Loading...
HomeMy WebLinkAboutContracts & Agreements_259-2022AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of professional engineering services ("Agreement") is made and entered in this 6th day of December, 2022 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Dudek ("Consultant"). City and Consultant are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Consultant agree as follows: 1.1 ARTICLE 1 — ENGAGEMENT OF CONSULTANT City hereby engages Consultant to design and prepare plans and specifications for City for a wellhead perchlorate treatment system to be constructed in the future (the "Services"). 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 the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONSULTANT 2.1 The Services that Consultant shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by reference. 2.2 Consultant shall comply with applicable federal, state and local laws and regulations in the performance of this Agreement including, but not limited to, any applicable State prevailing wage laws. 2.3 Consultant shall not be liable to and/or indemnify City and/or any third party related to any inconsistencies between Consultant's data projections and estimates and actual costs and/or quantities realized by City and/or any third party in the future, except to the extent such inaccuracies are caused by Consultant's negligent performance hereunder. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City designates John R. Harris, Municipal Utilities and Engineering Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. 3.2 City shall furnish Consultant available studies, reports and other data pertinent to Consultant's services; obtain or authorize Consultant to obtain or provide additional reports and data as required; furnish to Consultant services of others required for the performance of Consultant's services hereunder, and Consultant shall be entitled to use 1 I:\cmo\Agreements\Dudek_PSA_Wellhead_Perchlorate_Treatment-FY22-0075.doc jml and reasonably rely upon all such information and services provided by City or others in performing Consultant's services under this Agreement. 3.3 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others for this project or on any other project. Any reuse of completed documents or use of partially completed documents without written verification or concurrence by Consultant for the specific purpose intended will be at City's sole risk and without liability or legal exposure to Consultant. 3.4 City shall arrange for access to and make all provisions for Consultant to enter upon public and private property as required for Consultant to perform services hereunder. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 Consultant shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "A," titled "Consultant Proposal," which is attached hereto and incorporated herein by reference. 4.2 The term of this Agreement shall be for a period of eighteen (18) months from the Effective Date of this Agreement, unless terminated earlier as provided herein. 4.3 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City, consistent with City Council -adopted policy for the same. It shall be the obligation of Consultant to obtain a copy of such policy from City staff. 4.4 Consultant is not responsible for damage or delay in performance caused by events beyond the reasonable control of Consultant. In the event Consultants services are suspended, delayed or interrupted for the convenience of City or delays occur beyond the reasonable control of Consultant, an equitable adjustment in Consultant's time of performance and cost of Consultant's personnel and subcontractors may be made. ARTICLE 5 — PAYMENTS TO CONSULTANT 5.1 Total compensation for Consultant's performance of the Services shall not exceed the amount of five hundred twelve thousand one hundred seventy dollars ($512,170). City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit "B," titled "Cost Proposal," which is attached hereto and incorporated herein by reference. 5.2 Consultant shall submit monthly invoices to City describing the Services performed during the preceding month. Consultant's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom, and a description of reimbursable expenses related to the Services. City 2 I: \cmo\Agreements\Dudek_P SA_W el lhead_Perchlorate_Treatm ent-PY22-0075.doc-j m l shall pay Consultant no later than thirty (30) days after receipt and approval by City of Consultant's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY: John R. Harris, MUED Director City of Redlands 35 Cajon Street, Suite 15A P.O. Box 3005 (mailing) Redlands, CA 92373 jharris@cityofredlands.org Phone: (909) 798-7658 CONSULTANT: Bob Ohlund, P.E., Vice President Dudek 3544 University Avenue Riverside, CA 92501 (949) 373-8313 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services. Consultant shall not perform any Services unless and until the 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 the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Consultant is self -insured or exempt from the workers' compensation laws of the State of California. Consultant shall execute and provide City with Exhibit "C," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount 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. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. 3 I:\cmo\Agreements\Dudek_PSA_Wellhead_Perchlorate_Treatment-PY22-0075.doe-jm 1 C. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000) per claim made. D. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Consultant owned vehicles used in connection with Consultant's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. E. Consultant is expressly prohibited from assigning or subcontracting any of the Services without the prior written consent of City. In the event of mutual agreement by the Parties to assign or subcontract a portion of the Services, Consultant shall add such assignee or subcontractor as an additional insured to the insurance policies required hereby and provide City with the insurance endorsements prior to any Services being performed by the assignee or subcontractor. 6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from injury or death to persons or damage to property to the extent caused by any negligent act or omission by, or the willful misconduct of, Consultant, or its officers, employees and agents in performing the Services. In no event shall the cost to defend charged to Consultant exceed Consultant's proportionate percentage of fault. Notwithstanding the foregoing, with respect to any professional liability claim or lawsuit, this indemnity does not include providing the primary defense of City, provided, however, Consultant shall be responsible for City's defense costs to the extent such costs are incurred as a result of Consultant's negligence, recklessness or willful misconduct. ARTICLE 7 — CONFLICTS OF INTEREST 7.1 Consultant covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Consultant's Services. Consultant further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; 4 I:\cmo\Agreements\Dudek_PSA_Wellhead_Perchlorate_Treatment-PY22-0075.doc-jml (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Consultant must disclose its financial interests, Consultant shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 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, including fees for the use of in-house counsel by a Party. 8.2 Consultant shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, result in City's immediate termination of this Agreement. 8.3 Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any its agents shall have control over the conduct of Consultant or Consultant's employees, except as herein set forth. Consultant shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Consultant are for its account only, and in no event shall Consultant or 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. Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Consultant have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Consultant of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be 5 I: \cmo\Agreements\Dudek_PSA_ W ellhead_Perchlo late_Treatment-PY22-0075. d oc-j m l 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. Upon receipt of a termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related 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. Consultant shall be compensated on a pro-rata basis for Services completed up to the date of termination. 8.5 Consultant shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Consultant. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Consultant. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, Califomia, and the federal courts located in Riverside County, California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. 8.9 The services to be performed by Consultant are intended solely for the benefit of City. No person or entity not a signatory to this Agreement shall be entitled to rely on Consultant's performance of its services hereunder, and no right to assert a claim against Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of Consultant's services hereunder. 6 I:\cmo\Agreements\Dudck_PSA_Wellhead_Perchlorate_Treatment-FY22-0075.doc-jm I IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. CITYLANDS s Paul T. Barich, Mayor ATTEST: ne Donaldson, City Clerk 7 DUDEK By: Bob hlund, P ., Yice President 1:IcmolAgreements\Dudek_PSA Wellhead_Perchlorate_Treatment-FY22-0075.doc jm1 EXHIBIT "A" SCOPE OF SERVICES [ATTACHED] 8 I:\cmo\Agreements\Dudek_PSA_Wcllhcad_ crchlorate_Treatment-FY22-0075.docjml DUDEK DETAILED SCOPE OF WORK Dudek and our subconsultants have carefully reviewed and collectively discussed the Scope of Work provided in the RFP. Sopping for the Preliminary Design Phase requires little modification. Where necessary, we have included optional items that we feel provide the City with added value. The scope of work for the Final Design Phase, however, is dependent on the results of the PDR; therefore, the approach and scope should be confirmed once the preferred alternative is selected. If the outcome of preliminary design favors changes to the approach and scope assumed for Final Design, Dudek will work with the City at that time to address any needs for a scope and fee amendment, if applicable. Consistent with the Scope of Work provided in the RFP, the following sections summarize the proposed scope of work for each project task. Black text is the scope of work as stated in the City's RFP, to which no additions have been made. Blue italics text represents assumptions, clarifications, and proposed optional scope items by the Dudek team. A detailed scope of work will be provided to the City upon selection of the Dudek team. The City and Dudek team will jointly develop a more detailed scope of work. The following should be viewed as a starting point for that scope's development. Detailed Scope of Work SOW-1 DUDEIC TASK 1 - PROJECT MANAGEMENT AND QA/QC Consultant will provide project management as outlined below, as a minimum. Task 1.1 - Project Kick -Off Meeting The project kick-off meeting will be scheduled immediately after receipt of a notice -to- proceed. At this kickoff meeting, project reporting/communication protocols will be established. An initial project construction schedule will be prepared including design, bidding, construction, and post construction activities. Also, any key technical issues will be discussed to establish the project guideline. This meeting will include the Consultant's Project Manager and Process Engineer. Consultant will prepare an agenda for MUED's review prior to the meeting. Consultant will draft meeting minutes with action items to be distributed within five working days following the meeting. This meeting is assumed to be held in -person at MUED's office. Dudek has not included scope or fee for post -construction activities. Kickoff meeting will include two (2) Dudek team members and two (2) N2W team members. Task 1.2 - Quality Assurance / Quality Control (QA/QC) Submittals for the Preliminary Design Report, 60%, 90%, and Final Design will be reviewed by a Consultant's senior manager knowledgeable in similar projects and not directly involved with the day-to-day project activities prior to delivery. The Senior Manager, as part of his/her review, will review the process and operation systems of the proposed treatment plants. Per our organizational chart, our team has designated Charles Greely, PE, LEED AP QSD as our QA/QC manager. Task 1.3 - Project Management This task addresses the management responsibilities associated with proper scheduling, budget control, invoice preparation and coordination with MUED and Consultant's project team. The City will be advised on the schedule impact of project technical decisions and the project design schedule will be consistently updated (on at least a monthly basis) to reflect current project status. The following meetings will be held at MUED's office in Redlands with the appropriate members of the Consultant's project team: ■ Task 1.1- Project kick-off meeting: in -person at MUED office; 2 Dudek + 2 N2W team members in attendance ■ Task 1.4 - Monthly (up to 12) Project Updates: virtual; 1 Dudek + 1 N2W team members in attendance ■ Task 1.5/2.7 - Preliminary Design review workshop, in -person at MUED office or at well locations; 3 Dudek + 2 N2W team members in attendance ■ Task 1.6 - Design review meeting (60% Design), virtual; 3 Dudek + 2 N2W team members in attendance ■ Task 1.6 - Design review meeting (90% Design), virtual; 3 Dudek + 2 N2 W team members in attendance ■ Task 1.6 - Design review meeting (Final Design), virtual; 3 Dudek + 2 N2W team members in attendance ■ Task 1.6 -Additional meetings (1): virtual; 3 Dudek + 2 N2W team members in attendance Detailed Scope of Work SOW-2 DUDEKK Task 2 - PRELIMINARY DESIGN REPORT Task 2.1 - Progress Meetings, and Updates Consultant will hold monthly conference call meetings. Consultant will prepare an agenda for MUED's review prior to the conference call meeting. Consultant will draft meeting minutes with action items to be distributed within five working days following the meetings. Consultant will also provide MUED weekly project updates which will consist of an email report. The weekly project updates will identify and discuss project issues, coordination efforts, action items, schedule, budget, and other items of concern. Dudek will create a standing monthly progress meeting (Zoom or MS Teams) with the design and MUED team, per Task 1.4. Task 2.2 - Preliminary Design Report Objective: Establish agreement on design criteria, perform utility research, identify permit requirements, identify requirements required from the City, create preliminary site layouts, and establish performance requirements and project approach. • Design criteria for the proposed ion exchange treatment systems, • Applicable codes and standard, including fire and safety codes, • Local building, planning, and zoning department requirements, • Permitting requirements, (Tasks 2.5 and 2.6) • Site consideration, flood elevations, drainage requirements, etc., • Preliminary site plan, layouts, and architecture, • We recommend holding a workshop at proposed treatment facility locations during the PDR phase to gain consensus on equipment layouts and any height/location/access constraints. • Architectural renderings, up to two rendering versions, will be provided showing the overall site, building elevations, and vessel elevations, - Dudek does not anticipate architectural renderings will be necessary and no buildings will be designed. Dudek will provide 3D CAD renderings to show tank elevations. • Process schematic, • Preliminary process and instrumentation diagrams (P&IDs), • Equipment design criteria, • On -site sodium hypochlorite disinfection system, and design criteria, - Dudek assumes the existing sodium hypochlorite disinfection system will require replacement. • Standby power requirements and design criteria, (Task 2.3) • Process and hydraulic systems, ■ Operational monitoring and control systems (SCADA requirements), - Dudek document SCADA requirements for each site. Dudek assumes City will use its own SCADA integrator for each well site • Electrical demands and systems, • Coordination with SCE to meet anticipated electrical demands, • Structural design criteria, - The City may opt for sunken slab design to help meet tank height restrictions. This will require additional structural evaluation, which has not been included in the current scope and fee. Detailed Scope of Work SOW-3 DUDEK ■ Miscellaneous support systems, ■ Utility research, (Task 2.4) ■ Preliminary drawing list, ■ Design concepts and alternatives as developed to meet project goals and objectives, ■ Proposed construction features and materials selection for proposed facilities. Materials will confirm to the City's standards and be coordinated with other City facilities to the greatest extent possible. ■ Project schedule including design, bidding, and construction activities, ■ Preliminary opinion of probable construction costs, and ■ Other elements of the project, as required, to achieve the project goals and objectives. MUED will review the findings in the report and provide input for finalizing the PDR. (Task 2.7) OPTIONAL TASK 1 - Rapid Small Scale Column Testing ■ We recommend the City include RSSCT as an optional task (refer to Approach section for information on the value of conducting RSSCT). Dudek will coordinate this effort with up to three (3) resin suppliers. The City will be responsible for sample collection and paying testing fees. Results of the RSSCT will be included as a section in the PDR. Preliminary design of the ion exchange systems will be based on the highest value resin and will provide the design team with estimated resin replacement frequencies, bases for supplier process guarantees, and grounds for preselection of ion exchange supplier(s). Task 2.3 - Evaluation of Cn iergei icy Standby Generator The Consultant will prepare a technical memorandum addressing the following information about features of power generators for this project: ■ Generator sizing, ■ Fuel tank sizing, ■ Noise compliance with City ordinance, ■ SCAQMD compliance, ■ Site space requirements, ■ Auto transfer switch and electrical The standby generator memo will be a separate TM and can be included as an appendix to the main PDR. It is assumed that a single standby generator will be required at each location to power all onsite equipment. AQMD permit application fees are the responsibility of the City. The standby generator specification will require the selected contractor to procure the AQMD certified genset. Task 2.4 - Utility Research The Consultant will research and obtain available maps for water, sewer, electrical, gas, telephone, storm drain, cable TV, and other known utilities in the project area, to plot the available utility information on base maps. Data relevant to the engineering work to be performed will be identified, collected, and assembled. The primary purpose will be to identify data required from the City, utility companies, permittees, agencies with a vested interest in the project and other sources to ensure that the design proceeds in accordance with the requirements of the many entities involved. Information will include, but not be limited to, existing maps, reports, record drawings and other data that are readily available in hardcopy or electronic format. A list of all the requested documents collected under this task, including a brief item description, will be provided to the City. Detailed Scope of Work SOW-4 DUDEI< Dudek will create a formal information request log to track requests and delivery of information. A ShareFile or OneDrive fife sharing system will be created by Dudek and used by the team to transfer and store large files. Dudek will coordinate with the City any required survey and potholing. Task 2.5 - Permitting In accordance with the permit requirements, Consultant shall obtain permits from affected agencies for construction of the project. Consultant shall submit detailed plans, as required, to assist the affected jurisdictional agency. Consultant will include a table with a list of affected agencies and include any agency special requirements that may impact the project and timeframe for acquiring required permits. Dudek anticipates affected jurisdictional agencies to include DDW,. Building and safety permitting effort has not been included in this scope of work. Coordination with additional agencies will require additional scope and a fee amendment. Task 2.6 - CEQA Consultant will prepare California Environmental Quality Act (CEQA) compliance document. It is anticipated that a Mitigated Negative Declaration (MND) will be the appropriate CEQA environmental determination for this project. This will be confirmed during the development of the PDR. Our approach is to pursue a Categorical Exemption (Optional Task 2). However, it is prudent for the City to plan for an MND. Dudek has the resources to provide the items listed below in the development of an MND. Dudek to prepare CEQA compliance document. It is assumed that a Categorical Exemption will be the appropriate environmental document for this project based on CEQA Guidelines §15302 and 15303. Dudek will prepare a justification memo with brief project description and complete the exemption form on behalf of the City. To accomplish the goal of CEQA compliance for the City, four tasks are identified as follows: Task 2.7 - Review Workshop of Draft Updated Preliminary Design Report Anticipate three (3) City reviews of the draft PDR. Consultant will hold one 4-hour workshop for the initial submittal of the Draft Preliminary Design Report in order to walk through the treatment process, equipment, and 0&M procedures in detail, along with pros and cons of the different ion exchange media options available in the marketplace. Consultant's Project Manager and Process Engineer will participate in the meeting. Consultant will prepare an agenda for MUED's review prior to the meeting. Consultant will draft meeting minutes with action items to be distributed within five working days following the meetings. Consultant will hold one additional workshop prior to finalizing the PDR. Consultant will submit 5 copies and a PDFfile for each submittal. We recommend adding an in -the -field workshop during the PDR phase to review options and determine the extent of any visual impact mitigation measures (e.g., screening of tanks, sunken foundation design, etc.). This workshop can be extended to the proposed treatment facility near Church Street Weil if necessary. Our schedule includes 3 rounds of City review of the draft PDR, with each City review period lasting 5 working days. Detailed Scope of Work SOW-5 DUDEIC Task 2.8 - Final Updated Preliminary Design Report Consultant will submit 5 copies and a PDF file along with one copy in electronic Microsoft "Word" format of the Final Updated PDR. Dudek assumes that no final design report presentation is required. Task 2.9 -Treatment Equipment Recommendation The City is requesting that the Consultant pays high attention to the treatment equipment in the preparation of plans and specifications as described below. Vessel Selection Specifications Based on the finding during the updated PDR task, the Consultant will prepare specifications and preliminary drawings for the selection of the treatment vessels and appropriate appurtenances. The Consultant will take into consideration MUED's experience with past treatment equipment for similar application. The Consultant will also review other treatment equipment available in the industry today. The Consultant shall recommend to MUED the treatment equipment suitable for this application based on performance, historical data, lead time, and costs. Upon conferring with MUED and obtaining MUED's input, the Consultant shall prepare the specifications for the recommended treatment equipment OR EQUAL. As noted in our Approach, we agree with the City that the vessels and ion exchange system as a whole require special attention. We recommend pre -qualifying the ion exchange vendors based on past City experience and the results of RSSCT. We will prepare specifications and designs to meet the City's project needs. These may include preselection, prequalification, process guarantees, and/or material requirements. TASK 3 - FINAL DESIGN Our Final Design scope of work is based on several assumptions discussed below. This scope of work is subject to change if the results of the PDR direct the team toward a different final design scenario. Please view the following only as preliminary assumptions. Final design scope of work will be refined after the PDR phase of the project. We are assuming the PDR phase will indicate that one (1) treatment system will be designed and constructed. One IX treatment system will be located at Well #39 and have the ability to treat flow from both Well #38 and Well #39. The new treatment facility will include: • Pre-treatment bag or cartridge filters (1 duty + 1 standby), • Packaged Ion Exchange (IX) Treatment System, Lead -lag trains, Valve manifold for alternating lead and lag vessels, Industry standard appurtenances, including fill lines, manways, pressure gages, rupture discs, and manual valves, ■ instrumentation limited to flow switch and differential pressure gages, - New flow meters, pressure gauges, and pressure transmitters • Chemical feed, - Review existing chemical feed system and propose additional or updated equipment where including items listed below, necessary Detailed Scope of Work SOW-6 DUDEI( New sodium hypochlorite storage and dosing system, Chemical injection point(s), - Chlorine residual analyzer, • PLC controls, • Associated work, • Analysis, recommendations, and design related to pressure zone changes, - Dudek's current scope of work assumes that the existing pumps at each site will have capacity to accommodate the additional headloss through the ion exchange system with minor modifications (e.g. replace pump impeller). Our scope and fee will need to be amended if the PDR finds that new pumps and new electrical systems are required. • Site work and piping, ■ Electrical and Instrumentation & Control, and ■ Backup generators (evaluate fixed vs. portable). The Scope of Work will be based on the following assumptions: 1. Consultant will prepare bid documents for one (1) construction contract. 2. If any construction takes place within public rights -of -way, review by MUED is required, 3. Five copies of project deliverables along with an electronic Microsoft "Word" and PDF will be submitted unless otherwise noted. 4. It is anticipated that the results of the CEQA Initial Study will be a Mitigated Negative Declaration. We will include preparation of an MND in our base scope of work as well as scope for preparing a Categorical Exemption as an optional task. 5. MUED will pay all outside agency application and permit fees. 6. MUED staff will distribute Construction bidding documents through PlanetBids and maintain an active bidders list. Consultant will tabulate bids, and evaluate bid documents of the top three bidders, confirm the contractor's license, and verify references, and make a recommendation for award to the lowest responsible bidder. Dudek will include Bidding Support Services as a scope item (Task 3.4.4). As noted in our Approach, we recommend that the City pre -qualify potential Contractors. Dudek has included as Optional Task 3 coordination with these Contractors and discussion on constructability, cost, and schedule. Task 3.1 -Topographic Survey Consultant will perform aerial and ground topographic survey and prepare base maps with 1-ft contours developed for the treatment plant site (1" = 20' scale). The work includes survey to tie in the horizontal and vertical positions of any potholed utilities. Task 3.2 - Potholing Existing record drawings shall be reviewed to locate on the topographic maps all known underground utilities. Field verification will be performed by Consultant to visually confirm utility locations by features visible from the surface. At Detailed Scope of Work SOW-7 DUDEK certain key locations, potholing of critical areas and follow-up survey services may be required. For purpose of this RFP, Consultant should assume that a total of six potholes (four less than 5 feet deep, one 5 to 8 feet deep, and one 8 to 11 feet deep) will be performed for utility verification and pavement repair (where applicable). The consultant will need to obtain all required permits to perform the work within the project area. Task 3.3 - Geotechnical Investigation Consultant will perform a geotechnical investigation that will include the following: • Review of available geotechnical investigation reports for the existing sites. • Drill two (2) test borings to depths of 10 feet below ground surface and 20 feet below ground surface. • Laboratory testing on selected soil samples to evaluate the pertinent engineering characteristics of the soils underlying each site. • Development of seismic design criteria developed for each site in accordance with the latest CBC Standards. • Evaluation of the field and laboratory data to develop conclusions and recommendations for foundation design, general site grading, pavements, and settlements due to structural loads and newly placed fill. • Preparation of a written report presenting the results of field and laboratory investigations with conclusions and recommendations. The consultant will need to obtain all required permits to perform the work within the project area. The above -references tasks 4.2 Topographic Survey, 4.3 Potholing, and 4.4 Geotechnical Investigation shall be conducted as early as possible in the design process to enable the Consultant to base 60% plans on the findings of these tasks. Each of our survey, potholing, and geotechnical subconsultants has reviewed the City's RFP for this project and, with Dudek's direction, has provided detailed scopes of work based on many project -specific assumptions. Detailed scopes of work for survey, potholing, and geotechnical subconsultants are provided in the Appendix of this scope of work. Task 3.4 - Contract Documents Final Design of the facilities will proceed based upon the approval of the final updated PDR. The Final Design will incorporate the design criteria and technical approach presented in the PDR. The detailed Final Design will produce contract documents for public bidding of the project. The contract documents will include front-end documents, technical specifications, and contract drawings. Consultant will prepare the front-end documents using MUED's standards which will be reviewed to confirm as it references the technical specifications. Technical specifications will be prepared using Construction Specifications Institute - CSI format for all equipment, materials and services required for construction of the project. Upon completion of the design, the specifications will be submitted to MUED in Microsoft "Word" format on a CD-ROM. Contract drawings will be prepared on MUED standard sheets (24" x 36") using AutoCAD 2018. MUED standard details will be used, where applicable. Ail designs will be in accordance with building, plumbing, electrical, mechanical, and structural design codes current at the time detailed design is started. Plans and profiles shall be shown for all buried pipes 12-inches in diameter and larger. Detailed Scope of Work SOW-8 DUDEK All drawings will be signed and stamped by the engineer registered in the State of California responsible for their preparation. Task 3.4 will be broken into subtasks based on design level. Deliverables will include plans, specifications, and cost estimates. The bid package will be submitted to the MUED for review and comment at the following milestones: Task 3.4.1 - 60% Submittal: The 60%submittal will include demolition, civil, mechanical, architcctural, structural, electrical, and instrumentation drawings; typically, this will include more developed plans, preliminary sections and a first draft of standard details. A detailed Building Information Model (BIM) or 3D CAD will be developed to ensure there are no conflicts with all facility components and appurtenances. A draft of the front-end specification documents and a table of contents for technical specifications will be prepared for this submittal. A preliminary Engineer's construction estimate will be prepared. Task 3.4.2 - 90% Submittal: The 90% submittal will incorporate MUED's comments from the 60% submittal and include substantially completed plans and sections, updated BIM or 3D CAD, and substantial completion of the specifications for the MUED's review and comment. The Engineer's construction cost estimate will be updated based on 90% design level. A preliminary construction schedule will be submitted. • Task 3.4.3 - Final Submittal: The Final submittal will incorporate MUED's comments from the 90% submittal and include complete plans and sections, BIM or3D CAD, and specifications for the MUED's final review and comments, including an updated Engineer's construction cost estimate, and project schedule. • Task 3.4.4 - Bid Documents: Bid documents will include the design drawings submitted on mylar, 24- inch by 36-inch, signed and stamped sheets. Final signed specifications, project construction cost estimate, and project schedule will be included. • Dudek will tabulate bids, and evaluate bid documents of the top three bidders, confirm the contractor's license, and verify references, and make a recommendation for award to the lowest responsible bidder. Our proposed schedule allows the City ten (10) working days to review each submittal followed by a Design Review Meeting. The short review period is required to meet project schedule. ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Consultant will prepare an opinion of probable construction cost (EOPCC) for the facilities designed. The preliminary construction cost estimate will be prepared based on the 60% and 90% plans. Upon completion of design, the construction cost estimate will be updated to reflect any design revisions made between the 90% plans and the Final submittal. The construction cost opinion will use the current Construction Cost Index for the Los Angeles County region. The estimate shall be adjusted to consider current construction climate, materials, and labor costs. Dudek's EOPCC will be included with submittal of 60%, 90%, and final plans, specifications, and estimates (PS&E): Deliverables Consultant will submit the following documents: ■ 60% Submittal: 5 copies of full and half-size drawings and a PDF of the draft spec, construction cost estimate, and project schedule, • 90% Submittal: 5 copies of full and half-size drawings, a PDF of the draft spec, construction cost estimate, and project schedule, Detailed Scope of Work SOW-9 DUDEK ■ Final: 5 copies of the final full and half-size drawings, 2 sets of bound specifications, and a PDF of all final documents including an updated construction cost estimate, and project schedule. • Bid Documents: One set of signed mylars of the plans. A PDF file and Microsoft "Word" fife of the project specifications, project cost estimate, and project schedule, will also be provided. TASK 4 - WATER TREATMENT OPERATION'S PLAN Consultant will assist with providing supporting documentation for the City to obtain an Operating Permit Amendment from the State Water Resources Control Board (State Board) Division of Drinking Water (DDW). Operations Plan Consultant will develop one Operations Plan for the Treatment Projects for Church Street Well, Orange Street Well, Well #38, and Well #39. The Operations Plans will include the following components: • Water Quality, • System & Controls, • Treatment System I. Chemical Feed Equipment, • Product Water Discharge and Bypass System, • Ventilation/Alarm System. Within these components, the Operations Plan will describe the following: • Unit processes (pre -filters, ion exchange, chlorination), • Reliability features, • Component condition assessment procedures, • Performance monitoring plan, including sampling plan, and required laboratory procedures, • Unit process equipment maintenance and inspection program, • Procedures to determine chemical dose rates, • Plan and watershed emergency response plan (provided by MUED). Consultant will coordinate with MUED on the development of the Operations Plan and will provide Draft copies of the Operations Plan for MUED's review at 60% and 90% completion level of the Operations Plan. Consultant will incorporate MUED's review comments from the 60% and 90% submittal and submit a final copy to MUED for inclusion in the MUED Operating Permit Amendment application. MUED will be responsible for submitting the Operating Permit Amendment to the State Board's Division of Drinking Water (DDW) and pay all permit fees. Deliverables Consultant will provide the following deliverables: Detailed Scope of Work SOW-io DUDEK • Draft (60% completion) Operations Plan, three (3) hard copies and an electronic file in PDF format, • Draft (90% completion) Operations Plan, three (3) hard copies and an electronic file in PDF format, • Final Operations Plan, three (3) hard copies and an electronic file in PDF and Microsoft "Word" format. Dudek recommends that the Water Treatment Operations Plan (WTOP) be developed in parallel with the construction of the treatment facilities to allow for inclusion of most updated equipment and materials resulting from final design and submittals. Ten (10) days for City and DDW draft WTOP review have been included in our proposed project schedule. Our proposed schedule includes a construction schedule. However, it is noted here that our scope and fee do not include engineering services during construction or construction management. These services can be provided by Dudek under contract amendment or separate contract. Detailed Scope of Work SOW-11 DUDEK Appendix - Survey, Potholing, and Geotechnica! Scopes Detailed Scope of Work SOW-12 DUDEK Survey Scope of Work Topographic Survey A design level Topographic Survey (conventional field survey) will be provided for the area as outlined in the aerial picture shown on Exhibits 'A" - "D" (the Site). The boundary component of the survey will include a field boundary verification denoting current property lines and easements of record as shown on current recorded maps, as available. The items to be included are as follows: Survey Control 1. The vertical control will be based on the North American Vertical Datum of 1988 (NAVD 88). A local municipal benchmark will be used, if available. 2. The horizontal control will be based on the California State Plane Coordinate System of 1983 (NAD 83). Survey Features 3. Survey observations will be taken on a 50-foot natural ground grid and 25-foot finish surface grid to create 1-foot contour intervals. Spot elevations will be at back of walk/sidewalks, top of curbs, flow lines, gutter edges, street crowns, high/low points, top and toe of slopes, grade breaks, finish floors, driveway aprons and handicap ramps. 4. Spot elevations to determine the water flow of adjacent streets and catch basins that terminate or commence offsite and flow within the Site. 5. Location of signing and striping within the Site. 6. Location of trees over 6 feet in height, regardless of caliper, within the Site. Utilities 7. Location, elevation, size, and type of visible above ground utilities within the Site and within 25 feet on adjacent properties, if access is allowed. 8. Flow line invert elevations and sizes of drain inlets, sanitary sewer and storm drain manholes adjacent to the Site, unless bolted down. 9. Nearest public fire hydrants within the Site. If none are within the Site limits, the nearest two shall be provided. 10. if marked, existing utilities that are identified as painted striping from USA markings will be surveyed. 11. The research and plotting of record underground utilities and the hiring of an underground utility locating company are not included in this proposal. Survey of Utility Potholes (If Applicable) 12. Calvada will survey up to 10 potholes in a separate mobilization after they have all been completed. Exhibit and Legal Description Preparation (if Applicable) 13. An exhibit and legal description will be prepared for future land acquisition. Calvada will be responsible for the preparation of legal descriptions & plats of any required easements/takes but not for the acquisition of the property or the recordation of the documents. Detailed Scope of Work SOW-13 DELIVERABLES 1. AutoCAD (Civil 3D) drawing, version 2018 or lower, including 3D surface file(s). 2. Signed and stamped PDFfile. DUDEK Detailed Scope of Work SOW-14 DUDEK Potholing Scope of Work AirX Utility Surveyors, Inc. (AirX) submits the following Agreement Proposal for the subject project to locate existing utilities. Available tasks are described below. See the attached fee summary sheet for the assumed task requirements and fee estimates. AirX shall provide Utility locating, USA markout and pothole layout, potholing, traffic control plans, permits, equipment and all materials in support of this mission. Please contact us immediately if that is not the case. No equipment shall be left on site and all materials and work for a given work area will be opened and completed on a daily basis. Training & Staff AirX takes pride in the fevel of professionalism and skill exemplified by our field crews and staff. Our ongoing training programs consist of: 40 Hour HAZWOPEI?, NUCA Confined Space Entry, Competent Person, Traffic Control Technician/Flagger and Emergency First Aid/CPF1. Job site and public safety are always our top priority. Project Management, Report Preparation, Research & Drafting AirX provides a civil engineer for project management, record research, pre -marking, and field meetings. Utility record research, land survey and drafting services in Auto CAD are also available. Traffic Control AirX provides an all-inclusive traffic control service. We furnish AutoCAD-rendered Traffic Control and Right of Way Plans (ROW) to facilitate permit approvals from city and state agencies. AirX has the highly -skilled and certified technicians and work zone flaggers to manage vehicle traffic. Equipment Set-up and tear down are part of this service. Potholing (Level A) AirX fees to pothole existing utilities vary according to depths. AirX will pothole to the top of pipes, and to the top and bottom of encasements, however the bottom depths of pipes will need to be calculated. Potholing includes excavation, visual observation, setting witness point, backfill, patching and documentation of depths and location of the utility on a record data sheet. AirX assumes a depth for this estimate but the final invoicing will reflect the actual cost and depths found. See the attached summary sheet for estimated depths and costs. Geophysical Locating (Level B) AirX will pre -mark all of the pothole locations and notify Underground Service Alert (USA). AirX will pothole the facilities in accordance with USA Markout. if the requested utilities are not found or if USA Mark -out is incomplete and cannot be verified by AirX, you the Client will be notified. AirX does provide additional locating upon request. it is our experience that the location of PVC and ACP water utilities are often the most difficult to determine for pothole operations. AirX can provide locating crews that carry many different pieces of locating equipment, including ground penetrating radar and CCTV locating camera equipment. The equipment is state of the art, but limitations exist with each piece of equipment depending on such factors as soil conditions, conductivity of the existing utility, depth and size of the utility, and congestion within the area of other utilities. USA does not mark out any gravity utilities except at the discretion of the presiding utility owner. This usually applies to storm drain, collector sewer and sewer laterals (gravity by nature), and some utility owners are not members of USA. AirX provides duct rod locating with a sonde transmitter and receiver and/or a tractor driven CCTV with locating and lateral launching system used to identify positioning of sewers and sewer laterals. For Locating and/or CCTV work please call for a quote. Utility Locating by Surface Visible Feature Survey (Level C) AirX can provide the incorporation of visible features into the Level B survey. It is assumed that topographic mapping with the incorporation of surface features and utility mark outs, manholes, valve box covers, vaults, hand holes, pedestals, switches, transformers, placarded panels and meters will already have been performed and made available to AirX. AirX will check and annotate on the plotted utility survey or civil drawing the approximate location of undocumented facilities for later identification by land surveyors. Land survey and mapping service are also available, please contact us for a quote. Detailed Scope of Work SOW-15 DUDEI< Limitations AirX will make every effort to locate and mark -out the utilities in the requested area in the time allowed. Some limitations exist with locating methods based on the type of soil conditions encountered: Heavy cobble, groundwater, rock or dense clay soil conditions and buried debris that may render locating useless. Closely aligned but unrelated facilities may distort the surface field manifestations and yield phantoms or null fields. If adverse conditions are encountered AirX will cease the current operation and attempt to contact the client for further directions. AirX requires access to as many as -built drawings, architectural site and building plans as can be acquired. Utility mark out will reflect the alignment and horizontal positioning of the utility only. Estimated depth determinations for this project can be provided but are not considered reliable due to the number of interfaces penetrated and actual depths should only be determined through potholing or submarine visual measurement. Should litigation at law or equity, including an action for declaratory relief, be brought to enforce or interpret any term or provision of this Agreement Proposal, or to collect any portion of the amount payable under this Agreement Proposal, all litigation and collection expenses, witness fees and court costs, including attorney's fees, shall be paid to the prevailing party. The Client shall indemnify and hold AiRX harmless with regard to all liability or claims of any kind, including all investigation and defense costs, connected directly or indirectly with this project. Additional Notes, Fees and Exclusions: • ALL PERMIT FEES WiLL BE CHARGED BACK TO THE CLIENT AT COST PLUS 10%. THIS INCLUDES ANY DEPOSITS, BONDS, OR OTHER ASSOCIATED FEES THAT MAY BE REQUIRED. AirX cannot guarantee turn -around times for permit process. • This estimate INCLUDES the provision for prevailing wage, applicable to all field work. Prevailing Wage rates are set by the California Department of Industrial Relations (DIR) and subject to change annually per DIR regulations. Federal prevailing wage rates will also apply, if applicable. • DiR Determination: SC-102-1184-1 Craft: Horizontal Directional Drilling (Laborer) was used for the Project Management, Potholing, Locating and Traffic Control Flagging rates. if the Determination used is not correct, you must notify AirX Utility Surveyors immediately, so we can revise the estimate. • This estimate is only based on limited information provided. Adjustments, changes and response to field conditions may incur added costs. Final invoicing will reflect actual work hours performed and services provided. • AirX wilt make a good faith effort to locate and mark all utilities. However, due to utility depths, types of material, etc. some utilities may not be locatable or found. AirX requests that as-builts or maps be provided. • Client to facilitate access to site. We also request that access be provided to any utility cabinets or facilities in the area. • Potholing and Excavation rate applies to typical conditions of asphalt or concrete surface material 6" - 8" in depth and diggable soil conditions. Excessive surface material, concrete beneath asphalt, cobble, dense clay, CTB base, slurry, caliche or another medium will be charged at the hourly rate listed on this estimate. • Utility Locating: Minimum charge of 2 hours for Locating. Locating includes electromagnetic, magnetic, sonic locating equipment. Also, GPR, duct rods, hand tools, gas testers, blowers & miscellaneous equipment pertinent to the trade. • Utility Re -Marking: Utilities previously marked and subsequently lost due to conditions beyond our control shall not be the responsibility of AirX. Re -marking will be charged at the utility locating rate indicated on the estimate provided. • This estimate is under the assumption that all potholes will be no more than 5' in depth. If deeper, it will be charged at the hourly rate above. • This estimate is under the assumption that 8hrs of work can be performed on site daily. If work hours are reduced, this estimate will need to be revised. • The Traffic Control has been estimated 6 Sheets only for this quote but will be billed @ actual required. Detailed Scope of Work SOW-16 DUDEK • Traffic control and Right of Way plan drawings are on 11'x17" sheets. If D Sheets are required, additional fees will apply. If the TC plans are required to be prepared and approved by a Registered CA Civil Engineer, the cost is $250 per sheet, plus $120 per hour travel time. • PE Stamps are not included. if required, please ask for a revised estimate. • Standard traffic control includes all signs, cones, barricades, sign stands and caution tape and 1 arrowboard, unless otherwise specified. Specialty equipment such as non -typical signage, crash barrels, message boards or K-Rail is available @ cost, plus 10%. • AirX can provide certified flagman or additional laborers as needed at a rate of $150 per man/hour. • This estimate includes up to 2 - AC Hot Patches with a 3' x 3' T Cut only. Cap & Grind Excluded. If required, please ask for a revised estimate. • The client will be responsible for providing a detailed pothole layout prior to field work beginning. • This estimate includes hauling and dumping of excavated material daily. • Materials: Pricing allows for backfill of sand & Class I! Base only. Also includes patching with AC Cold Patch. Please request revised quote if other backflll, patching material or AC Hot Mix/Grinding is required. • Railroad Right of Way: Railroad Protective Liability Insurance will be required for all work within railroad right of way and may require Railroad -designated flagging and utility mark -out personnel. Coordination of personnel may affect schedule of work. Final fees will be paid for byAlRX and charged back to the Client at cost plus 10%. • Hazardous Spoils: Testing, Storage, and Disposal of any material, hazardous or otherwise, will incur additional charge and based on project requirements. If required, fees will be paid for byAirX and charged back to the Client at cost plus 10%. • Specialty training, due to project requirements, may incur added time and cost and affect schedule of work. • Work within Caltrans, railroad, environmentally sensitive or contaminated areas may incur additional costs. • Night work, if required, will incur additional cost for balloon lighting, generators and barricade lights. • All rates are based on a standard 40-hour work week. Overtime, double time or holiday rates will apply, if applicable. • Project Management: Includes USA mark -out & standby coordination, QA & QC of pothole locations and Pre -Con Meeting. • Payment terms are 30 days from date of invoice, plus 1.5% per month thereafter. Detailed Scope of Work SOW-17 DUDEK Geotechnical Services Scope of Work Task !: Project Set-up As part of the project set-up, staff personnel from our office will conduct the following. • Perform site reconnaissance to verify existing conditions. • Review existing geology/geotechnical reports for the property or in the vicinity (if available). • Stake/mark the boring locations in the field such that drill rig access to all the locations is available. ■ Obtain a no -fee permit from the City of Redlands Public Works Department to drill within their right-of-way. ✓ Notify Underground Service Alert (USA) at least 48 hours prior to drilling to clear the boring location of any conflict with existing underground utilities. Task 1!: Subsurface Exploration Our subsurface exploration will consist of drilling exploratory borings. The purpose of the borings will be to: • Obtain subsurface information at the site. • Obtain undisturbed and bulk samples of the various soil types for laboratory testing. • Record depth to bedrock or groundwater (if encountered). We plan to drill one boring to 10.0 feet below the existing ground surface. if refusal is encountered before the planned depth is reached, the boring will be terminated at that depth. The boring will be drilled with a truck -mounted (CME 75 or equivalent) rig equipped with 8-inch diameter hollow -stem auger for soil sampling. Relatively undisturbed ring and bulk samples of the subsurface soils will be obtained at frequent intervals in the boring. The undisturbed samples will be obtained with a California Modified Sampler (2.4-inch inside diameter and 3.0-inch outside diameter) lined with thin sample rings. The soil will be retained in brass rings (2.4 inches in diameter and 1.0 inch in height). The central portion of the sample will be retained and carefully sealed in waterproof plastic containers for shipment to our laboratory. Bulk soil samples will be collected in plastic bags and brought to our laboratory. The mechanically driven hammer for the sampler is 140 pounds, falling 30 inches for each blow. The number of successive drops of the driving weight ("blows') required for each 6 inches of penetration will be shown on the boring log. The boring will be backfilled with soil/cement mix. If construction is delayed, we recommend the owner monitor the boring site and backfill any settlement or depression that might occur or provide some protection around the area of the boring locations to prevent trip and fall injuries from occurring near the area of any potential settlement. Task 111: Laboratory Testing Laboratory testing will include, but may not be limited to, the following. • In -place moisture and density • Expansion index • R-Value • Sieve analysis • Laboratory maximum density • Direct shear Detailed Scope of Work SOW-18 DUDEK Task 1V:: Engineering Analyses and Report Preparation Data obtained from the exploratory boring and the laboratory testing program will be evaluated. Engineering analyses will be performed to develop design and construction recommendations that will be presented in a geotechnical investigation report. Each report will include the following items. • A description of the field procedures used in the investigation. • A discussion of the materials encountered in the exploratory borings and their engineering properties • Logs of the exploratory boring summarizing the soil conditions encountered and a plan indicating the locations of the boring. • Depth to groundwater, if encountered, and its impact on the proposed development. • Discussion on the laboratory test results, including soils corrosivity. • Seismic coefficient based on 2019 CBC. • Discussion on liquefaction and other secondary effects of earthquake (based on available data). • At -rest, active and passive earth pressures. • Total and differentia! settlement. • Allowable soils bearing capacity. • Mat foundation design recommendation. • Minimum footing embedment. • Temporary excavation slopes recommendation, if any. • Site Grading recommendation. • Fill and backfill materials placement and compaction. • Pavement design for access road. • At grade slab design. • Soil parameters for pipe design. Detailed Scope of Work SOW-1.9 EXHIBIT "B" COST PROPOSAL [ATTACHED] 9 I:\cmo\Agreements\Dudek_PSA Wellhead_Perchlorate_Treatment-FY22-0075.doc-jml =a .uesina, 01 01 01 01 eLtFnviavi�ia�IYiS21 1+ 8 1-• 0 A O N 0 0 to. 0 0 0 A 8 0 pN M N 0 0 VF M N .14 M 10 t➢ 0 Aa wpon'>ta 1A. u t s" two 00 m "rNn a u N N N m N ti N ti 1. N W m 5 N u N u N N a a AQ u m N m u u a U 8 N N N N N N A N N A i1t A W � m N 0 0 0 N N N @ p� W W N W W 8m o o a a A N mu u A CO CO tiPA A A W@ W~ 0 0 'd N N. 6SKI o 8 Nn P. A 9 A8 8 $A888888 mamas &�o�mvo a o 0 0 61 g" o 0 o a o a W w tV'+ N A W W P88 8 8o 888 g N w O O 9 A A 8 a o o g pNaGd G O -1 �1 -1 o o O O o 1-� H 8go S 3m 151U CO phi IaLu1a., i E ai N _ EXHIBIT "C" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE I am aware of the provisions of Section 3700 of the Labor Code which reejeJ quires every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code §1861). I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. DUDEK By: Bob Ohl nd, P.E, Vice President 10 Date: \ A1'2- I: lcmolAgreements\Dudek_PSA_Wellhead_Perchlorate_Treatment-FY22-0075.doc jm1 Acoun CERTIFICATE OF LIABILITY INSURANCE L.------ 8/28/2023 DATE(MMIDDNYYY) 8/17/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. HOLDER. THIS BY THE POLICIES AUTHORIZED IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 kctsu@lockton.com CON PHONE FAX NC Exfl: (NC. No): -MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER a:Zurich American Insurance Company 16535 INSURED DUDEK 1474534 605 THIRD STREET ENCINITAS CA 92024 INSURER a: American Guarantee and Liab. Ins, Co. 26247 INSURER c : Continental Casualty Company 20443 INSURER D: INSURER E : INSURER F ; 5 CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDL INSD 9UBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GL00146311 8/28/2022 8/28/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR r'r' ETe RENT r PREMISES(Ea occurrence) $ 100,000 MED EXP (Any ono person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES X PER: GENERAL AGGREGATE $ 2,000,000 $ 2,000 000 PRODUCTS - COMP/OP AGG $ A AUTOMOBILE x LIABILITY ANY AUTO OWNED SCHEDULED Y y BAP0146329 8/28/2022 8/28/2023 COa MaBcNtlEenSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per parson) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTnt)Y DAMAGE (Per OPERT $ XXXXXXX $ XXXXXXX B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y AUC0146407 8/28/2022 8/28/2023 EACH OCCURRENCE $ 1 000,000 AGGREGATE $ 1,000,000 DED RETENT ON$ $ XXXXXXX A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If describe under DESCRIPTION OF OPERATIONS below YIN N NIA y WC0146330 8/28/2022 8/28/2023 X PERCTH STATUTE E.L. EACH ACCIDENT $ ],000,QQO E.L. DISEASE - EA EMPLOYEE $ 1.000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 C PROFESSIONAL LIABILITY N N EEH591932835 INCL POLL 8/28/2022 8/28/2023 I'ER CLAIM $ 1,000,000 AGGREGATE $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached if more space is mquir d) ALL OPERATIONS. THE CITY OF REDLANDS ARE ADDITIONAL INSURED ON GENERAL AND AU't0 LIABILITY COVERAGE ON A PRIMARY, NON- CONTRIBUTORY BASIS AS REQUIRED BY WRITTEN CONTRACT. WAIVER OP SUBROGATION IN FAVOR OF THE ADDITIONAL INSURED APPLIES ON WORK COMP, GENERAL, AUTO AND UMBRELLA LIABILITY COVERAGE AS REQUIRED BY WRITTEN CONTRACT AND WHERE ALLOWED BY LAW. COVERAGE IS SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY. CERTIFICATE HOLDER 16762084 CITY OF REDLANDS 1270 W PARK AVENUE, BLDG A REDLANDS CA 92373 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIV Al 4 a ©1988L2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code: D574649 Certificate ID: 16762084 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization ZURICHJ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GL00146311 Effective Date: 8/28/2022 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT, AGREEMENT OR PERMIT. ALL LOCATIONS Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2169-A CW (02/19) Page t of 2 Attachment Code: D574649 Certificate ID: 16762084 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. With respect to the Insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily Injury" or "property damage" occurring after: 1. All work, Including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission, U-GL-2169-A CW (02/19) Page 2 of 2 Atta hment Code: D574650 Certificate ID: 16762084 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 WC0146330 Dudek 8/28/20228/28/2023 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION YOU ARE REQUIRED TO WAIVE YOUR RIGHTS OF RECOVERY IN A WRITTEN CONTRACT, AGREEMENT OR PERMIT WITH THE NAMED INSURED. WC000313 (BEd. 4-84) 1983 National Council on Compensation Insurance. Attachment Code: D574651 Certificate ID: 16762084 POLICY NUMBER: BAP0146329 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: DUDEK Endorsement Effective Date: 8/28/2022 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CA20481013 © Insurance Services Office, Inc., 2011 Page 1 of 2 Attachment Code: D574651 Certificate ID: 16762084 Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 2 of 2 Attachment Code: D574651 Certificate ID: 16762084 POLICY NUMBER: BAP0146329 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: DUDEK Endorsement Effective Date: 8/28/2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION YOU ARE REQUIRED TO WAIVE YOUR RIGHTS OF RECOVERY IN A WRITTEN CONTRACT, AGREEMENT OR PERMIT WITH THE NAMED INSURED. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Attachment Code: D574648 Certificate ID: 16762084 Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol, Exp. Date of Pol. Eff. Date of End. Producer Add'1 Prem. Return Prem. 0L00146311 8/28/2022 8/28/2023 8/28/2023 37385000 INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. It-GL-925-E CW (12/01) Page I of 1 Attachment Code: D589214 Certificate ID: 16762084 Other Insurance Amendment — Primary And Non -Contributory ZURICHb Policy No. Eff. Date of Poi. Exp. Date of Pat, Eff, Date of End. Producer No. Add'l. Prem Return Prem. GL00146311 8/28/2022 8/28/2023 8/28/2022 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: DUDEK Address (including ZIP Code): 605 THIRD STREET ENCINITAS CA92024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1327-B CW (04/13) Page 1 of 1