Loading...
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