recycled Water Facility and TIN
Removal.
g. Construction Costs and Life Cycle Costs.
h, Evaluation of Alternative and Final Summary.
1.2 Develop Alternatives
ENGINEER will develop three alternatives as described below:
Alternative 1: Tertiary Treatment of Secondary Effluent/TIN Upgrades — Base Proiect
This Base Project Alternative will consider previous reports presented to the CITY regarding
increasing capacity to remove TIN to equal to or less than 10 mg/L for an average annual flow
of 9.5 mgd. It is anticipated the following facilities will be required:
a. Anoxic Basin.
b. Recycled Mixed Liquor Pump Station.
c. Nitrification Clarifier No. 4.
d. RAS Pump Station No. 2.
e. Transfer Piping.
f. Miscellaneous Yard Piping and Splitter Boxes.
Recycled water facilities that may be required include the following:
a. Tertiary Filtration (both traveling bridge/self-backwash and continuous backwash
system).
b. Chlorine Contact Basin.
c. Chlorine Chemical Feed Facility.
d. Filtration Influent Pump Station.
e. SCADA for Water Reuse System.
January 8, 2001
H:\CI lent\Redlands_SAOW\Contract\Recycle70_01.doc
A-2
Alternative 2: RIX-type Treatment of Secondary Effluent
The facilities presented in Alternative 1 for TIN removal will be common to this alternative.
Facilities to provide a RIX-type system may include the following:
a. Extraction Wells.
b. Monitoring Wells.
c. Disinfection system which may be either UV or chlorination with contact basin. Both
subalternatives would be considered.
Alternative No. 3: Membrane Treatment
This alternative will evaluate each of four subalternatives for membrane microfiltration. For each
subalternative, where applicable, preliminary sizing of permeate pumps will consider the
feasibility of maintaining an elevated hydraulic grade line to facilitate conveyance of filtrate to
the recycled water distribution pipeline(s). The subalternatives are summarized as follows:
3A - Membrane in the Existing Nitrification Basins
Under this alternative, each of the existing nitrification basins would be retrofitted to house
3 mgd of microfiltration modules. Adequate accessibility to clean and maintain the
membranes, as to well as maintain the aeration system, would be evaluated. Disinfection
would be the same as in Alternative 2.
3B - Add Membranes to Existing Rapid Bloc
This alternative is similar to Alternative 3A except that membranes would be installed in
the existing Rapid -Bloc structure rather than in the nitrification basins. Disinfection
evaluation will be similar to that of Alternative 3A.
3C - Membrane Treatment in New Bioreactor
This alternative is similar to Alternative 3A, except that a new structure would be located in
the plant area now occupied by the Rapid -Bloc system. Disinfection alternatives would be
similar to those of other membrane alternatives.
3D - Membrane (Stand Alone) System
This alternative would use microfiltration to treat clarified secondary effluent in a
standalone microfiltration system. Disinfection alternatives would be similar to other
membrane alternatives.
1.3 Upgrades for TIN/Membrane Treatment
TIN replacement for Alternatives 3A and 3B.
This subtask will address existing TIN removal capacity lost due to use of existing tankage to
support membrane treatment alternative for Recycle Water Project.
TASK 2 - UPGRADES TO EXISTING FACILITIES
CITY staff and ENGINEER will perform independent investigations of the existing facilities. The
useful life of mechanical and electrical equipment will be considered along with advancements
in energy efficient equipment. The design will include the following plant upgrades:
2.1 At the existing Headworks, replace the bar screens, recoat needed interior concrete
surfaces, replace grit chamber air piping, provide a new grit handling system, and provide
miscellaneous appurtenances.
January 8, 2001
H:\Client\Redlands_ SAOW\Contract\RecycleTO_O1.doc
A-3
2.2 At the Headworks Pump Station, replace existing motors with high efficiency motors and
replace variable speed drives with electrical variable frequency drives.
2.3 The existing chlorination system would be replaced to provide in -plant operational
chlorination needs.
2.4 At the Peak Pond Pump Station, replace the pumps, motors, and drives with new
equipment.
2.5 At the Blower Building replace the blowers and drives.
2.6 At the RAS Pump Station for Secondary Clarifiers No. 1 and 2, replace the RAS and WAS
pump, motors, drives, and control system. Add a magnetic flow meter to the WAS line for
operational control.
2.7 At the Anal Effluent Pump Station, replace pumps, motors, and drives of the effluent
pumps.
2.8 At the Dissolved Air Flotation System No. 1, replace the pressurization system and
controls.
2.9 Replace existing high pressure air system.
2.10 Replace Grit Chamber air feed lines.
2.11 For the existing electrical system the ENGINEER will provide a Third Party subconsultant
to evaluate the condition of the existing electrical system. Refer to Task 5
Subconsultants for a more detailed Scope Of Services.
TASK 3 - CEQA DOCUMENTATION SUPPORT
ENGINEER will provide technical information and assistance to support the CITY and its CEQA
Consultant regarding alternatives evaluated and the selected alternative, costs, and schedule.
An allowance of 40 labor hours has been provided for this effort.
ENGINEER will also provide up to 40 hours of assistance to the CITY in working with the
RWQCB on permitting issues.
TASK 4 - INTERFACE FOR DISTRIBUTION FACILITIES
ENGINEER will interface with the distribution facilities consultant during the feasibility study.
ENGINEER will identify concerns and make suggestions for preferred routing of the recycled
water pipeline from the site and on the location of a recycled water pump station. ENGINEER
will identify a point of beginning for the CITY's use in determining the scope for the anticipated
distribution pipeline project(s).
TASK 5 - SUBCONSULTANTS
5.1 Provide services of a subconsultant for surveying services including the following:
a. Field control and limited topographic surveys for both the treatment plant (including
percolation ponds) and one alignment of the pipeline to the power plant.
b. Aerial photogrammetry of both the treatment plant site (including percolation ponds)
and one alignment of the pipeline to the power plant.
c. Reduction of field and aerial survey data to Auto CAD digital format.
d. Preparation of plan view base drawings.
January 8, 2001
H:\CI lent\Redlands_SAOW\Contract\RecycleTO_01.doc
A-4
5.2 Provide services of a subconsultant for geotechnical investigation including the following:
a. Field investigation and information gathering including site reconnaissance, data
review, and subsurface exploration (up to seven borings).
b. Field and laboratory testing of soil samples.
c. Preparation of a geotechnical report.
d. Review of project drawing and specifications for conformity with recommendations of
the Geotechnical Report.
5.3 ENGINEER shall provide a Third Party subconsultant to investigate existing major
electrical equipment and cables to estimate equipment remaining life and to recommend a
plan of action of refurbish the system. Third Party subconsultant shall perform the
following:
a. Inspect main switchgear, each major Motor Control Center (MCC), other panels, and
major conduits.
b. Collect and record field information and test to determine current condition and
functionality of the components of the panels and equipment.
c. Estimate the current condition and remaining life of the equipment based on subjective
considerations of visible conditions and their experience.
d. Prepare a draft Plan Of Action identifying replacement schedule and estimated budget
cost to accomplish the plan.
e. ENGINEER and Third Party Subconsultant shall meet with CITY's staff to review the
Plan Of Action. Subconsultant shall receive CITY's comments and develop a final Plan
Of Action.
f. During the field investigation and testing, Subconsultant shall coordinate all required
shutdowns with the CITY's staff and schedule these events so not to interfere with
plant operations.
TASK 6 - PRELIMINARY DESIGN
During the preliminary design phase of the project, ENGINEER will:
6.1 Develop final site layout of the facilities to be included in the project.
6.2 Set final design criteria for each of the major processes.
6.3 Develop the hydraulic profile of the facilities, both new and existing.
6.4 Develop P&IDs for the selected project.
6.5 Identify major equipment and the manufacturers that comply with ENGINEER's technical
specifications.
6.6 Draft of front-end documents to be used in the contract documents.
6.7 Meet monthly with CITY's staff to review job progress, discuss issues, and receive input
from CITY.
6.8 Submit a preliminary design package at 30 percent complete for review and comment by
the CITY.
January 8, 2001
H:\CIlent\Redlands_SAOW\Contraot\RecycleTO_01.doc
A-5
6.9 Review terms and conditions of a draft contract negotiated between CITY and the power
company.
6.10 Provide for upgrades to the existing facilities previously identified. Coordinate scheduling
of work and work sequence with the CITY's staff.
January 8, 2001
H:\CIlent\Redlands_SAOW\Contract\RecycleTO_01.doc
A-6
ATTACHMENT B
CITY OF REDLANDS
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
PROJECT SCHEDULE
ENGINEER shall commence work immediately following authorization to proceed. ENGINEER
has reviewed the project with the CITY and agrees that the following schedule is a reasonable
time frame in which to complete the work. The schedule is based on the CITY'S requirement to
provide recycled water by March of 2003.
1. Notice to Proceed
2. Submit draft feasibility study
3. Submit final feasibility study
4. Recommend upgrades to existing facilities
5. Assist with CEQA documentation and RWQCB issues
6. Provide interface with the distribution facilities consultant
7. Submit preliminary design
January 2, 2001
February 16, 2001
March 9, 2001
February 2, 2001
As Required
As Required
June 29, 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 the ENGINEER
and CITY will develop a revised schedule to address such scope changes and problems. The
costing herein assumes that all work under this Task Order will be completed by June 29, 2001.
Should the project be delayed for any reason beyond ENGINEER'S control past this date, the
ENGINEER reserves the right to renegotiate the TASK ORDER to cover actual increases in
cost.
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleTO__01.doc
B-1
ATTACHMENT C
CITY OF REDLANDS
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
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 six 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.
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleTO_01.doc
C-1
ATTACHMENT C
CITY OF REDLANDS
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
BUDGET SUMMARY
Task 1 $81,285
Task 2 6,900
Task 3 10,800
Task 4 4,800
Task 5 92,500
Task 6 316,260
Total Amendment 1 $512,545
January 8, 2001
H:\CIlent\Redlands_SAOW\Contract\RecycleTO_o 1.doc
C-2
Total Labor Hours
Labor Cost:
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 1 - TREATMENT ALTERNATIVE FEASIBILITY STUDY
Labor Hours
Principal Prol. Mar. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
36 120 140 140 50 40 24 20 30 600
600 hours @ $130/hour $78,000
Other Direct Costs: Five copies if draft report @ $25 each $125
Ten copies of final report @ $50 each $500
Computer time (PC) 30 hours @ $12/hour $360
Word processing time (PC) 30 hours @ $12/hour $360
CAD/Graphics 80 hours @ $18/hour $1,440
Travel (L.S.) $500
Subtotal $3,285
Total Task 1
January 8, 2001
H:\Client\Redlands_SAOWMContract\RecycleTO_1.xls, Task 1
$81,285
C-3
Total Labor Hours
Labor Cost:
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 2 - UPGRADES TO EXISTING FACILITIES / SITE INVESTIGATION
Labor Hours
Principal Prot. Mgr. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
20 16 4 6 46
46 hours @ $150/hour $6,900
Other Direct Costs for this task are included in Task 6
Total Task 2 $6,900
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleTO_1.xls, Task 2
C-4
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 3 - CEQA AND RWQCB SUPPORT
Labor Hours
Principal Proj. Mgr. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
Total Labor Hours 8 16 12 40 0 0 0 0 4 80
Labor Cost: 80 hours @ $135/hour $10,800
Other Direct Costs for this task are included in Task 6
Total Task 3 $10,800
January 8, 2001
H:\Client\Redlands_SAOW1Contract\RecycleTO_1 _xis, Task 3
C-5
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 4 - INTERFACE WITH DISTRIBUTION FACILITIES
Labor Hours
Principal Proi. Mgr. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
Total Labor Hours 8 16 16 6 2 48
Labor Cost: 30 hours @ $1 00/hour $4,800
Other Direct Costs for this task are included in Task 6
Total Task 4 $4,800
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleT0_1.xls, Task 4
C-6
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 5 - SUBCONSULTANTS
Labor Hours
Principal Proj. Mgr. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
Total Labor Hours
Labor Cost: Labor hours for this task are included in Task 6
Other Direct Costs: Soils - Plant (7 borings) $22,500
Survey - Plant (aerial and survey) $20,000
Pipelines (aerial and survey) $20,000
Electrical System Investigation $30,000
Subtotal $92,500
Total Task 5 $92,500
January 8, 2001
H:\Client\Redlands_SAOW\Contract\RecycleT0_1.xls, Task 5
C-7
Total Labor Hours
Labor Cost:
ATTACHMENT C
CITY OF REDLANDS
TASK ORDER 1
RECYCLED WATER PROJECT
TASK 6 - PRELIMINARY DESIGN
Labor Hours
Principal Proi. Mgr. Engineer 8 Engineer 6 Engineer 4 Engineer 2 Tech 7 Tech 5 Clerical Total
40 220 130 260 540 510 420 640 140 2900
2900 hours @ $100/hour $290,000
Other Direct Costs: Engineering Computer (PC) 75 hours @ $12/hour $900
Word Processing (PC) 150 hours @ $12/hour $1,800
CAD 870 hours @ $18/hour $15,660
Travel (L.S.) $2,900
Draft submittals $5,000
Subtotal $26,260
Total Task 6 $316,260
Level of completion approximately 30 percent
January 8, 2001
H:\Client\Redlands_SAO'MContract\RecycleTO_1.xls, Task 6
C-8
ATTACHMENT D
CITY OF REDLANDS
ENGINEERING SERVICES FOR
RECYCLED WATER PROJECT
FEE SCHEDULE
Hourly Rate
Engineers/Scientists (E/S)
E/S I $80.00
E/S II 90.00
E/S III 95.00
E/S IV 100.00
E/S V 116.00
E/S VI 124.00
E/S VII 140.00
E/S VIII 162.00
Principal 182.00
Engineering Aides (EA)
EA I 35.00
EA II 53.00
EA III 61.00
EA IV 70.00
EA V 80.00
EA VI 90.00
EA VII 105.00
Engineering Technicians (ET)
ET I 43.00
ET II 55.00
ET III 62.00
ET IV 69.00
ETV 76.00
ET VI 85.00
ET VII 101.00
ET VIII 123.00
Support Staff
Office Aides 27.00
Clerical 57.00
Word Processors 55.00
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%
January 8, 2001
w\Client\Redlands_SAOW \Contract\RecycleT0_01.doc
D-1