HomeMy WebLinkAboutAgenda Report - April 4, 2012 C-07AGENDA ITEM G47
A% CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt ResolutionAuthorizing City Managerto ExecuteAmended Professional
Services Agreement with HDR Engineering, Inc., of Folsom, for Construction
Administration Services for Surface Water Treatment Facility ($9,111)
MEETING DATE: April 4, 2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute amended
professional services agreement with HDR Engineering, Inc., of
Folsom, for construction administration services for Surface Water
Treatment Facility, in the amount of $9,1 11.
BACKGROUND INFORMATION: City Council adopted a resolution on October 20, 2010, approving
the contract for construction administration services for the Surface
Water Treatment Facility Project with HDR Engineering, of Folsom.
Over the past 18 months, a number of changed conditions have been encountered warranting an
amendment to the scope of work and payment conditions of the HDR contract. These are summarized
below.
1 - During the pre -construction biological survey, San Joaquin Council of Governments' biological
consultants identifiedjurisdictional wetlands within the project area. HDR environmental
specialists were retained to ultimately refute the claim ($4,183).
2. The City's contractor, Overaa, and HDR collaborated on several value engineering analyses
that resulted in a cost savings to the project of approximately $151,000. The cost savings
were implemented by revising the designs for the operations building, chemical building, and
high -service pumping station ($35,214).
3. Key wall reinforcement was left out of the operations building block wall requiring HDR to
develop alternative reinforcement details ($6,696).
4. A number of change orders have been issued to the contractor resulting from design
deficiencies on the part of HDR. These resulted in additional costs to the City that are being
credited by HDR ($36,982 Credit).
Staff recommends approval of the HDR amended professional services agreement, resulting in a net
increase in contract value of $9,111. The current project appropriation is sufficient to cover this change.
FISCAL IMPACT: None.
FUNDING AVAILABLE: Water Capital Fund (181): $9,111
YZ.v` dry �2.• '-�ac�,7C,N
Jordan Wers
Deputy City Manager/Internal Se ices Director
A, 22,. , . W, I
F. Wally S delin
Public Works Director
FW5/pmf
APPROVED:
Konradt Bartlam, City Manager
K:\WP\PROJECTS\WATER\SuftceWaterP[ant\CHDRAmendment.doc 3/21/2012
AMENDMENT NO. 1
HDR Engineering, Inc.
Professional Services Agreement
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this day of April, 2012, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY"), and HDR ENGINEERING, INC. (hereinafter
"CONSULTANT").
WITNESSETH:
WHEREAS, CONSULTANT and CITY entered into a Professional Services
Agreement (Agreement) on November 17, 2010, as set forth in Exhibit A
(attached).
2. WHEREAS, CONSULTANT requested to amend said Agreement as set forth in
Exhibit B (attached); and
3. WHEREAS, City agrees to said amendment;
NOW, THEREFORE, the parties agree to amend the Scope of Services and Fee
as set forth in the Agreement as Exhibit A and B, respectively.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Amendment No. 1 on , 2012.
CITY OF LODI, a municipal corporation HDR ENGINEERING, INC.
Hereinabove called "CITY" Hereinabove called "CONSULTANT"
KONRADT BARTLAM
City Manager
Attest:
RANDI JOHL, City Clerk
Approved as to Form:
D. STEPHEN SCHWABAUER
City Attorney
Name:
Title:
Exhibit A
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 000e;mkrX1'Cby and between the
CITY OF LODI, a municipal corporation {hereinafter "C�'IY') ,and HDR ENGINEERING,
RC. (hereinafter"CONSULTANT').
Section 12 Purpose
CITY selected the CONSULANT to provide the Construction Administration
services required in accordance with attached scope of services, ExhibitA
CITY wishes to enter into an agreement with CONSULTANT for ENGINEERING
SERVICES DURING CONSTRUCTION FOR THE SURFACE WATER TREATMENT
FACILITY project (hereinafter "Project") as set forth in the Scope of Services attached
here as Exhibit A
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONSULTANT, for the benefit and at the direction cf CITY, shall perform the
scope of services as set forth in ExhibitA, attached and incorporated by this reference.
Section 22 Time For Commencement and Completion of Work
CONSULTANT shall commence work within ten (10) days of executing this
Agreement, and complete work under this Agreement based on the Project Construction
Schedule.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff or agents to provide required data or review documents within the appropriatetime
frames. The review time by CITY and any other agencies involved in the project shall
not be counted against CONSULTANT's contract performance period. Also, any delays
due to weather, vandalism, acts of God, etc., shall not be counted. CONSULTANTshall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
K:\WPIPROJECTS\WATER\SurfaeeWaterPlant\SWTF HDR CA Services Contract.doo 1
Section 2.3 Meetings
CONSULTANT shall attend Weekly Project meetings as indicated in the Scope
cf Services, Exhibit A, oras requested by the Owner.
Section 24 Staffmg
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANTS principals and staff as identified
in its proposal to CITY. The scope of services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Manager and CITY is granted the right cf approval of all
original, additional and replacement personnel in CITY's sole discretion and shall be
notified by CONSULTANT cf any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents that it is prepared to and can perform all services
within the scope of services specified in ExhibitA CONSULTANT represents that it has,
or will have at the time this Agreement is executed, all licenses, permits, qualifications,
insurance and approvals of whatsoever nature are legally required for CONSULTANT to
practice its profession, and that CONSULTANT shall, at its own cost and expense, keep
in effect during the life of this Agreement all such licenses, permits, qualifications,
insurance and approvals.
Section 2.5 Subcontracts
CITY acknowledges that CONSULTANT may subcontract certain portions cf the
scope of services to subconsultants as specified and identified in ExhibitA. Should any
subconsultants be replaced or added after CITY's approval, CITY shall be notified within
ten (10) days and said subconsuitants shall be subject to CITY's approval prior to
initiating any work on the Project. CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
aIWDI,_ : 1
Y
1 01
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall conform
to and shall not exceed the provisions of Fee Proposal, attached as Exhibit B.
CONSULTANT shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
K:IWPIPROJECTSIWATER1SurfaceWaterPlantISWTF HDR CA Services Contract.doc 2
Section 32 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis,
providing, without limitation, details as to amount cf hours, individual performing said
work, hourly rate, and indicating to what aspect of the scope of services said work is
attributable.
Section 3.3 Costs
The fees shown on Exhibit B include all reimbursable costs required for the
performance of the individual work tasks by CONSULTANT and/or subconsultant and
references to reimbursable costs located on any fee schedules shall not apply. Payment
of additional reimbursable costs shall be approved in writing by CITY.
CONSULTANT charge rates are attached and incorporated with Exhibit C. The
charge rates for CONSULTANT shall remain in effect and unchanged for the duration of
the Project unless approved by CITY.
Section 3.4 Auditin
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CLTY,or a designated representative, with necessary information and assistance.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY cr its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT further agrees to maintain such recordsfor a period of
three Qyears afterfinal payment underthis Agreement.
ARTICLE 4
MISCELLANEOUS I
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONSULTANT shall not
discriminate in the employment of. its employees or in the engagement of any
subconsultants on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
K:lWP1PROJECTSIWATER\SurfaceWaterPlantISWTF HDR CA Services Contract.doc 3
Section 4.2 Responsibilitvfor Damaae
CONSULTANT shall indemnify and save harmless the City of Lodi, the City
Council, elected and appointed Boards, Commissions, all officers and employees or
agent from any suits, claims or actions brought by any person or persons for or on
account of any injuries or damages sustained or arising from the services performed in
this Agreement but only to the extent caused by the negligent acts, errors or omissions
cf the consultant and except those injuries or damages arising out of the active
negligence of the City of Lodi or its agents, officers or agents.
Section 4.3 No Personal Liabilitv
Neither the City Council, the City Engineer, nor any other officer or authorized
assistant or agent or employee shall be personally responsible for any liability arising
under this Agreement.
Section 4.4 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work priorto final acceptance, except as expressly provided herein.
Section 4,5 InsuranceReaulrements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as fisted below. These insurance policies shall protect
CONSULTANT and any subcontractor performing work covered by this Agreement from
claims for damages for personal injury, including accidental death, as well as from
claims for property damages, which may arise from CONSULTANTS operations under
this Agreement, whether such operations be by CONSULTANT or by any subcontractor
or by anyone directly or indirectly employed by either of them, and the amount cf such
insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Bodilylnjury-
Ea. Occurrence/Aggregate
$1,000,000 Property Damage -
Ea. Occurrence/Aggregate
M
$1,000,000 Combined Single Limits
2. COMPREHENSIVE AUTOMOBILE LIABILITY
K:\WP\PROJECTS\WATER\SurfaceWaterPlanttSWTF HDR CA Services Contract.doc 4
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage- Ea. Occurrence
IM
$1,000,000 Combined Single Limits
NOTE: CONSULTANT agrees and stipulates that any insurance coverage
providedto CITYshall providefor a claims periodfollowing termination of coverage.
A copy cf the certificate of insurance with the following endorsements shall be
furnished to CITY:
(a) Additional Named insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its
elected and appointed Boards, Commissions, Officers, Agents and Employees as
additional named insureds insofar as work performed by the insured under written
Agreement with CITY. (This endorsement shall be on a form furnished to CITY and
shall be included with CONSULTANTS policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall
apply as primary insurance. Any other insurance maintained by the City of Lodi or
its officers and employees shall be excess only and not contributing with the
insurance afforded by this endorsement.
(c) Severabilitvof interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of
more than one insured shall not operate to increase the limit cf the company's
liability.
(d) Notice of Cancellation or Chanae in Coveraae Endorsement
This policy may not be canceled by the company without 30 days' prior written
notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi,
CA 95247.
(e) CONSULTANT agrees and stipulates that any insurance coverage provided to
CITY shall provide frr a claims period following termination of coverage which is at
least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (Califomia Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds to give notice of any potential
K:\WP\PROJECTS\WATER\SurfaceWaterPfant\SWTP HDR CA Services Contract.doc 5
liability during a time period shorter than that found in the Tort Claims Act shall be
unacceptable.
Section 4.6 Worker's Compensation Insurance
CONSULTANT shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
the site cf the project and, if any work is sublet, CONSULTANT shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all cf the latter's
employees unless such employees are covered by the protection afforded by the
CONSULTANT. in case any class cf employees engaged in hazardous work under this
Agreement at the site ofthe project is not protected under the Worker's Compensation
Statute, CONSULTANT shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the
coverage reduced by the company without 30 days' prior written notice cf such
cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006,
Lodi, CA, 95241.
Section 4,7 Attorney's Fees
In the event any dispute between the parties arises under or regarding this
Agreement, the prevailing party in any litigation of the dispute shall be entitled to
reasonable attorney's fees from the party who does not prevail as determined by the
court.
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA ServicesContract.dx 6
Section 4.8 Successors and Assigns
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent cf the
others. CONSULTANT shall not assign cr transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion cf CITY.
Section 4,9 Notices
Any notice required to be given by the terms cf this Agreement shall be deemed
to have been given when the same is personally served or sent by certified mail or
express or overnight delivery, postage prepaid, addressed to the respective parties as
follows:
To CE.'Y: City of Lodi
F. Wally Sandelin, Public Works Director
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
To CONSULTANT: HDR Engineering, Inc,
Timothy R. Fleming, Senior Vice President
2365 Iron Point Road, Suite 300
Folsom, CA 95630
Section4.10 CooperationcfCITY
CITY shall cooperate fully in a timely manner in providing relevant information
that it has at its disposal.
Section 4.11 CONSULTANT k Abt an Employee of CITY
It is understood that CONSULTANT is not acting hereunder in any manner as an
employee of CITY, but solely under this Agreement as an independent contractor.
Section 4,12 Termination
CITY may terminate this Agreement by giving CONSULTANT at least ten (10)
days written notice. Where phases are anticipated within the Scope cf Services, at
which an intermediate decision is required concerning whether to proceed further, CEl Y
may terminate at the conclusion of any such phase. Upon termination, CONSULTANT
shall be entitled to payment as set forth in the attached Exhibit A to the extent that the
work has been performed. Upon termination, CONSULTANT shall immediately suspend
all work on the Project and deliver any documents or work in progress to CITY.
However, CITY shall assume no liability for costs, expenses or lost profits resulting from
K:\WPIPROJECTS\WATER\SurfaceWaterPlantISWTF HDR CA Services Contmet.doc
services not completed or for contracts entered into by CONSULTANT with third parties
in reliance upon this Agreement.
Section 4.13 Severability
The invalidity in whole or in part of any provision d this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.14 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent,
Section 4.1 Intearation and M i
This Agreement represents the entire integrated Agreement between
CONSULTANT and CITY; supersedes at prior negotiations, representations, or
Agreements, whether written or oral, between the parties; and may be amended only be
written instrument signed by CONSULTANT and CITY.
Section 4.16 Applicable Law and Venue
This Agreement shall be governed by the laws of the State cf California. Venue
for any court proceeding brought under this Agreement will be with the San Joaquin
County Superior Court.
Section 41 7 Contract Terms Prevail
Ali exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms cE this Agreement shall prevail.
Section 4.18 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer tapes or cards,
or other material documents or data, and working papers, whether or not in final form,
which have been obtained or prepared for this project, shall be deemed the property of
CTTY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during regular business hours. Upon termination or completion, all
information collected, work product and documents shall be delivered by CONSULTANT
to CITY within ten (10) days.
K:IWPIPROJECTSIWATERISurfaceWaterPlantISWTF HDR CAServtcas Contract.doo 8
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were prepared.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST: .
By
RA JOH
CITY C K
APPROVED AS TO FORM:
Dated:
D\15UsGF
CITY ATTORNEY
C r1Y OF LODI, a municipal corporation
By
KONRADT BARTLAM
INTERIM CITY MANAGER
HDR, Inc.
Its:
K:1WP\PROJECTS\WATER\SurfaceWaterPiant\SWTF HDR CA Services Contract.doc 9
August 27,2010
Mr. F. Wally Sanddin, public Works Director
City of Lodi
Public Works Department
211 West Pine Street
Lodi, CA 95240
M: Updated Proposal for Surface Water Treatment Facility and Transmission
Project— Engineering Services During Construction
Dear Mr. Sandelin:
Attached please find the second draft of HDR's proposal to provide engineering
services during constructionfor the MysSurface Water Treatment Facility and
Transmission Project. Items included with this proposal are:
• Exhibit A - Scope cf Work.
• Exhibit B -Estimated Work Etfrt and Cost.
Please contact me if you have any questions or comments.
Sincerely,
R. Fleming,,. P.E.
senior Vice President
RGS:pk/10252
HDA Engineering, Inc.
. -.10 i i
Richard G. S 2thm, P.E.
Project Manager/ Vice President
2365 Iron Point Road, Suits 300 Phone(916)8174700
Folsom, CA 98690 Fax (916) 817.4747
w.hdrinc.com
EXHIBIT A
SCOPE OF WORK
City of Lodi
Surface Water Treatment Facility and Transmission Project
Engineering Services during Construction
The following scope of services outlinesthe tasks and activitiesto be provided by HDR
Engineering, Inc., (HDR)and West Yost Associates during the construction of the City of Lodi's
13Ws) Surface Water TreatmentFacility and TransmissionProject. For the purpose of
estimating level of effort, this scope assumes a construction project duration of 22 months,
including two months for startup and final acceptance. It is understood that the City will be the
Construction Manager for the project. HDR and West Yost will provide consultation services
during construction, providing continuity of our role as project designer.
TASK 1 - PROJECT MANAGEMENT AND QUALITY ASSURANCEIQUALITY
CONTROL (QAIQC)
Project Management
This task includes the management activities required to efficientlyprovide I lDR's scope of
services and meet the City's goals.
• Develop aproject management work plan to serve as a cor=unication tool for the City,
HDR staff, and subconsultants.
• Prepare invoices and decision log updates on a monthly basis.
• Coordinatewith the subconsultants, schedule staff, and coordinate the quality assurance
effort.
QAIQC Program
Institute and maintain a QA/QC program for the work performed on this project, including
QC reviews ofpertinent correspondence, deliverables, documentation, and project
management data.
• Schedule and institute internal audits of the project to assure compliancewith the scope.
TASK 2 - SITE VISITS I MONTHLY PROGRESS MEETINGS
• Attend preconstruction conference with two HDR participants.
• Make site visits to observe constructionprogress, verify design intent, assist in field decision
making and problem resolution, and attend weekly constructionprogress meetings during
10252 8/27/108/27/2010 A-1
active construction. Attend meetings to provide design input on construction and submittal
review issues and concurrently provide on-site observation.
• Provide additional field visits to the construction site upon request to observe the work in
progress and advise the City of any appropriate comments and/or concerns.
• A total of 104monthly progress meetings and up to five additional meetings/site visits, as
requested by the City, with one or two HDR participants at each meeting site visit, are
assumed,
TASK 3 - SCADA AND ELECTRICAL, INSTRUMENTATION,AND CONTROL
INTEGRATIONFIELD SUPPORT
• Make site visits to verify design, assist with field problem resolution, and hold progress
meetings to coordinate electrical and instrumentation supply, construction, and SCADA
system integration.
• Assume five meetings for the purpose of electrical, instrumentation, and controlplanning,
coordination, and troubleshooting, including up to two participants f= HDR,
TASK 4 - SUBMITTAL REVIEW
• Review shop drawing submittal schedule provided by the contractor. Notify contractor of
acceptance or rejection of schedulenoting deficiencies and indicating contractor action
required.
• Distribute copies of approved schedule to design team members responsible for shop drawing
reviews.
• Receive, log, and distribute submittals received fmn Construction Manager to appropriate
design team members for review.
• Review and comment on contractor's submittals including; vendor tests, specification, and
reports, as required by the technical specifications,for work related to HDR's scope of
design services, and vendor operations and maintenance (0&M) manuals. HDR will review
and accept contractor submittals, such as shop drawings, product data, samples, and other
data, for the limitedpurpose of checking for conformance with the design concept and the
information expressed in the contract documents. This review will not include review of the
accuracy or completeness of details, such as quantities, dimensions, weights or gauges,
fabricationprocess, construction means or methods, coordination of the work with other
trades, or construction safety precautions, all of which are the sole responsibility of the
contractor. HDR's review will be conducted with reasonable promptness while allowing
sufficienttime in HDR's judgment to permit adequate review. Review of a specific item will
not indicate that HDR has reviewed the entire assembly of which the item is a component.
HDR will not be responsible for any deviations from the contract documents not brought to
the attention of HDR in writing by the contractor. HDR will not be required to review partial
submissionsnor those for which submissions of correlated items have not been received.
Reviews shall be performed by the engineer that designed the project element or acceptable
10252 8/27/108/27/2010 A-2
substitute. Budget is based upon 300 submittals, including resubmittals and four engineering
hours, OS project managerhours, and one clerical hourper submittal.
TASK 5 - REQUEST FOR INFORMATION/REQUEST FOR CLARIFICATION
(RFI/RFC) RE%AEWAND RESPONSE
• Review RFis and RFCs, and provide response options and recommendations in a timely
manner, including expedited reviews for time sensitiveRFIs/RFCs, Prepare design
clarifications as required to clarify design intent. Budget is based upon 200 RFIs and four
engineering hours, 0.5 project manager hours, 0.5 clerical hours, and 0.5 CAD hours per RFI.
TASK 6 - PROPOSED CONTRACT MODIFICATIONS (PCMS) AND CHANGE
ORDER ASSISTANCE
PCMS
• Prepare PCM for design changes, including design calculations, drawings, justification, and
cost estimates. Budget is based upon up to eight PCMS and supporting documentation, at an
average of 10 engineering hours, A=project manager hours, 12 CAD hours, and four
clerical hours per PCM.
Change Order Assistance
• Assist the City in reviewingproposed change orders for conformance with the design intent
and verification ofproposed cost. Budget is based upon review of eight change order
requests at an average of four project manager hours and four engineering hours per review.
TASK 7 - FINAL PUNCH LIST
• Participate in a two-day site visit to develop items for the punch list (three participantsfrom
HDR). Prepare and provide items for incorporation into the final punch list maintained by the
ConstructionManager.
• Review progress completion on punch list items and conduct a two-day site visit to observe
completed work and develop final punch list (one participant from HDR) .
TASK 8 - STARTUP AND TESTING
Attend commissioning team meetings and provide startup and initial operating assistance
including assistance in the development, review, and implementation of the contractor's
startup and sequencingplan for the SCADA system, membrane scyka s,pumping stations,
and ancillary systems.
Witness functionaltesting and performance testing. Provide oversight to confirm that the
facilities functionproperly and meet performance criteria as established in the contract
documents.
10252 8/27/108127/2010 A-3
• Budget is based upon a labor allocation of 200 engineering hours and 6 administration hours.
TASK 9 — RECORD DRAWINGS
The contractor is responsible for maintaining a single field mark-up set, and the City's red-
lines should be contained in a single marked -up set. HDR will provide CAD -generated
record drawings fromthe contractor's and City's "red-line"field mark-up set. Details and
drawings will be updated based upon review of City/contractor redlines and actual equipment
shop drawings. Detailed shop drawing information will not be placed on the drawings, but
will be used to correct the original drawings. Reconcile PCMs and change orders with
contractormark-ups to ensure contract changes have been incorporated.
• One full-size (22" x 34") bond set, one PDF file, and one set of CAD files of the record
drawings will be provided.
• Budget is based upon 360 drawings, 0.5 engineering hour, and one CAD hours per drawing.
TASK 10 —TECHNICAL REPORTTO SUPPORT SURFACE WATER TREATMENT
FACILITY PERMIT APPLICATION
• Section 116530 of the Safe Drinking Water Act, entitled "Technical report" states, "A public
water system shall submit a technical report to the departmental part ofthe permit
application or when otherwise required by the department. This report may include, but not
be limited to, detailed plans and specifications, water quality information, and physical
descriptions of the existing or proposed system, and financial assurance information"
• Prepare the technical report in accordancewith the California Waterworks Standards.
Submit one PDF copy of the draft report to the California Department of Public Health
(CDPM and the City for review and approval prior to preparing the final copies for binding.
• Three bound copies of the final report plus CD with both PDF and MS Word versions will be
provided to the City.
TASK 1 1—O&M MANUALAND OPERATIONS PLAN
• Prepare a facility 0&M manual and OperationsPlan that covers the operation of the raw
water pump station and the surface water treatment facility. The O&M manual will be a
complete document 4h process schematics, photos showing location of key components,
and process and instrumentation diagrams (P&IDs). It will cover operation of each of the
plant's components, control descriptions and normal facility setpoints, equipment
Specifications, and general troubleshooting procedures. The O&M manual will include
general operating guidance for the membrane system and will reference more detailed
membrane operatingprocedures to be provided by the membrane supplier.
• Submit one PDF copy of the draft 0&M manual to the City and CDPH for review and
approval prior to preparing the final copies for binding. The 0&M Manual will include an
Operations Plan in accordance with the California Waterworks Standards.
10252 8/27/108/27/2010 A4
• Provide three bound copies of the final O&M manual, in three-ring binders, plus a CD with
both PDF and MS Word versions.
OPTIONAL ITEM TASK — TRAINING FOR CITY STAFF
• Review training manuals prepared by others, such as equipment suppliers.
After completingthe 0&M manual (see Task 12), prepare course materials and conduct
training sessions for 0&M personnel on each surface water treatment facility unit process
and on the overall operation of the plant. Operator training shall include approximately 40
hours of classroom training with handouts as required. Budget is based upon an allocation of
100engineering/operations specialist hours, 32project manager hours, 14hours electrical
engineer, and 20 administrationhours. Training will be conducted in classrooms at the plant
or another location provided by the City.
CITY AND CONTRACTOR/
• The City will be responsible for construction management, including, but not limited to,
processing payment requests, documentmanagement, dispute resolution, progress meetings,
inspection, testing supervision, and final closeout.
• Contractor is responsible for completingthe project within the time allowed in the contractor
be subject to liquidated damages.
® •rue contractor must submit updated redline- as -built mark-ups prior to receiving an approval
on each payment request.
• The contractor is responsible for their means and methods of constructingthe project subject
to the contract documents, applicable laws and codes, construction site safety, and
coordination ofwork between trades.
10252 8/27/108/27/2010 A-5
EXMIT S - ESTIMATED WORK EFFORT AN D COST
cityof Lodi
SOrfaQe Wafer Tres ementFacillty and Transmission Prolect -Engineering Services During Constroc8on
Optional item
01 Training for City Stan 2 1 32 100 , I 14 20 186 $27,692 6 2.789 t 80A61
10252 8/27/2010 HDR Engineering. hM
1
Pra dManagementandQXQC
8
58
e.
72
Labor138
E�Jxn
$21,071 S
d
1,686
(S
• 4,600
C
• t8f,$6S
2
SIt- VlsitsiPro9re11 Meeting,' (up to 109)
80
300
18
4
12
20
432
$70,477$
S
7A48�S
1,188
& 12849
SCADA and Electrical, instrumentation, and Control
Integration Field Support (up to 5 meetings)
a
a
40 ( I 4
I 60 ( $11.6811
4
SullunIM /O&M ManualReview (up to 300)
150
220
140
'.'_iR
132
80
172
120
140 5
120
300
1 100
1,390
$208,633
$
$
20,863
13,25214
• 46M Is
ww I
VIA"
• i71s
5 RFIRtFC Review and Response (up l0 200)
100 158 90 90
856 613251
8
PCM and Change OrderAssistence (up to 8, each)
64
82
6
6
66 t
I 6 L
8
16
98
32
5
f 280
I 53
$42,165 $
$9,777 $
4217-6
978
7.700
$ 2,200
$ 54,082
$ 121968
7 Final Punch ust I 16 8 I
8
in andTe36ng
16
96
12
27
8
159
$28.329 $
2,633
$ 7,700
$ 36,662
9
Record Drawings
16
20
68
8
a
8
8
360
24
520
667,11 E S
8,712
$ 13,200 $ 87,030
10
Technical Reoortto Su000rt PermitAncHadon
12
38
121
40
40
251
838.0 6
3.808
S 41.861
11
_0&M'MantW.vnd OperaBons;PMw
12
46
64
614
140
1.179
260
244
16 I
274
24
413
I 80
938
' 88
693
, 424
4.581
$631059' $
SO98.112d
8,100
$68.261
$ 6,600'
$1�
S 75,7m
5664.2001
Optional item
01 Training for City Stan 2 1 32 100 , I 14 20 186 $27,692 6 2.789 t 80A61
10252 8/27/2010 HDR Engineering. hM
Exhibit C
HDR ENGINEERING, INC.
STANDARD RATE SCHEDULE
November2010 to August 2012
City of Lodi
Surface WaferTreatment Facility and TransmissionProject -
Englneering Services During Construction
Project Principal
295
Sr. Financial Specialist
259
Sr. Project Manager
251
Sr. Project Engineer
243
Sr. Cost EstimatingSpecialist
230
Sr. Structural Engineer
222
ElectricallV
215
Mechanical Engineerlll
191
Operation Specialist
184
Electrical Engineerlll
172
Process Engineer
172
Project Engineerll
160
CAD Manager
160
Architect I
154
Mechanical Engineerl
151
Civil Engineer
139
Sr. CAD Tech
137
CAD Tech I11
126
Project Controller f
12
Structural Engineer
117
Cost Estimator
117
Sr. Administrative
105
Engineer -In -Training
102
Drafter 111
93
Clerical
70
Please Note: Rates include currentoverhead rateplus proof,
EXPENSES
!n -House Expenses
Technology Charge per Direct Labor Hour
Vehicle Mileage (per mile)
Color Copy (per copy)
Photocopies (per copy)
Bond Plotting- Blade& White (per square foot)
Bond Plotting - Color (per square foot)
Vellum - Black& White (per square foot)
Mylar- Black& White (persquarefoot)
$3.70
Current Federal Travel Regulation (FTR)
$0.75 to $1.50
$0.10 to $0.20
$0.].35
$0.50
$0.50
$0.90
Please Note: Technology charges includecomputer, CADD, network, software, and other related technology
services. Expenses and subconsultants are charged with a 10 percent markup.
March 21,2012
Mr. F. Wally Sandelin
City Engineer/Deputy Public Works Director
City of Lodi
221 West Pine Street
Lodi, CA 95240
RE: Proposed Amendment No. 1
Surface Water Treatment Facility- Engineering Services During Construction
Dear Mr. Sandelin:
HDR respectfully submits the following amendment for additional services under the
"EngineeringServices During Construction for the Surface Water Treatment Facility"
agreement dated November 17,2010, between the City of Lodi and HDR Engineering, Inc.,
for your review and consideration. The amended scope cf work and budget are attached.
The change in scope increases the fee for the project by $46,093. Table 1 shows a detailed
breakdown of the hours and costs for this contract amendment. Incorporation of the
amendment will increase the total budget from $884,200 to $930,293. With a labor credit of
$36,982 applied, the net cost increase to the City is $9,111 and the net total cost is increased
to $893,311.
TERMS AND CONDITIONS
Except as specifically modified by this amendment, all terms and conditions of the original
agreementbetween the City and HDR remain in effect.
We appreciate the opportunity to submit this amendment. Y you require any clarifications
or additional information, please contact Richard Stratton at (916) 8174819.
Sincerely,
5���7 4-::� �11<�00
Craig A. Olson, P.E.
Senior Vice President
RGS:pk/12007
HDR Engineering, Inc,
Richard G. Stratton, P.E.
Project Manager / Vice President
2365 Iron Point Road, Suite300I Phone (916)817-4700
Folsom, CA 95630 Fax (916)8174747
Table 1 - Amended Exhibit B Estimated Work Effort and Cost
City of Lodi
Surface WaferTreafnzeWFacility- Engineering Services During Construction
Task
Principal/
Sr. Project
Project
Arch
Jr Struct
Mach
Elect
Env
CADD
Admin
Total HDR
Total HOR
Total HDR
Total
No.
Task Description
QA/QC
Manager
Engr a'
Engr
Engr I
IV
Tech Of
Clerical
tabor Hears
Labor ($)
Expenses ($)
Cost ($)
12
Defense of Wetlands Delineation
2
25
2
29
$3,87
$ 310
$ 4,183
13
Value Engineering Design Changes to
1
3
80
20
18
108
230
$32,606
$ 2,608
$ 35,214
Buildings
14
Redesign of Wall Reinforcement for
1
2
28
4
4
39
$6,1
$ 516
$ 6,696
Operations Buildings
Subtotal of Amendment
2
7
108
20
22
25
108
6
298
$42,659
$ 3,434
$ 46,093
Credit to be provided by HDR in the form
$ (36,982)
of labor costs
Net increase
in cost to the City
$ 9,111
12007 3/21/2012 HDR Engineering,tnc.
RESOLUTION NO. 2012-33
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING CITY
MANAGER TO EXECUTE AMENDED PROFESSIONAL SERVICES
AGREEMENT FOR CONSTRUCTION ADMINISTRATION SERVICES
FOR SURFACE WATER TREATMENT FACILITY PROJECT
WHEREAS, on October 20, 2010, City Council approved the contract for
construction administration services for the Surface Water Treatment Facility Project
with HDR Engineering, of Folsom; and
WHEREAS, since that time, a number of changed conditions have been
encountered warranting an amendment to the scope of work and payment conditions of
the HDR contract; and
WHEREAS, staff recommends approval of the HDR amended Professional
Services Agreement, resulting in a net increase in contract value of $9,111.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve the amended Professional Services Agreement with HDR Engineering, Inc., of
Folsom, California, for construction administration services for the Surface Water
Treatment Facility Project, in the amount of $9,111; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to execute the amended Professional Services Agreement with
HDR Engineering, Inc.
Dated: April 4, 2012
hereby certify that Resolution No. 2012-33 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 4, 2012, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, and Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Katzakian and Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
&ODT"JOHL
City Clerk
2012-33