Loading...
Item 5 - Approval of the Sixth Amendment to the Agmt. with Infrastructure Eng Co. (IEC), for Eng. Svc for the Clearwell Bypass Proj.April 20, 2021, Item #5~ AGENDA REPORT City of Poway CITY COUNCIL DATE: TO: FROM: CONTACT: SUBJECT: Summary: April 20, 2021 Honorable Mayor and Members of the City Cou,~I Eric Heidemann, Director of Public Works ( ~ Shadi Sarni, Principal Civil Engineer 55 (858) 668-4717 or ssami@poway.org Approval of the Sixth Amendment to the Agreement between the City of Poway and Infrastructure Engineering Corporation (IEC), for Engineering Services during the Bid and Construction Phases of the Clearwell Bypass Project (WTR0029) This amendment to the Agreement will provide engineering services during the bid and construction phases of the Clearwell Bypass Project. Recommended Action: It is recommended that the City Council authorize the City Manager to approve and execute the Sixth Amendment to the Agreement with Infrastructure Engineering Corporation (IEC) for Engineering Services during the Bid and Construction Phases of the Clearwell Bypass Project per the terms outlined in the Agreement. Discussion: On May 7, 2019, the City Council approved an agreement with Infrastructure Engineering Corporation (IEC) for design services of the Clearwell Upgrades Project for a not-to-exceed amount of $385,821.00 (Attachment A). The title of the project has since changed to the "Clearwell Bypass Project". As we've further refined the scope of the project, additional design services were needed for the additional components of the project. The original scope of the project consisted of the replacement of the clearwell cover, as well as preliminary site assessments for the development of future maintenance/rehabilitation projects at the clearwell. Subsequent assessments determined that the clearwell liner is also in need of replacement. The design scope was then revised to include the replacement of the liner. Further analysis also determined that the overflow structure needs to be replaced. The Clearwell Bypass Project's scope was developed to enable the replacement of the clearwell by bypassing it. Subsequent amendments to the agreement include the following changes: 1 of 151 April 20, 2021, Item #5On November 22, 2019, the City agreed to amend the compensation and reimbursement provisions of the agreement in an Amendment Letter from a not-to-exceed amount of $385,821.00 to a not-to-exceed amount of $499,995.00 and revise the Scope of Work in accordance with Attachment B. On January 17, 2020, the City agreed to amend the compensation and reimbursement provisions of the Agreement in an Agreement Letter (Attachment C) from a not-to-exceed amount of $499,995.00 to a not-to-exceed amount of $787,855.00 and revise the Scope of Work in accordance with Attachment C. On July 14, 2020, the City agreed to amend the Scope of Work in an Amendment Letter in accordance with Attachment D. On January 7, 2021, the City and Consultant agreed to amend the compensation and reimbursement provisions of the Agreement from a not-to-exceed amount of $787,855.00 to a not-to-exceed amount of $830,230.00 in the Fourth Amendment to the Agreement. The Scope of Work was also revised in accordance with Attachment E. The parties agreed that the provisions of the Letter Agreements are treated as formal amendments to the Agreement and are at all times subject to all the terms and conditions of the Agreement. On February 8, 2021, the City and Consultant agreed to amend the compensation and reimbursement provisions of the Agreement from a not-to-exceed amount of $830,230.00 to a not-to-exceed amount of $861,355.00 in the Fifth Amendment to the Agreement. The Scope of Work was also revised in accordance with Attachment F. This Sixth Amendment to the Agreement consists of engineering services to be provided by IEC during the bid and construction phases of the Clearwell Bypass Project for a not-to-exceed amount of $116,373.00. This Sixth Amendment increases the total not-to-exceed amount of the Agreement from $861,355.00 to $977,728.00 and revises the Scope of Work in accordance with Attachment G. Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA). Fiscal Impact: There is sufficient funding available in the Clearwell Bypass Project (WTR0029). Public Notification: None. 2 of 151 April 20, 2021, Item #5Attachments: A. May 7, 2019 Consultant Agreement with IEC B. November 22, 2019; Amendment Letter to amend the Agreement with IEC C. January 17, 2020; Amendment Letter to amend the Agreement with IEC D. July 14, 2020; Amendment Letter to amend the Agreement with IEC E. January 7, 2021; Fourth Amendment to the Agreement with IEC. F. February 8, 2021; Fifth Amendment to the Agreement with IEC G. Sixth Amendment to the Agreement with IEC Reviewed/ Approved By: Assistant City Manager 3 of 151 Reviewed By: Alan Fenstermacher City Attorney Approved By: Chr~ City Manager April 20, 2021, Item #5City of Poway COUNCIL AGENDA REPORT APPROVED APPROVED AS AMENDED (Sf:E I UTESJ DENIED REMOVED • CONTINUED ____ _ DATE: TO: FROM: CONTACT: SUBJECT: Summary: ay 7, 20 9 Honorable yor an ember o e C y Council obert a i , Director of Development Se ices M Melody occo Senior Civil Engi eer ~ (858) 668-4653, mrocco@poway.org RESOLUTION NO. Approval of Cons I an Agreement be een the City of Poway and IEC for De i n Servi es f r e Clearwell Upgra e Projec ; (CIP R0020) This Consultant Agreement will provid design services for the Clearwell Upgrades Projec . R commended Action: It i reco m n e th t he Cfty Council a thorize the Ci y anager o e ecut t e Agreemen t I fras ructure E 91ne ring Car or tio (IEC) for D i n S rv,ces for th Cl rwell Upgrade Projec per the ou llned terms o the Co ultant Agreement (At a h ent A). Discussion: The City's Water Treatme t Plan treats ra v water provided by the San Diego Co nty Wa er Au hori y. Treated ater fro the plan 1s held in the Clearwell which is a 10-m Ilion-gallon concrete reservoir wi h a floa ing co er rior to entering the distribu io syste . The flea ing cover was la t re laced in 1998. On March 5, 2019, the Development Serv ces Department put out a Request for Proposal (RFP #19-017) for design service for the Clearwell Upgrades Project and received one proposal. This proje t include completion of a it assessme t report for the Clearwell as well as development of plans, specif1ca ions, and estima es for replacem n of he Clearwell loa ing cover and mainte a ce of hat hes and s airs for the Clearwell. fter careful review o the o e proposal ecei ed staff determined ha IEC w s highly quali ied for he design wor required A proval of this Agreement will provide professional design services for the Clearwell Upgrades Project. The s o e of the services will be conducted in two parts. The first part incl des pe orming a preliminary inves ig tio / ite assessm nt t at will be used to develop future ain enance/rehabilltatlon projects at th Clea ell The second part will b conduct d o cur ently ith the assessmen and I eludes repa,at o of the co struct1on docum n s e e sary or replace e -of the floa , g cover a d o r ma1 tenance I ems The consultant will assist City staff ith h construction adm1nis atI0 tas s as ell as spec al y inspection of the floating cover i stallation. 4 of 151 ATTACHMENT A M y 7 2019 Item #1.5 April 20, 2021, Item #5Environmental Review~ his action is not subject to review under the California Environmental Quality Act (CEQA). Fiscal Impact: he consultant's fee will be based on the scope of work as outlined in the Agreement. The not-to-exceed fee of $385,821 for design services will e the basis for this effort There is $520,000.00 currently available in the Clearwell Upgrade P oject (WTR0020). Public Notification: IEC, 14271 Danielson Street. Poway, CA 92064 Attachments: A. Consultant Agreement Reviewed/Approved By: We dy Kaserman Assistant City Manager 5 of 151 Reviewed By: Alan Fenstermacher City Attorney Approved By: I' Tina M. White City Manager ~ May 7, 2019 Item #1.5 April 20, 2021, Item #5ATTACHMENT A City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this 8th day of May, 2019. by and between the CITY OF POWAY (hereinafter referred to as "City') and INFRASTRUCTURE ENGINEERING CORPORATION (hereinafter referred to as 11Consultant"). RECITALS WHEREAS, City desires to obtain the services of a private consuftant to perform design services for the Clearwell Upgrades Project {Project); and WHEREAS, Consultant is a civil engineering consultant and has represented that Consultant possesses the necessary quafificatlons to provide such services; and WHEREAS, City has authorized the preparation of an agreement to retain the services of Consultant as hereinafter set forth. NOW, THEREFORE, IT IS f\1UTUALL Y AGREED THAT CITY DOES HEREBY RETAIN CONSULT ANT ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Servrces. Consultant shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. City shall compensate and reimburse Consultant as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3. Term of Agreement. The term of this Agreement sha I be as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Term I nation. This Agreement may be terminated with or without cause by City. Termination without cause shall be effective only upon 60-day written notice to Consultant. During said 60-day period Consultant shafl perform all consulting services in accordance with this Agreement. This Agreement may be terminated by City for cause in the event of a material breach of this Agreement, misrepresentation by Consultant in connection with the formation of this Agreement or the performance of services. or the failure to perform services as directed by City. Tennination for cause shall be effected by delivery of written notice of termination to Consultant. Such termination shafl be effective upon delivery of said notice. 1 6 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #56. Confidential Relationship. City may from time to time communicate to Consultant certain information to enable Consultant to effectively perform the services. Consultant shall treat all such information as confidential, whether or not so identified, and shall not disciose any part thereof w·thout the prior written consent of the City. Consultant shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that {i) has been disclosed in publicly available sources of information; {ii) is, through no fault of Consultant, hereafter disclosed in publicly available sources of information; (iii) is now in the possession of Consultant without any obligation of confidentiality; o (iv) has been or is hereafter rightfully disclosed to Consultant by a third party, but only to the extent that the use or disclosure the eof has been or is rightfully authorized by that third party. Consultant shall not cisclose any reports, recommendations, conclusions o o her resurts of the services or the existence of the subject matter of this contract without the prior written consent of the City. In its performance hereunder, Consultant shall compty with a I legal obligations it may now or hereafter have respecting the information or other property of any o her person. firm or corporation. 6. Office Space and Clerical Support. Consultant shall provde its own office space and clerical support at its sole cost and expense. 7. Covenant Against Contingent Fees. Consultant declares that it has not employed or retained any company or person, other than a bona fide employee working for Consultant, to solicit or secure t is Agreement, that it has not paid or agreed to pay any company or person, other than a bona flde emproyee, any fee, commission, percentage. brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of the Agreement. For breach of violation of this warranty, City shall have the right to annul this Agreement without liability, or, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 8. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement sharl be the property of City and shall be delivered to City by Consultant upon demand. 9. Conflict of Interest arid Political Reform Act Obligations. During the term of this Agreement Consultant shall not act as consultant or perform services of any kind for any person or entity whose Interests conflict in any way with those of the Ci y of Poway. Consultant stlall at all tr mes comply With the terms of the Political Reform Act and the local conflict of interest code. Consultant shall immediatery disqualify itself and shall not use its official position to influence in any way any matter corning before the City in which the Consultant has a financial interest as defined in Government Code Section 87103. Consultant represents that it has no knowledge of any financial interests which would require It to disqualify itself from any matter on which it mig t perform services for the City, 2 7 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5"Consultant'' means an individual who, pursuant to a contract with a state or local agency: (A) Makes a governmental decision whet er to: 1. Approve a rate, rure or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application. certificate, approval, order, or simila authorization or entitlement; 4. Authorize the City to enter into, modify, or renew a contract provided it is the type of contract that requires City approval; 5. Grant City approval to a contract that requires City approval and to which the City is a party, or to the specifications for such a contract; 6_ Grant City approval to a plan. design, report. study, or similar item; 7. Adopt, or grant City approval of, policies, standards, or guidel'nes for the City, or for any subdivision thereof; or (8) SeNes in a staff capacity with the City and in that capacity participates in making a governmental decision as defined in the Political Reform Act and/or implementing regulations promulgated by the Fair Political Practices Commission. or performs the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City's Conflict of Interest Code. DISCLOSURE DETERMINATION: ~ 1. Consultant/Ca,tractor will not be ''makf ng a government decision" or ''serving in a staff capacity" as defined in Sections A and B above. No disclosure required. D 2. Consultant/Contractor will be «making a government decision" or "serving in a staff capacity'' as defined in Sections A and 8 above. As a result, ConsultanUContractor shall be required to file a Statement of Economic Interest with the City Clerk of the City of Poway in a timely manner as required by law. Robert J. Manis, Director of Development Services 10. No Assignments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which City, in its sole discretion, consents to in advance thereof in writing. Any assignment or subcontracting in violation of this provision shall be void. 11. Maintenance of Records. Consultant shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during he contract period and for three (3) 3 8 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an Independent contractor and shall not be an employee of the City of Poway. City shall tiave the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant accomplishes such services. 13. Licenses, Permits, Etc. Consultant represents and declares to City that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for Consultant to practice its profession. 14. Consultant's Insurance. Consultant shall provide insura ce as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 15. Indemnification. (a) For Claims (as defined herein) o her than those alleged to arise from Consultant's negligent performance of professional services, City and its respective elected and appointed boards, officials. officers. agents, employees and volunteers (individually and collectively, "lndemnitees") shall have no liability to Consultant or any other person for, and Consultant shall indemnify, protect and hold harmless lndemnitees from and against, any and all liabilities, clafms, actions. causes of action, proceedings, suits. damages, judgments, liens, levies, costs and expenses, including reasonable attorneys1 fees and disbursements (collectively "Claims"), which lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s). damage to property, loss of use of property, economic loss or otherwise occurring as a result of Consultant's negligent performance under this Agreement, or by the negligent or willful acts or omissions of Consultant, its agents, officers, directors, sub-consultants or employees. (b) For Claims alleged to arise from Consultant's negligent performance of professional services! lndemnitees shall have no liability to Consultant or any other person for, and Consultant shall indemnify and hard harmless lndemnitees from and against, any and all Claims that lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise to the extent occurring as a result of Consultant's negligent performance of any professional services under this Agreement, or by the negligent or willful acts or omissions of Consultant, its agents, officers, directors, sub~consultants or employees, committed in performing any of professional services under this Agreement. For Claims alleged to arise from Consultant's professional services, Consultant's defense obligation to lndemnitees shall include only the reimbursement of reasonable defense costs and attorneys' fees to the extent caused by Consultant's negligence. 4 9 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5(c) The foregoing obligations of Consultant shall not apply to the extent that the Cfaims arise from the sole negligence or wilful misconduct of City or Its elected and appointed boards, officials, officers, agents, employees and volunteers. (d) In any and all Claims against City by any employees of the Consultant, anyone directly or indirectly employed by it or anyone for whose acts it may be liable, the indemnification obligation under this Section 16 shall not be limited in any way by any limitation o the amount or type of damages1 compensation or benefits payable by or for the Consultant under worker's compensation acts, disability benefit acts or other employee benefit acts. (e) Consultant shall, upon receipt of written notice o any Claim, promptly take all action necessary to make a claim under any applicable insurance policy or policies Consultant is carrying and maintaining; however, If Consultant fails to ta e such action as is necessary to make a claim under any ~uch in~urance policy, Consul ~nt s;half raimbur~e City for any and all costs, charges, expenses, damages and liabilities incurred by City in making any claim on behalf of Consultant under any insurance policy or policies required pursuant to this Agreement. (f) The obligations described in Section 15(a) through (e) above shall not be construed to negate, abridge or otherwise reduce any other rigtit or obligation of indemnity which would otherwise exist as to any party or person indemnified pursuant to this Section 15. (g) The rights and obligations of the parties described in this Section 15 shall survive the termination of this Agreement. 1s. Assumption of Risk, Except for injuries to persons caused by the willful misconduct of any lndemnitee and not covered by insurance maintained, or required by this Agreement to be maintained, by Consultant: (a) Consultant hereby assumes the risk of any and all injury and damage to the personnel (including death) and property of Consultant that occurs in the course of, or in connection with. the performance of Consultant's obtigations under this Agreement. including but not limited to Consultant's Scope of Services; and (b) it is hereby agreed that the lndemnitees are not to be liable for Injury or damage which may be sustained by the person, goods or property of Consultant or its employees in connection with Consultant's performance its obligations under this Agreement, including but not limited to Consultant's Scope of Services. 17. Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, expressed or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, exp~essed or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 18. Personnel. Consultant shall assign qualified and certified personnel to perform requested services. The City shall have the right to review and disapprove personnel for assignment to Poway projects. City shall have the unrestricted right to order the removal of any person(s) assigned by Consultant by giving ora or written notice to Consultant to such effect. 5 10 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5Consultant's personnel shall at all times comply with City's drug and alcohol policies then in effect. 19. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" at ached hereto and made a part hereof. 20. Governing Law, Forum Selection and Attorneys' Fees. This Agreement shall be governed by, and construed in accordance with, the laws of the State of California. Each party to this Agreement consents to personal jurisdiction in San Diego County, California, and hereby authorizes and accepts service of process sufficient for personal jurisdiction by first class mail, rsgistsrgd or certified, postage prepaid, to its address for giving notice as set forth in Exhibit "A" hereto. Any action to enforce or interpret the terms or conditions of this Agreement shall be bro ght in the Superior Court in San Diego County, Central Division, unless the parties mutually agree to submit their dispute to arbitration. Consultant hereby waives any right to remove any such action from San Diego County as is otherwise permitted by California Code of Civ'I Procedure section 394. The prevaflfng party in any such action or proceeding shall be entitled to recover all of its reasonable litigation expenses, including its expert fees, attorneys' fees, courts costs, arbitration costs, and any other fees. Notwithstanding the foregoing, in the event that 1he subject of such an action is compensation claimed by Consultant in the even of termination, Consultant's damages shall be limited to compensation for the 60-day perio for which Consultant would have been ent~led to receive compensation if terminated wl hout cause. and ne~her party shall be entitled to recover their litigation expenses. 21. Gender. Whether referred to in tt,e masculine, feminine, or as ''it,'' "Consultant" shall mean the individual or corporate consultant and any and all employees of consultant providing services hereunder. 22. Counterparts. This Agreement (and any amendments) may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. Documents delivered by telephonic facsimile transmission shall be va id and binding. 23. Entire Agreement. This Agreement shall constitute the entire understanding between Consultant and City relating to the terms and conditions of the services to be performed by Consultant. No agreements, representations or promises made by either party, whether oral or in writing, shall be of any force or effect unless it is in writing and executed by the party to be bound thereby. 24. Certification and Indemnification Regarding Public Employees' Retirement Law/Pension Reform Act of 2013. Contractor hereby certifies that all persons providing services to City by Contractor are not current members of the Catifornia Public Employees' Retirement System (CalPERS) and shall not become members of Ca1PERS while providing services to City. 6 11 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5Contractor further provides that in the event Contractor assigns a retired annuitant receiving a pension benefit from CaPERS to perform services for City. the retired annuitant is in full compliance with Government C de section 7522.56. A copy of Government Code section 7522.56 is attached hereto as Exhibit "B." Further. Contractor hereby fully and unconditionally indemnifies City from all penalties, fees, employer and employee contributions, or any other assessments imposed by CalPERS in the event CalPERS determines the person assigned by Contractor to provide services to City has been misclassified. 26. Severability. If any provision of thi~ Agr99ment i~ determined by any court of competent jurisdiction or arbitrator to be invalid, illegal, or unenforceable to any ex1ent, tha provision shall, if possible, be construed as though more narrowly drawn, if a narrower construction would avoid such invalidity, illegality, or unenforceability or, if that is not possible, such provision shall, to the extent of such invalidity, illegality, or unenforceability, be severed, and the remaining provisions of this Agreement shall remain in effect. (Remainder of page intentionally left blank) 7 12 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY OF POWAY By:-----------Chris Hazeltine, Ci y Manage Date: __________ _ ATTEST: Faviola Medina, City Clerk APPROVED AS TO FORM: By:------------Alan Fenstermacher, City Attorney 13 of 151 8 INFRASTRUCTURE ENGINEERING CORPORATION By:------------Robert Weber, President Date: ___________ _ May 7, 2019, Item #1.5 April 20, 2021, Item #5"SPECIAL PROVISIONS" EXHIBIT "A" A. Scope of Services. Consultant agrees to perform consulting services as required by City, which shall consist of the design services further described in the Scope of Services submitted with the proposals dated April 15, 2019, which is included in this document as Attachment 1, and incorporated by reference, as if its contents were fully se forth herein. Consultant shall provide the necessary qualified personnel to perform the services. B. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Proposals submitted with the proposals dated April 15, 2019, which are included in this document as Attachment 2. Total fee is not to exceed $385,821. Consultant's fee shall include and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee, Consul ant shall be reimbursed for all reasonable expenses, including lodging. telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Consultant shall bill City for such expenses as incurred, referencing this Agreement. Alt expenses shall be itemized and supported by receipts for amounts in excess of Twenty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be bi[fed at coach or special fare rates. Reimbursement for lodging Is llmited to travel from outside of San Diego County. Consultant shall receive prior authorization for air traver and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. C. Term of Agreement. This Agreement shall commence and be effective as of May 8, 2019 CEffective Date''), and shall automatically terminate upon completion of the Project, as determined by the City in its sole discretion, unless sooner terminated by City as provided i the section of this Agreement entitled ''Termination.'' Upon the termination of this Agreement. Consurtant shall return to City any and all equipment. documents or materials and all copies made thereof which Consultant received from City or produced for City for the purposes of this Agreement. D. Consultant's Insurance. 1. Coverages: Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive General Liabilityf including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Liabili y $1,000,000 Bodily lnjury and Property Damage combined each occurrence and $2,000,000 aggregate. 1 14 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5(b) Automobile liability. including owned, hired, and non-owned vehicres: $1,000,000 combined single limit. (c) Consultant shall obtain and maintain. during the life of the Agreement, a policy of Professionar Errors and Omissions Liability Insurance with policy limits of not less than $1,000,000 combined single limits, per claim and annual aggregate. (d) Worka-s' Compensation insurance in statutory amount. All of the endorsements which are required above shaU be obtained for the policy of Workers' Compensation insurance. 2, Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured. (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) 11City of Poway and its elected and appointed boards, officers, agen s, and employees are additional insureds with respect to this subject project and contract with City." (b) ~ 11Said policy shall not termina e, nor shaH it be canceled, until thirty {30) days after written notice is given to City." (C) "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." 3. Insurance Certificates: Consultant shall provide City certificates of insu ance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. E. Notices. All notices, biHings and payments hereunder shall be in writing and sent to the following addresses: To City: To Consultant: 2 15 of 151 City of Poway -Development Services 13325 Civic Center Drive Poway, CA 92064 Infrastructure Engineering Corporation 14271 Danielson Street Poway, CA 9207 4 May 7, 2019, Item #1.5 April 20, 2021, Item #5EXHIBIT 11B" Cal Gov Code§ 7522,56 Deering1s Cal1fomia Codes are urrent through all 1016 chapters of the 2018 Regular Session and the No ember 6, 2018 Ra11ot Measures. DeerJng's California Codes A1111otated > GOVERNMENT CODE> Tille 1 Ge11eral > Division 7 Miscellaneous> Chapter 21 Public Pension and Retirement Plans> Article 4 California Public Employees' Pension Reform Act of 2013 § 7522.56. Provisions applicable to person receiving pension benefit from public retirement system; Section supersedes conflicting provisions (a)This section shall apply to an)· person who is receiving a pension benefit from a public retirement system and shall supersede any other provision in conflict with this section. (b) A retired person shall not serve, be employed by, or be employed through a contract directly hy, a public employer in the same public retirement sy tern from which the retiree receives the benefit without reinstatement from retirement, except as permitted by this section. (c) A person who retires from a public employer may serve wi hout reinstatement from retirement or loss or interruption of benefits provided by the retirement system upon appointment by the appointing power of a public employer either during an emergency to prevent stoppage of public business or because the retired person has skills needed to perform work of I im ited duration. (d)Appointments of the person authorized under this section shall not exceed a total for all employers in that public retiremellt system of 960 hours or other equivalent limit, in a calendar or fiscal year, depending on the administrator of the system. The rate of pay for the employment shall not be less than the minimum, nor exceed the maximum, paid by the employer to other employees performing comparable duties, divided by 173.333 to equal an hourly rate. A retired person whose employment without reinstatement is authorized by this section shall acquire no service credit or retirement right under this section with respect to the employment unless he or she reinstates from retirement. (e) 16 of 151 (l)Notwithstanding subdi ision (c), any retired person sha11 not be eligible to serve or be employed by a public employer if during the 12-month period prior to an appointment described in this section, the retired person received any unemployment insurance compcn ation arising out of prior employment subject to this section with May 7, 2019, Item #1.5 April 20, 2021, Item #5Cal Gov Code§ 7S22.56 a public employer. A retiree shall certify in writing to the employer upon accepting an offer of employment that he or she i in compliance with this requirement. (2)A retired person who accepts an appointment after receiving unemployment insurance compens tion as described in this subdivision shall terminate that employment on the last day of the current pay period and shall not be eligible for reappointment subject to this section for a peri d of 12 months following the last day of employment. (f)A retired person shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement unless he or she meets one of the following conditions: 17 of 151 (l)The employer certifies then ture of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and the appointment has been approved by the governing body of the employer in a public meeting. The appointment may not be placed on a consent calendar. (2) (A)Except as otherwise provided in this paragraph, for state employees, the state employer certifies the nature of the employment and that the appointment is nece sary to fill a critically needed state employment position before 180 days have passed and the appointment has been approved by the Department of Human Re ources. The department may establish a process to delegate appointing authority to individual stat agencies, but shall audit the process to determine if abuses of the system occur. If nee ssary, the department may assume an agency's appointing authority for retired workers and may charge the department an appropriate amount for administering that authority. (B)For legislative employees, the Senate Committee on Rules or the Assembly Rules Committee certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before l 80 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (C)For employees of the California State University, the Trustees of the California State University certifies the nature of the employment and that the appointment is neces ary to fill a critically needed position before 180 days have passed and approves the appointment in a pu lie meeting. The appointment may not be placed on a consent calendar. (3)The retiree is eligible to participate in the Faculty Early Retirement Program pursuant to a colJectivo bargaining agreement with the Cal ifomia State University that xistcd prior to January l, 2013, or has been included in ubsequent agreements. (4)Thc retiree is a public safety officer r firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter. 2 May 7, 2019, Item #1.5 April 20, 2021, Item #5Cal Gov C..ode § 7522.56 (g)A retired person who accepted a retirement incentive upon retirement shall not be eligib]e to be employed pursuant to this section for a period of 180 days following the date of retirement and subdivision (t) shall not apply. (h)This section shall not apply to a person who is retired from the State Teachers' Retirement System, and who is ubject to Secti n 24214. 24214.5 or 26812 ofthe Education Code. (i)This section shall not apply to ( 1) a subordinate judicial officer whose position, upon retirement, is converted to a judgeship pursuant to Section 69615, and he or she returns to work in the converted position, and the emp]oyer is a trial court. or (2) a retiree of the Judges' Retirement System or the Judges' Retirement System II who is assigned to .serve in a court pursuant to Section 68543.5. History Added Sials 2012 ch 296 § 15 (AB 340). effective January l, 2013. Amended SJals 2013 ch 528 § 11 (SB 13), effective October 4, 2013 (ch 528 prevail ); ch 76 § 75 (AB 383), effective January 1, 2013; Stats 2014 ch 238 § 1 (AB 2476), effective January I, 2015. Annotations Notes Amend men ts: Note-Amendments: 2013 Amendment: Substituted (1) "have passed" for "has passed" in the first sentence of subds (f)(I) and (f)(2); (2) "or firefighter hired to pcrfonn a function or functions regularly performed by a public safety officer or firefighter' for "of firefighter" in subd (f)(4); and (3) "Judges' Retirement System11 for "Judges' Retirement System 1" in subd (i). 3 18 of 151 May 7, 2019, Item #1.5 April 20, 2021, Item #5Attachment 1 SCOPE OF SERVICES OVERVIEW • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Poway (City) Is proceeding with a project to replace the floating cover on the Clearwell at the Lester J. Berglund Water Treatment Plant (WTP). Included with thfs effort, the City Is seeking condition Information and a replacement/rehabilitation plan for key components of the Clearwell. The City has selected Infrastructure Engineering Corporation (IEC) to provide engineering services In support of the project (Project). The services for the Project will encompass the following major elements: • Inventory and assessment of the Clearwell componen s: geomembrane liner, Inlet/outlet and overflow structures in the Clearwell, the 42" and 30" efflue t pipes between the WTP and the Clearwell, inlet/outlet plpelines between the Clearwell and the Pump Station No. 1, and Clearwell drain pipes. • A reha ilitation/reha ilitation plan forthe Clearwell components. • Plans, specifications and opinion of construction cost estimate {PS&E) for the replacement of the Clearwell floating cover, Including the hatches, stairs and drain pumps. • Engineerlng support during the bid and construction phases of the project. • Construction inspection during the floating cover work. • Optional task to provide additional services if needed: -Surveying to develop base file for the floating cover design Described below are the specific tasks to be performed by IEC for the Project. All tasks are directed to IEC unless otherwise noted. SCOPE OF SERVICES • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • TASK 1 -PROJECT KICK-OFF AND DATA COLLECTION-------------Receive from City and review available documentation, reports, and record drawings. Prepare for and attend kick-off meeting with City Engineering and WTP operations staff. This meeting will be at the WT? and will include a site walk to discuss and coordinate the project scope, schedule, and identify potential additional project elements. TASK 2-CLEARWELL ASSESSME T --------------------2.1 -ULTRASONIC TESTING INVESTIGATION OF EFFLUENT PIPELINE For the effluent pipe segment In the pipe gallery, make a visual assessment of the pipe condition, and take coating thickness measurements, surface pit depth (if any) measurements, and spot ultrasonic testing measurements to obtain pipe wall thickness. City staff will make access available to the gallery by removing the grates and providing a ladder. 2.2 -MATERIAL TESTING OF CLEARWELL GEOMEMBRANE LINER Obtain coupons oft e geomembrane liner material, roughly 2 ft x 4 ft in size each, at up to four (4) locations and have them tested for thickness, tensile strength, tensile elongation, tear strength, puncture strength and high temperature l City of Powoy ~copo of leryicu for Clearwell Up9rade1 f'tojecT ~ 19 of 151 May 7, 2019, Item #1 .IJ:( April 20, 2021, Item #5SCOPE OF SERVICES oxidation Induction time. This will Involve cutting the existing floating cover above the hlgtl water level to expose the geomembrane llner and wlll require patching of holes in the geomembrane finer and floating cover. Repairs to the existing floating cover and geomembrane liner wlll be performed by City sta or the City wlfl engage a geomembrane specialty contractor to perform these repairs. 2.3 -FACILITY INVENTORY AND ASSESSMENT Provide guidance and coordlnatlon with the Clearwetl diver engaged by the City to inspect specific elements of the geomembrane liner. Meet once onsite with the diver. Receive and review the diver observations and photographs. Conduct a site visit with WTP staff to observe the accessible pipeline segments and valves on the WTP effluent pipe and Clear\Vell inlet/outlet/drain pipes. Usi g the information obtalned from the effluent pfpe wall thickness assessment, make a generar evaluation of the pipe condltio and potentlal remaining life of the pipe. Using the information obtained from the line testing and dive observations, make an assessment of the condition and remaining useful life of the liner. Develop estimates for new float Ing cover drain pump system Including possible need for to electrical power supply system upgrades. from the information compiled above, prepare a Draft Assessment Report that includes text and graphics (11x17) to present: a. Inventory of the Clearwell piping and appurtenances: identify current condition, useful fife, recommended maintenance, rehabilitation, and/or replacement schedule. b. Formulate a phased, systematic, multi-year rehabilitation/replac@ment plan with cost estimates, by component, for required work (if necessary based upon results of the assessment). c. Identify any future regulatory requirement changes and Impacts of those changes. Submit draft report in PDF format for City re lew. Following receipt of aty comments, meet once with City staff to discuss report and comments. Prepare a final report that Incorporates aBreed upon comments in Word and PDF format. TASK 3-DESIGN-----------------------3.1 -PLANS, SPECIFICATIONS AND ESTIMATE Prepare plans, specifications, and engineer's opinion of probable construction cost estimates (PS&E) for the replacement of the floating cover, Including access hatches, vents, access stairs, floating cover surface water drain pumps, and pump el~ctrical system modiflcatlons (if needed). Th plan set is estimated to include the following: • Two (2) General sheets including a title sheet, list of abbreviations, legend, general notes and ey map • One (1) Floating Cover Notes • One (1) Demolltlon Plan • One (11 Construction Sequence Plan • Twenty-one (21) Floating Cover Plan and Details • Five (5) Electrical Notes, Plan and Deta Is • Three (3) Erosion Control Plan and Details (ily of Poway ~:ope ot en: A or ·t•arwell Upgrodu Proj•<T ~ 20 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES The PS&E will be prepared accordlng to the following parameters: • Five (5) hard-copy sets of plans, specifications, estlma es, and contract documents will be submitted for City review at the 50%, 90% and 100% design stages. • Project design will be prepared In AutoCAD format, 2018 version, per the City's standards for Public Works contracts. The scale of the plans will be 1"=20 feet or as appropriate to depict the work for the respective disclpllne. • Contract specifications will consist of mark-ups of the City's General and Technical Provisions to make them project specific and will utilize current Greenbook and City supplemental specifications where practical. Additional supplemental specifications, such as the floating cover, wilf be provided in CSI format. • The engineer's opinion of probable construction cost wilt Include estimated quantities and unit co.sts for the proposed Improvements at each submlttal. • Provide an estimated number of working days for the cons ruction work. • Prepare plans for temporary erosion control for the project. Erosion control design will include current Best Management Practices and will conform to the City's JRMP requirements and applicable State agency requirements. The 50% design submittal wtll Include the following level of detall: • Preliminary general sheets, plan view sheet for the floating cover, and general electrical plan sheet. • Specifications will Include a list of the City's standard specifications and proposed supplementary specifications. • The Engineer's Opinion of Probable Construction Cost will include the base estimate and an appropriate level of contingency. The 90% design submittal will include the following level of detail: • Plans will be developed from the approved 50% drawings and include all plan, sections and details for all disciplines to the 90% complete level. • Specifications will include complete text for proposed supplementary specifications. • The Engineer's Opinion of Probable Construction Cost will be refined to Incorporate the additional detail of the 90% submittal. The 100% design submittal will include the following level of detail: • Plans will incorporate City comments on the 90% design. 100% plans are Intended to be final and will provide the City the opportunity to provide final comments prior to the production of final contract docume ts. • Specifications will incorporate City comments on the 90% design. 100% specifications are in ended to be final and will provide the City the opportu lty to provide final comments prior to the production of final contract documents. • The Engineer's Opinion of Probable Construction Costwlll be refined to incorporate City comments. Costs will be refined to account for changes from the 90% submittal. City of Powoy Scope ot 5erVltH for 1.leorwell UpgradH l"roject ~ 21 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES The final submlttal wlll be comprised of: • Bid-ready package of plans and specifications, stamped and signed by the Engineer of Record and the respective disciplines. • Mylar drawings (one set) • CD containing PDF version of all drawings, CAD files for the general and layout drawings, and Word files for each supplemental technical specification section. 3.2 -DESIGN COOROI A TION MEETINGS Prepare for and attend up to three (3) design review/coordination meetin~s scheduled to occur after each of the PS&E submlttals above. TASK 4 -DDW COORDINATION---------------------Prepare for and attend one meeting with California State Water Resources Board -Division of Drinking Water (DDW) to describe the project and get lnltlal Input. Submit the plans and specifications to DOW at the 50% and 90% design stages. Respond their questions and Incorporate their comments Into subsequent submittals. Assist the City with obtaining DDW approval for project. Provide these services on a time and materials basis up to the level of effort defined In the task budget. TASK 5-PROJECT MA AGEMENT DURING DESIGN--------------Administer the project and subconsultant cont acts. Provide monthly status reports describing progress during previous period, anticipated activities in upcoming period, and any pertinent project Issues. Additional correspondence will be handled via phone and email correspondence as needed. TASK 6 -ENGINEERING SUPPORT DURING BID AND CONSTRUCTION PHASES-----~ 6.1 -ENGINEE I G SUPPORT DURING BID PHASE Attend pre-bid meeting. Provide technical support relative to bidder questions and prepare a response to any questions within four (4) working days during the bidding period -submit responses to City as PDF. Provide these services on a time and materials basis up to the level of effort defined In the task budget. Addenda wUI be prepared and Issued by the City. 6.2 -ENGINEERING SUPPORT DURING CONSfRUCITON PHASE Provide support to the City related to the following activities up to the level of effort defined In the task budget: • Attend the pre-construction meeting. • Attend up to eight (8) construction progress meetings as requested by the City. City wlll organize meetings and prepare/distribute minutes. • Floating cover designer will make a total of up to twelve (12) one-day site visits to observe the floating cover construction at various stages. Provide written documentation of observations to the City in PDF format. --------~·-·····-··------~4 City of Poway :icope of )ervicu for <learwell Upgrade, rraJecr 22 of 151 May 7, 2019, Item #1.lf( April 20, 2021, Item #5SCOPE OF SERVICES • Review contractor submittals received from the City for conformance with the contract documents. Provide written response to the City via e-mall noting exceptions and/or comments within fifteen {15) working days. Estimate up to thirty (30) submittal Item reviews and re-reviews. • Review and respond to change orders, field orders, and RFls forwarded from the City. Provide responses {in e-mail or memorandum format) to the City within five (5) working days and in accordance with the contract documents. Estimate up to ten (10) re;ponses to change orders, field orders, and RFls. • Prepare record drawings by Incorporating "red-lined" changes, as documented and recorded by the contractor and/or construction manager, on the original Mylars. If the extent of changes makes it Impractical to revise an original Mylar sheet, lndrvtdual original Mytar sheets may be voided and replacement sheets may be added. Within one month of the receipt of the redri es, submit one set of original mylar record drawings and PDF file of all drawings. • In conjunction with the engineering services under this task, provide project management services during the construction phase: coordinate subconsultants and submit monthly reports describing progress during previous period, anticipated activities in upcoming period, and any pertinent project issues. TASK 7 -CO STRUCTION INSPECTION -----------------The services described below and level of effort estimated for this task assumes a construction period of up to seven (7) months total: two (2) months for procurement and fabrication of the floating cover and four (4) months for Installation, and one (1) month for close-out Provide ttiese services on a time and materials basis up to the level of effort defined In the task budget. • Preconstruction Conference -Attend conference wit Contractor and City. • Contract Administration/Management -Coordinate sub-consultant testing and specialty services; provide daily construction reports; notify the City of significant problems and discrepancies; perform Inspections; review the contractor's Record Drawings periodically and concurrently with contractor progress payments; and prepare project punch lists. Receive from City and review pertinent documents (e.g. shop drawings, submittals, responses to RFls, change orders, progress payment requests). • Photo Documentation -Review the Contractor's videotape of preconstruction site conditions prior to any comtruction operation to confirm existing conditions within the limits of work, adjacent areas to document and dearly depict pre-existing conditions. Take construction documentation photographs on a regular basis. Maintain a digital photographic library of significant construction activities. • Construction Progress Meetings -Attend weekly construction progress meetings with the Contractor and the City. • Construction Inspection -Provide part-time observation of the Contractor's work for compliance with the contract documents. This effort Is estimated to encompass an average of up to 2/3 time for the onsite inspector during the estimated 4 months of actl\Je construction. Perform technical inspection at the job site as required of materials and workmanship, and discuss with the Contractor appropriate revisions to the methods and procedures used in performing the work. The Inspectors wilr not authorize extra work or approve of work that deviates from t e contract documents. Inspection does not include material manufacturing or shop fabrication inspections. City of Poway l<op• of $end<u for Clcorw•II Upgrodet Proj•d ~ 23 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES • Progress Payments -Prepare project-related invoices and progress payments. Submit all Invoices to the City's project manager with a re com menda ion stating the proper amount for payment. Use City provided format for monthly progress paymen s. • Project Closeout -Prepare punch list at closeout of the project Upon correction of deficie des, schedule, coordinate, and conduct a final walk-through prior to the acceptance of work with the City. Confirm that work, testing, cleanu and demobilization is complete. Check and submit final payment requests. Review and confirm that the contractor's project record drawings are complete and accurate. OPTIONAL TASK O-l -SURVEYING/MAP ING ---------------Perform a field topographic survey of the Clearwell and adjacent area a d prepare base map for the development of the design plans .. lf a thorized1 these services will be provided in conjunction with Task 3. SCHEDULE•••••••••••••••••••••••••••••••••••••••••••••••••••••••• Based on a Notice to Proceed on May 13, 2019, assuming tlmely scheduling of rneetlng and responses for information, and allowing two {2) weeks for submittal reviews by the City, the milestones for the major design phase tasks described above are estimated per the table presented below. MILESTONE ESTIMATED DATE final Assessment Report Final PS&E Submittal Bid and Award Comple ion (estimated assuming 2 months for City processing) Construction Completion (estimated assuming 7 months for construction) August 9, 2019 Augu.\t 30, 2019 October 31, 2019 May 2020 The schedule for the Draft Assessment Report assumes that the Oearwell liner coupon sampling, City-engaged dive inspection of the Clearwell, and effluent pipe testing can be sched led during the data collectlon period, The schedule for the PS&E assumes that optional surveying effort (Task 0-1) will not be required and that the preparation of the design will proceed in parallel with the Assessment Report effort. The intermediate submittal deadlines will be coordinated with the City at the outset of the project. The schedule for Tasks 6 and 7, support during the Bld and Cons ruction Phases, will depend on the City's actual schedule for the bidding, award and construction phases. City of Poway S,opo of S•nri~•• for Cle.rwell Vp9ra.lu Project ·~ 24 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES INFORMATION AND SUPPORT TO BE PROVIDED BY CITY • • • • • • • • • • • • • • • • • • • • • • • Following Is a description of what is expected and required from the City to execute the Project described above: • Provide all as-built plans and In ormation regarding WTP operations pertinent to the assessment, design and construction of Project. • Operate valves associated with Clearwell and report on valve performance and tightness. • Assist with field assessment of valves. • Provide access to plant for data collection on effluent pipeline incfuding coordination with operators, access to plant area, access to effluent pipe gallery by removing the grates and providing a ladder, facilitate access to pipe via the weir vault, and temporary shutdown offlow In the effluent pipe. • Perform floating cover annual dive inspection at beginning of Assessment Study phase and allow dive Inspection to Include pertinent areas of interest for the geomembrane liner assessmen . • Asslst with removal of geomembrane liner coupons for testing. Repair floating cover and geomembra e liner following coupon removal. • Define existing SCADA equipment and requirements so they can be replaced-in-kind as part of the floating cover replacement. • Provide input regarding acceptable contractor staging areas. • Provide timely review/comment on submittals. • Have decision makers available in a tirnely manner for meeting and site walks. • Consolidate all design submittal comments and any divergent or contradictory comments reconciled prior to retLirn to IEC. • Assist in managing scope creep. • Return phone call and email correspondence and respond to questions and requests for documents in a timely manner. • Provide submittal review comments within the agreed upon scheduled review period. • Durfng the construction phase, City will provide general construction management and admin stratlon of the project Including: City of Poway o Project Management -Initiate project activities and provide general project oversight. Establlsh document control system and procedures for documenting communications end correspondence. Provide examples of forms (e.g. submittals and RFls) that IEC and Contractor will be required to use. o Preconstruction Conference -Schedule and conduct a conference with the Contractor to cover overafl project objectives, responsibiities of key personnel and agencies, schedules, schedule of values, submittal and RFI processing, correspondence, permit requirements, progress payments, and other pertinent topics. o Contract Administration/Management -Handle contract compliance, change/claims processing, negotiations and contract interpretation and enforcement. Document and distribute relevant project communications to applicable parties; conduct meetings; coordinate with WTP operators regarding $~UfD .. , ~ ... .,,, ... ,,., cl.urw•ll Up9, .. d •• Proj•d ------•-·-···•···•--•-•··--Ii 25 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES --------------------------------·------·· connections and operations; investigate daims; ensure stormwater compliance; prepare project punch lists; and other tasks as pertinent to management of the contract. o Reports and Communications -Maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submittals, logs of requests for information, change orders, progress payment requests, progress meeting reports, daily inspection reports, dates of utility seNice interruptions, and all other project correspondence. o Construction Progress Meetings -Schedule and conduct weekly construction progress meetings with the Contractor. Provide and dlstrl ute meeting agendas and minutes of the meetings with identified action items. o Shop Drawings and Submittal Reviews -Log, track, distribute and monitor shop drawings, data samples, submittals, and manuals from the Contracto . Submit shop drawings and submittals to IEC design team for review. Submit accepted submittals to the IEC inspection team during construction. o Plans and Specifications Inter retation -Review and respond to Contractor RFJs that are of a general nature. Submit technical RFls to IEC for response. o Progress Payments -Process project-related invoices and progress payments. o Contractor Claims and Change Orders -Administer Contractor or City initiated claims, changes, extra work, and change orders. Negotiate all claims to an agreed contractor/designer/ City conclusion. o Stormwater Inspection -Provide observation to confirm that Contractor1s work is in compliance with the State Water Resources Control Board (SWRCB) and Order No. 2O09-OO09-DWQ for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities Construction General Permit (CGP). Prepare National Pollutant Discharge Elimination System {NPDES) reports as required per requirements. o Project Closeout -Coordinate with IEC Inspector for review of punch list at closeout of the project, and assist with final walk-through prior to the acceptance of work. Process final payment requests. ASSUMPTIONS • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 1. The following elements are not Included but can be can be added upon mutual written agreement: a. Coordination with outside utility agencies (e.g. SDG&E for modified power supply} and the design for any utility relocations. b. Services associated with procurement or replacement of the geomembrane riner, inlet/outlet pipes and valves. c. Instrumentation and SCADA system modifications or upgrades. d. Site improvements adjacent to the Clearwell (e.g. paving and peripheral erosion control measures). e. Support for CJearwell start-up and preparation of operation and maintenance manuals. f. Clearwell start-up services 2. City will pay all permit and review fees required by revtewlng agencies (e.g. DOW). City of Poway $,op• of $•rYi~•· lo, c, ... , well Ups• .. J •• p,.,j.,1 ···-···-·---· -·. ···-·----··-···----~ 26 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES ---------------------------------------·-·----3. It is assumed, but not certain, that ODW wlll allow partial floating cover removal and replacement while the adjacent half of Clearwell remains In operation. Design changes or addltlonal efforts beyond those described In the Scope of Services above that may be needed to address speclal requirements (e.g. develop extraordinary measures to protect water quality, design rework, or scope changes due to DDW's disapproval this construction approach) are not included but can be can be added upon mutual written agreement. 4. Clearwell is not a CA Department of Safety of Dams (DSOD) jurisdictional facility and therefore DSOD coordination, revjews, and approvals cJre not included. S. Fee includes up to (4) existing geomernbrane liner material samples with testing costs not to exceed $2,500. 6. For SCADA, City will define existing measurement devices in the Clearwell and they will be defined as replace In kind. 7. Noise analyses, surge analyses, or hazardous materials assessments are not required. 8. Environmental permit compllance and permlt requirements wlll be provided by others. Compliance requirements pertinent to the construction will be Included In the project specifications during design. 9. Project design will compfy with regulations and codes in force at the time of the design. 10. Unless specifically provided In the scope of services, IEC will rely upon the accuracy of data and information provided by the City or others without independent review or evaluation. 11. Opinions of construction cost prepared by IEC represent our judgment as a design professional and are supplied for the general guidance of the City. Since IEC has no control over the cost of labor and material, or over competitive biddir,g or market conditions, IEC does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 12. Documents, drawings, specifications, and electronic information/data, including computer aided drafting and design ('1CADO"), prepared by IEC and its subconsultants pursuant to this agreement are not intended or represented to be sultable for reuse by City or others on extensions of the Project or on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from IEC will be at City's sole risk and without liability to IEC or its subconsultants. Electronic data delivered to City is for City1s convenience and shall not include the professional stamp or signature of an engineer or architect. City agrees that IEC and its subconsultants shall not be liable for claims, liabilities or losses arising out of, or connected with the decline of accuracy or readability of electronic data due to inappropriate storage conditions or duration. 13. IEC and its subconsultants are not qualified nor Hcensed to address hazardous materials. As such, IEC and its subconsultants shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure of persons to hazardous materials in any form, if such Is present at any of the project sites. 14. The construction contractor will be required to assume sole and complete responsibility for job site conditions during the construction of the project1 Including safety of all persons and property. IEC shall not ha"e control over or charge of, and shall not be responsible for, construction means, methods, techniques, sequences or procedures, as these are solely the responslb11ity of the construction contractor. City of Poway ~cope ol ~•rvlcu for cl»C1~ V~ J1n P,·..,j,ti-cJ --------···· ·--··---~ 27 of 151 IEC May 7, 2019, Item #1.5 April 20, 2021, Item #5SCOPE OF SERVICES C 2019 HOURLY CHARGE RA E & EXPENSE REIMBURSEMENT SCHEDULE • • • • • • • Eoslos:ectoc Enyirooroeotol Engineering Intern/Technician .................. $ 80 Intern/Technician .......................................... $ 80 CADD Designer I/Engineer 1. ........................ $ 130 Technical Editor ............................................. $ 110 CADD Designer I I/Engineer 11. ...................... $ 145 Env Specialist I/Project Coordinator 1 ............ $ 120 CADD Designer Ill/Engineer 111 .................... $ 155 Graphic Artist ................................................ $ 120 Project Designer ......................................... $ 160 Lead Technical Editor ................................. , ... $ 130 Senior Designer/Project Engineer ............... $ 170 Env Specialist II/Project Coordinator 11 ......... $ 145 Senior Project Engineer ............................... $ 185 Env Specialist Ill/Project Coordinator 111 ........ $ 155 Senior Project Engineer Planning & IS ......... $ 200 Project Manager ............................................ $ 210 Project Manager ......................................... $ 220 Senior Project Manager ................................. $ 235 Senior Project Manager ................... ; .......... $ 235 Principal. ....................................................... $ 250 Principal ................................. , .................... $ 250 Program Management sucvevlo& AssiStant Program Manager .......................... $ 155 Survey Assistant 1... ..................................... $ 125 Program Manager ......................................... $ 185 Project Surveyor ......................................... $ 145 Prlncipaf. ...................................................... $ 250 Principal Surveyor ....................................... $ 170 Field -1 Person• ................... , .................... $ 170 Field -2 Person Crew• ............................... $ 260 Flow Monitoring Field Tech 1 ..................................................... $ 80 Field Tech 11. ................................................... $ 100 •construction Field Tech 111 ................................................... $ 110 Assistant CM Coordinator ........................... $ 100 field Supervisor ............................................. $ 125 CM Coordinator .......................................... $ 120 Field Operations Manager ............................. $ 160 Senior Construction Inspector .................... $ 150 Project/Data Manager ................................... $ 180 Resident Engineer ....................................... $ 160 Construction Manager ................................ $ 200 Senior Constructio Manager ..................... $ 210 Subconsultants will be billed at cost plus 5% unless specified otherwise in the agreement. All base rates will escalate by 3% per annum. • Field personnel rates are Inclusive of vehicle, mileage, phone, computer, survey equipment, etc. Inspection rates shown are for prevailing wage projects. Inspection rates for overtime are $30 dollars an hour more than the listed rate. Reimbursable costs Reproduction, special photography, postage, delivery services, express mail, printing, travel, parking, and any other specialty servlces performed by subcontractor will be billed at cost plus 15%. MIieage will be billed at the current IRS aHowed rate. City of Poway )cop• of ~arvicH for Cloorwell Upgradu f'rojecr Ii 28 of 151 May 7, 2019, Item #1_lE( April 20, 2021, Item #5N \0 0 -ti ..a. U1 ..a. ~ A) '< " ~ 0 ~ (0 ;::; CD 3 :it ....a. UI TasV ~ Taul THr~ 7 1 2.2 >.J T~J 3.t JJ TAK4 TA.UC TASll:6 6.l u TA5,l(7 Sr.~ TMt,/'S~.Dft<rlp(ion ~ sm.oo l'IIQIUT~J AIIO DATA CDULcnoN ·-lo,, ' IC"d<-CIIM«'I;. ' uT_li_,;..,.-,-..,~ 2 ,_.ltf\11 THtillr ct GtotMtnll,-u,,., 2 J'a ........ ~iM'Y1111dAIH1t,.,...nt 01,i,trCOO<dMlion and Sit• Vlwl FecllltvShcll".it . Fac_As.&_llM._ ?6 ,..__.,,~--■ill ' DlllCiiN 'f'llt..-!--••••-11-.: '1ftllw.l •:....J ....... l2 s.c~anwa--, 4 O•illieftoft'._.....,l't!A,eoct l -----u ' DOW QOOllll)INA Tl0lt ,... ..... ' --,■11o C-"'"'ts & ~•lion ~ ,_Cl(Cf MA/1111.GlMOO' DUNN!i OOMiN Prei_, ....... __ ,,,o,,~~ ... ., t-11'11!M, ~ 01,attM' Ill> 6 QONSTlll.:llal I'll~ aw,,.. •• A,1-tJ"""-Aid .,._h,.• . __ .,.,.,r,.i.-11,1,.._ ' ____ ,_ ""--~-... ) c.. ..... .,.. .. ._.__ ... ~_,... " F..__ COflltr n..i.,,e, S"M Vbiu 1121 -C.0,,,,,...-s.l,~ ' -.......,t110llfl\ ) -----1-l fM O..,rin. C.0-,uc:tio~ "'* 1' COISTRl..lt'N'.:ai 1"51lC'nCN 00n..-.,c;11QnA011hlnt~llon ln11M'ttioft ~tSobtottl • Houri 1'4 Tbks..t.<Olll-a..n $3as.&O Jil. flr'ojoff ""1i«:1 r.-t ,,.,_ DdJr- U00.00 c17"- 1' • 14 0 s,l.lQ) so C/TYOF POWAY aEARWEU UPGRADE PROJEG INFRA.STRUCTURE ENGINEERING CORPORATION FEEESnMATE f,.,_,.1/V ~,v Pto/tn ~ :sr.c~ CADIII~ CA!JIJ~ 5"IW'fOr 1~C-Mo,,.,,... $155.10 s1,soo 51000 '»6000 SllO.llO 4 • 4 C 2 • .a 1, • 10 2• l2 ' 12 • I • l 17 12 • 4 • 1, 237 4& 0 0 16 $:aG,TlS U,950 $b $0 U,>ce ~lo( ~ C,,fuo,tlittlft« t•r- SlM>.llD s"o.oo Ul0 420 ~0 0 ,a,,JOO ,0 S..Ota,k Su_,.. Toul o._a,., S.-.ttact ukr-H!Mn Laoo<C-. Co1l ~uo . ·-~ ~ i.:--...:..-~o • Sl.~ .SlO u""n~ u)OO ~7.lU • '<lO!IO ~ ,~u, h•JII ' ',]. 0,0 (0 !.IAO) S~.4,0 ' <.no m til1Q su.,o lZ s2:i.an 'ilO ,;a40 uuo .. <-1s..,, ~ (7.560 .... , .... ,. • s1~ '-10 u2, ~4t4 t1u..aa, "' S20111!1 S,00 U.7•» $t,us 1' OAIVI ~ SlJ-530 h ~un . h-(J\ .. "" t1~,, ,, SJ.!?S Ull il.GIQ i,llils .,._ -s,w.o ~" tins ca•··• u S2tl0 ~ U4'~ ss .... ~ $9..,,,, «> "•400 SC ~ .n- UJl40 4 ~-<10 •• u;, sfa1i 1.4 $2'50 ,;o U?U ~.a-is ' ~1170 ~ (t.M~ t2'1.0 24 ~--ia> ~ !.A7W) 0 so <ii' <301!S 'JQ1U 18 !.J'"" $0 <17540 :fa.,o 11 S1'4.S ~ "i~2so 7H~ n szou <;I) t<,"-70 $7-"S ,, $31'() <;I) ~ -~3 ''° ...... ._ 11.6 s1, 1Q> <.a t,~, '-1,as ~n <on ,nn <n t 'l4S1 <n~ lOO'.J >< Stn_s,s U.OIO Sll'l,,:I.Mi $3&5,lll TOTAL FEI (exdudinc OptionllTask): $385,821 .;.,J.St2D1, > = a> (") ;:r 3 CD ::s ,... ~ April 20, 2021, Item #5STl·'.\'J~ \'.\l S, \layor CITY OF POWAY DA \'I•: C ROSCI I, Deputy ,\Jayor C.\Yf.lN 1:R,\NI<, Councilmcmbcr B1\IU{Y 1 .1-:0N,\HD, Councilmcmbcr JOI IN :\(l'.LJ JN, < :ouncilmcmlx·r November 22, 2019 Anders Egense, P.E. Infrastructure Engineering Corporation 14271 Danielson Street Poway, CA 92064 Subject: Notice to Proceed: Design Amendment No. 1 for the Clearwell Upgrades Project Dear Mr. Egense: This letter will serve as your Notice to Proceed for Amendment No. 1 for the Clearwell Upgrades Project. The amended scope and basis of payment shall be in accordance with the not-to-exceed fee of $114,174.00 as provided in the enclosed copy of Amendment No. 1. The revised total not-to-exceed fee for the project is $499,995.00. If you have any questions or need further information, please do not hesitate to contact me at (858) 668-4653, or via email at mrocco@poway.org. Sincerely, DEVELOPMENT SERVICES DEPARTMENT Senior Civil Engineer Enclosure: Amendment No. 1 c: Tom Frank, City Engineer Darian Demerjian, Management Analyst M:\CIP _Development\CIP Projects\WTR0020 Clean-veil Upgrades\Correspondence\Consultant\NTP IEC Amendment I Letter.doc 30 of 151 ATTACHMENT B City Hall Located at 13325 Civic Center Drivi,: Mailing Address: P.O. Box 789, Poway, California 92074-0789 www.poway.org April 20, 2021, Item #5Amendment No. 1 City of Poway Clearwell Upgrade Project Scope of Services BACKGROUND•••••••••••••••••••••••••••••••••••••••••••••••••••••• The City of Poway (City) has engaged Infrastructure Engineering Corporation (IEC) via an agreement dated May 15, 2019 to provide engineering services in support of a project to replace the floating cover on the Clearwell at the Lester J. Berglund Water Treatment Plant (WTP). Per the original scope of services, IEC has previously prepared and submitted the 50% design for replacement of the Clearwell floating cover only and provided a draft assessment report describing other key Clearwell components. The results of the assessment are that the geomembrane liner in the Clearwell has reached the end of its useful life and should be replaced at the same time as the floating cover. The assessment also notes that the six (6) concrete inlet/outlet structures in the Clearwell should be rehabilitated at the same time. Based on this information, the City has elected to revise the original project approach to have the floating cover, geomembrane liner and other project components described above replaced as part of the same project. This Amendment No. 1 describes the changes and additions in scope and fee for IEC to address these changes to the project. All tasks are directed to IEC unless otherwise noted. Changes and additions to the original scope tasks are described below. SCOPE OF SERVICES••••••••••••••••••••••••••••••••••••••••••••••••••••• TASK l -PROJECT KICK-OFF AND DATA COLLECTION-------------Review available documentation, reports, and record drawings pertinent to the geomembrane liner and inlet/outlet structures. Develop revised approach to construction of combined cover and liner. TASK 2 - CLEARWELL ASSESSMENT-------------------2.1 -ULTRASONIC TESTING INVESTIGATION OF EFFLUENT PIPELINE Provide confined space entry support services during field investigation of effluent pipe in below grade gallery. 2.2 -MATERIAL TESTING OF CLEARWELL GEOMEMBRANE LINER AND FLOATING COVER No additional services anticipated regarding the geomembrane liner. At the same time as the geomembrane liner material is sampled, obtain coupons of the Hypalon floating cover at two (2) locations and have them tested for thickness, tensile strength, tensile elongation, tear strength, hydrostatic resistance, ply adhesion, water absorption, and surface cracking. Repairs to the existing floating cover and geomembrane liner will be performed by City staff or a geomembrane specialty contractor engaged by the City. 2.3 -FACILITY INVENTORY AND ASSESSMENT Incorporate the results of the Hypalon floating cover material test results (from Task 2.2) in the Assessment Report and discuss in the report the potential need for replacement of the geomembrane liner. Add discussion in the report regarding the option of replacing the geomembrane liner at the same time as the floating cover. Submit the draft and final report per the original Scope of Services. 31 of 151 April 20, 2021, Item #5SCOPE OF SERVICES Provide opinion of construction cost estimate for project that combines floating cover and geomembrane liner replacement. Prepare and submit concept level construction cost estimate for a bypass pipeline that provides a direct connection between the WTP and the distribution system piping during an extended shutdown of the Clearwell. Present cost estimates in a technical memorandum that includes a description of the pipeline alignment and considers 20", 24" and 36" pipeline diameters. TASK 3 -DESIGN------------------------3.1 -PLANS, SPECIFICATIONS AND ESTIMATE Prepare plans, specifications, and engineer's opinion of probable construction cost estimates (PS&E) with the addition of the geomembrane liner and modifications to the six (6) concrete inlet/outlet structures. The expanded plan set is estimated to include the following drawings: • Two (2) General sheets including a title sheet, list of abbreviations, legend, general notes and key map • Two (2) Floating Cover and Geomembrane Liner Notes • One (1) Demolition Plan • One (1) Construction Sequence Plan • Thirty-three {33) Floating Cover and Geomembrane Liner Plan and Details • Three (3) Inlet/Outlet/Overflow Structure Modification Details • Five (5) Electrical Notes, Plan and Details • Three (3) Erosion Control Plan and Details Where practical, the PS&E will be prepared using the portions of the previously prepared 50% PS&E (from the floating cover only replacement design). The previously submitted 50% design package will be revised to include the geomembrane liner and resubmitted. The PS&E will be prepared and submitted according to the parameters described in the original Scope of Services. 3.2 -DESIGN COORDINATION MEETINGS Prior to the start of the expanded design effort, prepare for and attend a meeting with the City to discuss the project elements and construction approach for replacement of the floating cover and geomembrane liner. The goal of this meeting is to reach concurrence on the project elements to be carried forward in the design. TASK 4 -DDW COORDINATION Provide additional support services to coordinate the revised project with the California State Water Resources Board -Division of Drinking Water (DOW). This may include up to one additional meeting (with DOW and cover/liner designer on conference call). Provide these services on a time and materials basis up to the level of effort defined in the task budget. City of Poway Scope of Services for Clearwell Upgrades Project 32 of 151 2 April 20, 2021, Item #5SCOPE OF SERVICES TASK 5 -PROJECT MANAGEMENT DURING DESIGN--------------Coordinate with the City to define the expanded project components, administer the project scope and budget adjustments and subconsultant contracts, and manage the project for the extended project schedule and additional services. TASK 6 -ENGINEERlr"~G SUPPORT DURING BID AND CONSTRUCTION PHASES------6. l -ENGINEERING SUPPORT DURING BID PHASE No additional services anticipated. The support services will be provided up to the level of effort defined in the task budget. 6.2 -ENGINEERING SUPPORT DURING CONSTRUCITON PHASE These support services are in addition to those in the original Scope of Services and will be provided on a time and materials basis up to the level of effort defined in the task budget. • Floating cover / liner designer will distribute the previously budgeted site visits during the liner and cover construction at various stages. • Estimate up to ten (10) submittal item reviews and re-reviews associated with the liner. • Estimate up to two (2) responses to change orders, field orders, and RFls associated with the liner. • Prepare record drawings for additional drawings. • Provide project management services during extended construction phase to account for liner. TASK 7 -CONSTRUCTION INSPECTION-----------------The services described in the original Scope of Services are unchanged. The level of effort estimated for this task is revised to add time for the longer construction period associated with the addition of the liner replacement: two (2) additional months for preparation, procurement and fabrication of the liner, and liner demolition and combined cover and liner installation. This renders an overall construction period of up to nine (9) months total. The period of onsite part time inspection is extended by six (6) weeks to allow for the combined cover and liner installation. The services will be provided on a time and materials basis up to the level of effort defined in the task budget. SCHEDULE•••••••••••••••••••••••••••••••••••••••••••••••••••••••• Based on City approval of this Amendment before December 31, 2019, assuming timely concurrence on the project design elements, timely scheduling of meeting and responses for information, and allowing two (2) weeks for submittal reviews by the City, the estimated delivery of the final PS&E submittal is twenty-four (24) weeks from the approval of the amendment. Intermediate PS&E submittal deadlines will be coordinated with the City following amendment approval. The schedule for Tasks 6 and 7, support during the Bid and Construction Phases, will depend on the City's actual schedule for the bidding, award and construction phases. The scope and budget for these services assumes that project construction will be completed by June 2021. If the project extends beyond these periods, IEC will have the opportunity to revise rates accordingly. City of Poway Scope of Services for Clearwell Upgrades Project 33 of 151 3 April 20, 2021, Item #5SCOPE OF SERVICES INFORMATION AND SUPPORT TO BE PROVIDED BY CITY • • • • • • • • • • • • • • • • • • • • • • • The original Scope of Services provides a description of what is expected and required from the City to execute the Project. ASSUMPTIONS • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The following assumptions apply in addition to those listed in the original Scope of Services: 1. It is assumed that a bypass system will be implemented by the City so that the Clearwell can be taken offline for the time needed to remove and replace the floating cover and geomembrane liner. The design of the bypass system is not included in this Scope of Services. Design changes or additional efforts beyond those described in the Scope of Services above that may be needed to address special requirements (e.g. develop extraordinary measures to protect water quality, design rework, or scope changes due to DDW requirements) are not included but can be added upon mutual written agreement. 2. The City will be responsible for shutdown, disinfection and start-up requirements associated with the Clearwell, pipelines and WTP facilities external to the Clearwell. 3. The geomembrane liner design will be in accordance with the current standards: • "Flexible-Membrane Covers and Linings for Potable-Water Reservoirs," AWWA Manual M25 • "Standard for Flexible-Membrane-Lining and Floating-Cover Material for Potable-Water Storage," AWWA D130 City of Poway Scope of Services for Clearwell Upgrades Proiect 34 of 151 Revised 10-17-2019 4 IEC April 20, 2021, Item #5w U1 0 -+, ..a. U1 ..a. Task/ Subtask TASKl TASK2 2.1 2.2 2.3 2.4 TASK3 3.1 3.2 TASK4 TASKS TASK6 6.1 6.2 TASK7 Sr. Project Task/Subtask Description Manager $235.00 PROJECT KICK-OFF AND DATA COLLECTION Review oroiect information 2 Kick-off meetinll CLEARWELL ASSESSMENT UT for Effluent Pioe & Confined Scace Suooort 1 Material Testin2 of Geomembrane Liner Material Testinll of Floatimr Cover 3 Facilitv lnventorv and Assessment Diver Coordination and Site Visit FacilitvSiteVisit Facilitv Assessment Reoort (Additions & Cost Est\ 8 Assessment Review Meetin2 fl l Bvoass Pioeline Cost Estimate & TM 10 DESIGN Desi1n PS&E: 50% / 90% / 100% / Final Plans 6 Soecifications 1 Opinion of Construction Cost 1 Oes!izn Coordination Meetinu fl l 4 DOW COORDINATION Meetin2 4 Resoonses to Comments & Coordination PROJECT MANAGEMENT DURING DESIGN Proiect Mana2ement Ourin2 Desiizn 12 ENGINEERING SUPPORT DURING BID & CONSTRUCTION PHASES Bid Phase Attend Pre-Bid Meetimi: Resoonses to RFl's durinJi!: Bid Phase Construction Phase Pre-Con Meetina Construction ProJi!:ress Meetings Floatina Cover OesiJi!:ner Site Visits Review Contractor Submittals 2 Resoonses to RFl's 2 Prepare Record Drawinas PM DurinJi!: Construction Phase 6 CONSTRUCTION INSPECTION Construction Administration Inspection Budret adiustment for future hourtv rate Increase•• I Task Subtotal -Hours 62 Task Subtotal~ Costs $14,570 Sr. Project Project Engineer/ Engineer Designer $200.00 $160.00 6 1 1 6 $200 $960 Engineer Ill/ CITY OF POWAY CLEARWELL UPGRADE PROJECT AMENDMENT No. 1 FEE ESTIMATE INFRASTRUCTURE ENGINEERING CORPORATION Engineer II/ EngineerV Sr. Construction Resident CAD Ill Designer CAD II Designer CAD/ Designer Manager Engineer CM Coordinator $155.00 $145.00 $130.00 $210.00 $160.00 $120.00 1 1 6 4 2 6 6 4 1 8 40 140 30 0 1 8 180 0 $4,650 $0 $130 $1,680 $28,800 $0 •• A bud1•t adjustment Is Included to account for 3% increase In hourly rates for the En1ineerin1 and Construction Mana1ement staff providin1 services durln1 the assumed construction period of October 2020-May 2021. Subtask Subtask Amendment No. Labor-Hours Labor Cost Direct Cost Subcontract 1 Cost Original Contract Total Cost with Cost Amendment No. 1 $470 S9 220 S9 690 2 $470 so so S470 S4 920 S5 390 0 $0 $0 $0 so S4 300 S4 300 $12 715 $47,153 $59 868 7 $1195 $0 $0 $1195 $6 319 $7 514 o $0 $0 $0 $0 $9,490 $9 490 4 $860 $0 $6,300 $7160 $0 $7160 0 so 0 $0 $0 $2 620 S2 620 0 $0 0 $0 so $3 190 $3190 8 $1880 0 $0 $1880 S23 040 $24 920 0 $0 0 so so s2 494 s2 494 11 S2 480 0 $0 s2 480 so $2 480 $45 360 $124 483 S169 843 13 s2 540 S700 S28 875 S32115 S89135 $121250 5 $855 so S6 300 $7 155 S22 330 S29 485 3 $545 $0 $1575 $2,120 $3 973 $6 093 10 $1,870 $0 $2100 $3 970 $9 045 $13015 $940 $8,990 $9 930 4 S940 so so S940 S3 345 S4 285 0 So $0 $0 So S5 645 $5 645 S2 820 S9 400 S12 220 12 $2 820 so so S2 820 S9400 S12 220 $16 655 $83 740 $100 395 0 so so so so s2 315 S2315 0 so so $0 so $4 435 S4 435 0 $0 $0 so so $2 545 $2 545 0 so so so so S4 760 S4 760 0 so so $0 so $30135 S30135 8 Sl 400 so S9 765 $11165 S20910 S32 075 6 Sl 090 so Sl 607 S2 697 $7195 S9 892 1 $155 so $1 229 $1384 $7,685 $9 069 6 Sl 410 $0 $0 Sl 410 $3 760 $5 170 $35,214 $102,835 $138 049 48 $8080 $0 $0 $8080 S26185 $34 265 140 $22 400 $0 $0 $22 400 S76 650 $99 050 $4 734 so S4 734 288 -------$50,990 $700 $57,750 $114,174 $385,821 $499,995 AMENDMENT No. 1 TOTAL FEE: $114,174 ORIGINAL TOTAL FEE: $385,821 TOTAL FEE WITH AMENDMENT No. 1: $499,995 Page I of I 10/17/2019 April 20, 2021, Item #5Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 Infrastructure Engineering Corporation 14271 Danielson St. Poway, CA 92064 Attention: Anders Egense, PE July 26, 2019 (via email) City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #1 Mr. Egense, Infrastructure Engineering Corporation (IEC} was retained by the City of Poway (City) for the subject project. Hilts Consulting Group (HCG) was retained by IEC to provide professional engineering services for the floating cover portions of the project, as detailed in the original agreement. As part of the original scope or work and as a result of the existing HDPE liner material investigations there is sufficient evidence to suggest the existing liner material may be at or near the end of its useful life and highly doubtful the existing liner is adequate to expect an additional 20 years or more of service life to coincide with the anticipated life of the proposed replacement floating cover. To provide the City additional information to assess an alternate project implementation strategy, HCG proposes material testing be performed on the existing Hypalon floating cover material. The purpose of the material testing is to estimate the additional remaining life for the existing floating cover material and in turn provide the City additional time to plan and implement the necessary measures to accommodate a clearwell liner and floating cover replacement. Scope of Work: HCG will provide coordination and collaboration with IEC and 3rd party geomembrane material testing laboratory. HCG has (2) existing Hypalon floating cover material samples obtained as a result of the prior existing HDPE liner material acquisition. The floating cover samples are above the reservoir normal water level and from the north and west side slopes. H C G 36 of 151 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #1 July 26, 2019 Page 2 HCG will retain a 3rd party material testing laboratory to perform geomembrane floating cover material testing. Proposed tests include thickness, tensile strength, tensile elongation, tear strength, hydrostatic resistance, ply adhesion, water absorption, and surface cracking. HCG will review 3rd party laboratory test results and provide professional opinion on the condition of the existing Hypalon floating cover material. PROFESSIONAL FEES The professional fees for scope of work defined above are proposed on a time and materials basis with an estimated $6,000 not to exceed amount. The fee associated with the additional work is comprised of 12 hours of HCG involvement plus the 3rd party laboratory testing and associated markup. At the direction of IEC, additional services may be performed and shall be based on the hourly rates in the attached fee schedules plus reimbursable expenses. Please review this change order proposal and if acceptable forward an agreement amendment so the above work may be initiated. HCG appreciates the opportunity to continue collaborating with the IEC on the City of Poway, Clearwell Upgrades Project. If you have any questions regarding this proposal, please call me at (909) 590-5200. Very truly yours, Hilts Consulting Group, Inc. z.~S.Ea-President H C G 37 of 151 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 Infrastructure Engineering Corporation 14271 Danielson St. Poway, CA 92064 Attention: Anders Egense, PE October 14, 2019 (via email) City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 Mr. Egense, Infrastructure Engineering Corporation (IEC) was retained by the City of Poway (City) for the subject project. Hilts Consulting Group (HCG) was retained by IEC to provide professional engineering services for the floating cover portions of the project, as detailed in the original agreement. As part of the original scope or work and as a result of the existing HDPE liner material investigations there is sufficient evidence to suggest the existing liner material may be at or near the end of its useful life and highly doubtful the existing liner is adequate to expect an additional 20 years or more of service life to coincide with the anticipated life of the proposed replacement floating cover. The City has requested a proposal to include professional engineering services for a replacement geomembrane liner. Scope of Work: The geomembrane liner is envisioned to be a 45 mil, 3 ply, CSPE geomembrane liner material supported on a nonwoven geotextile laid over the existing asphalt plank lining system. Work may include minor modifications to existing hydraulic structures located within the reservoir to better accommodate the new floating cover and replace existing corroded miscellaneous metal items (i.e., gratings). Since the reservoir will be out of service modifications to the (2) existing Inlet structures, (4) outlet structures, and Overflow structure within the reservoir will be performed to make the structures more floating cover friendly. The modifications will include reducing the height of vertical concrete walls so structures are lower profile and more flush with reservoir floor and side slopes, eliminate need for pipe grillages or reduced grillage height, minor concrete repairs where necessary, and replace existing corroded gratings. H C 38 of 1 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Page 2 HCG's scope of work includes preparing design drawings and technical specifications for the additional geomembrane liner and incorporated into the floating cover scope of work construction bid documents. The geomembrane liner design shall be.based on the current state of the art design and will be in accordance with the latest standards: • AWWA "Flexible-Membrane Covers and Linings for Potable-Water Reservoirs," AWWA Manual M25. • AWWA "Standard for Flexible-Membrane-Lining and Floating-Cover Material for Potable-Water Storage," D130. HCG proposes to perform the following professional engineering services: Task 1-Proiect Kick-off and Data Collection • No additional work to be performed. Task 2.2 -Geomembrane Liner Material Testing • No additional work to be performed. Task 2.3 -Clearwell Assessment • No additional work to be performed. Task 3.1-Plans, Specifications and Estimates H C 39 of 1 • Provide additional project management. • Provide additional coordination and collaboration with IEC regarding liner portion of work. • Review AWWA California-Nevada "Reservoir Floating Cover Guidelines" (Guidelines); AWWA Manual M25, "Flexible-Membrane Covers and Linings for Potable-Water Reservoirs;" and AWWA Standard D130, "Flexible-Membrane Materials for Potable Water Applications" for applicability to site-specific project requirements. • Prepare detailed construction drawings, technical specifications, and calculations for liner portions. • HCG estimates up to an additional 12 drawings for geomembrane liner portions of project and up to an additional 3 structural drawings for existing structures modifications. Liner drawings will be incorporated into floating cover drawings. • Prepare additional Technical Specifications in CSI 17-division, 3-part format for liner related portions of work. Estimate the following specification sections: o 02050, Demolition o 02776, Geomembrane Liner o 05500, Miscellaneous Metalwork Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Page 3 o 07120, Fluid Membrane • Prepare and incorporate liner progress submittals with floating cover work. • Provide engineer's opinion of probable construction cost estimate and construction schedule duration for geomembrane liner portions of work. Task 3.2 -Coordination Meetings • Attend additional (1) liner scope coordination meeting. Task 4 -DDW Coordination & Meeting • No additional work to be performed. Task 6.1-Bid Period Support • No additional work to be performed. Task 6.2 -Engineering Support During Construction Phase • Review Contractor submittals and shop drawings for conformance with engineering design drawings and technical specifications. Proposal assumes up to (10} liner related submittals and shop drawings. • Prepare written technical responses to Contractor's Requests for Information (RFI). Proposal assumes up to (2) RFl's for geomembrane liner portions of work. • Proved record drawings based on redline as-built markups provided by the Contractor, construction manager, and/or Poway for geomembrane liner portions of work. HCG is not responsible for documenting in-field changes or performing final as-built site survey at completion of construction. Deliverable shall include electronic pdf file of record drawings. Proposal is based on the following assumptions: H C 40 of 1 • Major modifications to existing inlets, outlets, overflow, and drains are not included. • Site drainage improvements are not included. • Chemical disinfection system is not included. • Site work, including yard piping, site drainage, fencing, paving, chemical piping, etc., is not included. • Geotechnical engineering is not included. • Coatings, painting, and cathodic protection systems is not included. • Deliverables shall be in electronic pdf format. Hard copies, if required, shall be provided by others. • Off-site visits to manufacturing plant and shop fabrication for observation and inspection services are not included. Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Page 4 • Construction management, contract management, support services during construction, and inspection services are not included. • No additional data review to be performed pertaining to new liner work. • No additional DDW coordination to be performed pertaining to new liner work. • No additional construction phase coordination or project management to be performed pertaining to new liner work. • No additional construction phase site visits or meetings to be performed pertaining to new liner work. PROFESSIONAL FEES The professional fees for change order scope of work defined above are proposed on a time and materials basis with a cost breakdown as listed below. Task 1 Kickoff & Data Review 2.2 Geomembrane Material Testing 2.3 Clearwell Assessment 3.1-Plans & Specifications 3.2 -Design Coordination Meetings 4 -DDW Coordination 6.1-Bid Period Support 6.2 -Engineering Support During Construction Total Fee $0 $0 $0 $35,000 $2,000 $0 $0 $12,000 $49,000 At the direction of IEC, additional services may be performed and shall be based on the hourly rates in the attached fee schedules plus reimbursable expenses. H C 41 of 1 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Page 5 Please review this change order proposal and if acceptable forward an agreement amendment so the above work may be initiated. HCG appreciates the opportunity to continue collaborating with the IEC on the City of Poway, Clearwell Upgrades Project. If you have any questions regarding this proposal, please call me at {909} 590-5200. Very truly yours, Hilts Consulting Group, Inc. Xtz6s_E/zt-President H C 42of 1 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5HILTS CONSUL TING GROUP, INC. FEE SCHEDULE FOR PROFESSIONAL ENGINEERING SERVICES Professional Services: Classification / Title Principal Senior Engineer Project Draftsperson Clerical Reimbursable Expenses Reproduction Outside Consultant Services Automobile Transportation Delivery/ Courier/ Express Mail Travel/ Subsistence Notes: Hourly Billing Rate $200.00 $185.00 $115.00 $55.00 Cost plus 15% Cost plus 15% $0.55 / mile Cost plus 15% Cost 1. Hourly billing rates and reimbursable expenses effective for the 2019 calendar year. 2. Hourly billing rates for calendar years after 2019 shall be increased for inflation. 3. Automobile transportation reimbursable expenses for calendar years after 2019 shall be adjusted per IRS regulations for vehicular expenses. H C 43 of 1 Hilts Consulting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Poway Water District Poway Treatment Plant, Clearwell Floating Cover Assessment, Design & CA Phases -Professional Fee Estimate Change Order #2 TASKS (black text ; original scope) (green text; added scope with change order number) rrask 1 Kickoff & Data Review Review Project Information Kick-off Meeting & Site Visit #2: Liner Scope 2.2 Geomembrane Material Testing 5ite Visit, Coordination & Engineering Liner Material Testing (TRI) #1: Floating Cover Material Testing Coordination #1: Floating Cover Material Testing (TRI) 2.3 Clearwell Assessment Project Management Site Visit for Dive Inspection Observation Engineering Draft Report Final Report Draft Report Review Conference Call 3.1 -Plans & Specifications Floating Cover Engineering AutoCAD base file Floating Cover Drafting Respond to Owner Review Comments Electrical Contract support lcivil Site Contract support Review Specifications Division 0 Review Technical Specifications (division 1-special conditions) tTechnical Specifications (division 2 -geosynthetics) trechnical Specifications (division 3 -concrete) tTechnical Specifications (division 5 -metals) trechnical Specifications (division 11 -equipment) IConstruction Cost Estimate (floating cover) #2: Liner Coordination & Project Management #2: Liner Engineeri ng #2: Liner Drafting #2: Liner Specs #2: Li ner Cost Estimate & Schedule 13.2 -Design Coordination Meetings Design Review Meetings (50%, 90"/4) Design Review Conference Call (100%) #2: Liner Scope Coordination Meeti ng ~ -DDW Coordination DDW Meeting Engineering Support Respond to Regulatory Agency Review Comments #2: Liner Additional DDW Coordination/Responses 5.1 -Bid Period Support Prebid Meeting Bid Period Support 6.2 -Engineering Support During Construction Precon Meeting Floating Cover Site Visits & Meetings Review Floating Cover Submtttals / Shop Drawings Floating Cover RFl's, Plan Interpretation & Drawing Revisions Floating Cover Record Drawings #2: Liner Coordination & Project Management #2: Liner Site Visits & Meetings #2: Review Liner Submittals / Shop Drawings #2' Liner RFl's, Plan Interpretation & Drawing Revisions H C 4'i>t 151 #2: Liner Record Drawings Subtotals HCG Quan (duration) (units} 1 16 hrs 1 trips 10 hrs O hrs 1 trips 10 hrs 1 12 hrs 6wks 1 hrs 1 trips 10 hrs 1 12 hrs 1 20 hrs 1 4hrs 1 2 hrs 1 60 hrs 1 20hrs 25 dwgs 3 8 hrs 1 15 hrs 1 15 hrs 1 8 hrs 1 16 hrs 1 40 hrs 1 10 hrs 1 12 hrs 1 12 hrs 1 12 hrs 1 15 hrs 1 30hrs 15 dwgs 1 32 hrs 1 8 hrs 2 trips 8 hrs 1 3 hrs 1 trips 8 hrs 1 trips 8 hrs 1 8 hrs 1 lOhrs Ohrs 1 trips 6 hrs 1 10 hrs 1 trips 6 hrs 12 trips 12 hrs 20 5 hrs 8 4 hrs 1 15 hrs 0 hrs Ohrs 10 5 hrs 2 4 hrs 1 6 hrs Hours 26 16 10 0 36 24 12 48 10 12 20 4 2 771 60 20 275 24 15 15 8 16 40 10 12 12 12 15 30 167 32 8 27 16 3 8 26 8 8 10 0 16 6 10 361 6 144 100 32 15 0 0 50 8 6 1,311 Class (p/s/d} s s s s p s s s s p s d d s s s s s s s s s s s s d s s p p p p s s p s p s s s s s s s Labor Prin. Eng. Sen. Eng. Draft. Reimb Task Totals Fee Fee Fee Hours Fee $ 200 $ 18S $ 115 $0 $4,810 $0 $110 26 $5,000 $2,960 $1,850 $110 $0 $6,660 $0 $7,210 36 $14,000 $4,440 $110 S3,600 $2,220 $3,500 $400 $8,510 $0 $110 48 $9,000 $0 $1,850 $110 $2,220 $3,700 $740 $400 $0 $57,165 $53,130 $0 771 $110,000 $11,100 $2,300 $31,625 $4,440 $2,775 $2,775 $1,480 $2,960 $7,400 $1,850 $2,220 $2,220 $2,220 $2,775 $5,550 $19,205 $5,920 .. $1,480 $5,400 $0 $0 $330 27 $6,000 $3,200 $220 $600 $1,600 $110 $1,600 $3,330 $0 $110 26 $5,000 $1,600 s110 $1,480 $1,850 $1,200 $1,850 $0 $110 16 $3,000 $1,200 $110 $1,850 $1,200 $65,675 $0 $1,430 361 $68,000 $1,200 $110 $26,640 $1,320 $18,500 $5,920 $2,775 $0 $9,250 $1,480 $1,110 $ 9,800 $ 148,000 $ 53,130 $ 9,410 1,311 $220,000 .. Original Agreement (Floating Cover only) Amendment #1 (Floating Cover Material Testing) Proposed Change Order #2 (Liner Design) 975 12 324 $165,000 $6,000 $49,000 Hilts Consulting Group. Inc. 5590 Via cle Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5STE\ I~ \l,\US, i\layor Ci\ YLIN l;R \NK, Deputy ,\1ayor D.-\ \'I•: Cll..OSCl I Cnundmcmbcr 13,\RRY LEON.-\RD, Cot1ncilmembcr JOI r /\'lULLii , Councilmunbcr January 17, 2020 Anders Egense, P.E. CITY OF POWAY VIA EMAIL & FIRST-CLASS MAIL Infrastructure Engineering Corporation 14271 Danielson Street Poway, CA 92064 Subject: Notice to Proceed: Design Amendments No. 2 and 3 for the Clearwell Upgrades Project Dear Mr. Egense: This letter will serve as your Notice to Proceed for Amendment No. 2, Evaluation of Clearwell Alternatives in the amount of $34,100.00 and Amendment No. 3, Clearwell Bypass in the amount of $253,760.00, for the Clearwell Upgrades Project. The amended scopes and basis of payment for each amendment shall be in accordance with the not-to-exceed total fee of $287,860.00 as provided in the enclosed copies of Amendments No. 2 and 3. The revised total not-to-exceed fee for the project is $787,855.00. This letter also directs you to place work related to the original scope and Amendment No. 1 temporarily on hold while work is completed on Amendments No. 2 and 3. You will be informed in writing when these portions of the work may be resumed. If you have any questions or need further information, please do not hesitate to contact me at (858) 668-4653, or via email at mrocco@poway.org. Sincerely, RVICES DEPARTMENT Melody o, P.E. City Engineer Enclosure: Amendments No. 2 and 3 c: Darian Demerjian, Management Analyst M:\ClP _Development\CIP Projects\ WTR0020 Clearwell Upgrades\Correspondence\Consultant\NTP JEC Amendment 2 and 3 Letter.doc 45 of 151 ATTACHMENT C City Hall Located at 13325 Civic Center Drive Mailing Address: P.O. Box 789, Poway, California 92074-0789 www.poway.org April 20, 2021, Item #5January 15, 2020 Ms. Melody Rocco, PE City Engineer City of Poway, Development Services Department 13325 Civic Center Dr Poway, CA 92064 Re: Poway Water Treatment Plant -Clearwell Upgrade Project Amendment No. 2: Evaluation of Clearwell Alternatives Dear Melody: Per your request, we are pleased to submit this proposal to provide an evaluation of alternatives for the existing 10 MG Clearwell at the Lester J. Berglund Water Treatment Plant (WTP). We understand these services will be executed as an amendment to IEC's existing contract for the Clearwell Upgrade Project (dated May 15, 2019). Our proposed scope of services is aimed at comparing three options for the Clearwell at a conceptual level: retain the existing reservoir with new liner and floating cover or replace the existing reservoir with dual tanks, either welded steel or pre-stressed concrete. The comparison assumes that the operational high water level in the existing reservoir is preserved to avoid hydraulic impacts to the WTP. Information required from the City is as follows: • Billing records from City for water sales and updated GIS data for meters. Data shall encompass past three years of billing data and shall, at a minimum, contain the monthly water consumption and meter ID. The meter ID shall be a unique value that links to a GIS meter element. If there is no unique meter ID, then the meter billing data and GIS should both contain either a parcel number or address. • Data on Clearwell operations under existing minimum and maximum demand conditions. A minimum of one week of data is required from each period from the City showing WTP production rate, Clearwell level, and Clearwell outflow rate on the same time scale (in Excel spreadsheet format with data at 10 min intervals). The specific tasks to be performed are as follows: 1. Demand and Hydraulic Model Update • Obtain and review billing data from City. • Update existing system demands in the City's hydraulic distribution system model. Perform analysis of the billing data to determine the three-year average for each 14 91i 1B1ni I on Srre '· f>owoy, C liforni 92064 T 858 413 2400 F 858.4 I 3.2440 WWW iecorporolion.com April 20, 2021, Item #5account. Link the billing data and GIS meters with average annual demands (AAD). Use the functions within the model to load the system demands by pressure zone where possible. Document the final existing AAD in the model. • Develop estimate for ultimate system demands by scaling from the updated existing demands using previous Master Plan (2009) estimates. 2. Clearwell Volume • Review WTP data and analyze Clearwell operation under existing minimum and maximum demand conditions using a mass balance approach. Develop a preliminary volume for the replacement Clearwell (dual tanks). • Conduct an analysis using the updated hydraulic distribution system model to validate the proposed Clearwell volume and WTP capacity in terms of existing demands. Determine impacts, if any, to the WTP and distribution system operations using the proposed Clearwell volume and identify volume adjustments if needed. • Summarize the findings from Tasks 1 and 2 in a brief technical memorandum (TM) and submit to the City in PDF format. • Prepare for and meet with WTP Operation staff to discuss plant and Clearwell operations. The goal of this meeting will be to reach consensus on the volume to be used for evaluating alternative Clearwell structures. 3. Compare Clearwell Structure Alternatives • Evaluate three options based on the parameters from Task 1: o Currently planned floating cover and liner replacement (including potential need for modifications to overflow structure) o Dual welded steel tanks o Dual prestressed concrete tanks • For each option, estimate concept-level construction cost that includes general grading, tank construction, piping modifications, and floating cover/liner replacement (using information from the recent project preliminary design). The estimates will assume existing subsurface conditions can provide satisfactory support for any of the alternatives without special foundation requirements. • Compare the options in terms of capital and life-cycle costs considering estimated future maintenance intervals and operational elements. 4. Report • Summarize the results of the preceding tasks in a report that includes a plan view graphic for each alternative. Submit draft of report in PDF format for City review. • Respond to City comments and submit a final report in PDF format. 47 of 151 April 20, 2021, Item #5Following receipt of the City's notice to proceed and the billing records and operational information described in Task 1, the Clearwell Volume TM will be submitted within three weeks. The Draft Report will be submitted within three weeks of the meeting to discuss the TM. The fee for these services is presented in the attached table and will be invoiced monthly on a time and materials basis. Please advise if this prompts any questions. Thank you for the opportunity to be of service to the City of Poway. Sincerely, /4o .~ Anders . Egense, PE Senior Project Manager Enclosure 48 of 151 April 20, 2021, Item #5~ ID 0 .... ..... ~ Task 1 2 3 4 5 Task/Subtask Description Demand and Hydraulic Model Update Review/Process Demand Data and Update Model Assess Clearwell Volume Assess Volume and Hydraulics Tech Memorandum Meeting Compare Clearwell Struture Alternatives Estimate Capital and Life-Cvcle Costs Compare Options Report Report Proiect Manai?ement Project Management CITY OF POWAY CLEARWELL ALTERNATIVES EVALUATION INFRASTRUCTURE ENGINEERING CORPORATION -FEE ESTIMATE Senior Project Senior Project Engineer Ill I Engineer II/ Engineer I/ Manager CAD/ Subtask Manager CAD Ill Designer CAD II Designer QA/QC Designer Labor-Hours $235.00 $235.00 $155.00 $145.00 $130.00 4 4 12 12 24 1 8 9 3 3 6 20 26 6 6 1 8 16 25 3 3 Task Subtotal -Hours 2 so 0 48 0 100 Task Subtotal -Costs $470 $11,750 $0 $6,960 $0 _>-<:_ Page I of I Subtask Total Direct Cost Subcontract Labor Cost Cost $5,665 $940 $0 $4,725 $5,665 $17,575 $4,560 $0 $8,484 $13,044 $2,115 $0 $1,134 $3,249 $705 $10 $567 $1,282 $5,720 $4,310 $0 $0 $4,310 $1,410 $0 $0 $1,410 $4,435 $4,435 $0 $0 $4,435 $705 $705 $0 $0 $705 ~~ ~~ $19,180 $10 $14,910 $34,100 ENGINEERING SERVICES $34,100 April 20, 2021, Item #5Amendment No. 3 Scope of Services for Clearwell Upgrade Project: Bypass Pipeline BACKGROUND The City of Poway (City) proposes to construct a 36" diameter pipeline to allow the conveyance of treated water from the Lester J. Berglund Water Treatment Plant (WTP) around the Clearwell and directly to the distribution system. The major elements of this Project are: • • • • • • Approximately 770 feet of 36" welded steel pipeline with tee connections to the existing 42" effluent pipeline downstream of the WTP (east connection) and to the existing 36" discharge pipe from the Clearwell (west connection). The east connection is along the exposed effluent pipe located in the pipe gallery where three valves will be located at a new tee. Structural modifications to the concrete pipe gallery and pipe supports will be required. The western connection will be west of the Clearwell in the parking area of the Operations Yard. A cast-in-place concrete vault approximately 15 ft x 15 ft and 8 ft deep will house two valves at the new tee. The vault will have a removable top and access hatch designed for H20 loading. All the valves will be manually operated and will not be connected to SCADA. Valve stem extensions will provide for valve operation from above the vaults. The bypass pipe will include a tee outlet with blind flange in Lake Poway Rd and will be designed to allow flow in both directions in anticipation of the potential future delivery of treated water from the Water Authority. To accelerate the project, the City will pre-procure the large valves via one separate bid package and include the valves as owner-furnished materials in the pipe construction bid package. The City engaged Infrastructure Engineering Corporation (Consultant) via the Clearwell Upgrade Project Agreement dated May 15, 2019 (Agreement) and approved Amendment No. 1 for expanded services dated November 22, 2019. Per City direction, this Amendment No. 2 provides for revised services focused on the Bypass Pipeline. The scope of services under the Agreement and Amendment No. 1 are superseded by the services described in this Amendment No. 2 until such time as the City and Consultant mutually agree to further modify the original Agreement. Described below are the specific Amendment No. 2 tasks to be performed by the Consultant. All tasks are directed to Consultant unless otherwise noted. SCOPE OF SERVICES 1.0 Project Kick-Off and Data Compilation In preparation for the project, review City-provided as-built plans pertinent to the Project. Prepare for and lead one kick-off meeting with City's project team. Lead consultant team members will attend. Prepare agenda and meeting notes. Contact pipe and valve suppliers to assess potential delivery timeframes. Evaluate feasibility for material pre-procurement options for possible project schedule acceleration. Evaluate options for exploring the presence of buried pipelines and obstructions. Submit recommendations to City. 1 ofl 1-15-20 SO of 151 April 20, 2021, Item #5Prepare and submit to City preliminary drawing for pipe connection at existing 42" effluent pipe. Conduct a site visit to observe existing conditions along the pipeline corridor. 2.0 Surveying Obtain mapping using aerial and ground survey to prepare topographic base map suitable for 1" = 20 ft scale along the project corridor for the pipeline design. The City will coordinate with the property owners and arrange for access if required to set aerial mapping targets. 3.0 Utility Data Compilation 3.1 Utility Records Research Perform records research with utility agencies to obtain record drawings for existing utilities along the project corridor. • Contact USA Dig-Alert to obtain pre-planning request listing the existing utility agencies in the project area. Contact the utility agencies that are in or around the proposed work area and request their system maps and record drawings. These are anticipated to include SDG&E, cable TV, fiber optic, and City (water, sewer, storm drain). • Review and plot the utility data on the base mapping per the record information. • Review existing pothole data provided by City and compare with record drawing data. 3.2 Potholing Consultants's subconsultant (AirX) will perform potholing to locate the pipe at the westerly connection point and to identify potential conflicts along the pipe alignment. Up to ten (10) potholes are estimated with associated survey services to tie-in the locations. The pothole information will be included on the plans, and the plans will be submitted to the respective utility owner for conflict checking at the 60% design stage. Potholes in paved areas will be patched with perma-patch type material. Tie-in pothole locations to mapping via field survey. 4.0 Field Investigations 4.1 Geotechnical Investigation Consultants's subconsultant (Ninyo & Moore) will perform an investigation to evaluate the geotechnical and geologic conditions along the pipeline corridor. The specific tasks to be performed are: 51 of 151 • Review available literature pertinent to the geotechnical conditions at the site. • Mark the proposed boring locations for clearance by Underground Service Alert. Obtain a no-fee Right of Way Permit from the City. • Drill three (3) exploratory borings utilizing a truck-mounted drill rig to a depth of approximately 20 feet below ground surface or practical refusal, whichever is less. Traffic control will be provided for the boring along Lake Poway Rd. • Log the materials encountered in the borings and obtain samples for visual examination and laboratory testing, as well as assessment of groundwater levels, if encountered. The borings in paved areas will be patched with perma-patch type material. • Perform laboratory tests consisting of in situ moisture content and density, grain-size distribution, 2 of7 1-15-20 April 20, 2021, Item #5Atterberg limits, R-value, and corrosivity. • Assess potential geologic hazards that may affect site development such as settlement, liquefaction, collapse, and earthquake shaking, and develop recommendations for site preparation and earthwork, excavations, shoring, backfill, and corrosivity of the on-site soil in respect to concrete. • Prepare a geotechnical report presenting the findings, conclusions, and recommendations. 4.2 Corrosivity Assessment Consultant's subconsultant (RF Yeager Engineering) will conduct a corrosivity assessment for the pipeline corridor and identify appropriate cathodic protection features to be included in the design. 5.0 Preliminary Design 5.1 Distribution System Hydraulic Analysis The purpose of this task is to evaluate the operation of the WTP and distribution system with the Clearwell offline and the bypass pipeline in operation. Consultant's subconsultant (Mission Consulting Services) will perform this analysis. • Meet once with WTP Operations staff to discuss WTP operational flexibility and any WTP or system constraints that must be considered. • Use current hydraulic model with updated demands to perform extended period simulation analysis of the system over week-long periods of low demand (winter), average day, and maximum day (higher demand summer) conditions. Make up to six (6) model runs to evaluate WTP production rate relative to water tank levels. Potential future system modifications (as proposed in previous Master Plans) will not be included in the model. • Prepare a technical memorandum summarizing the results and conclusions/recommendations identified by the analysis. This subtask assumes that under separate authorization the existing demand and the ultimate demand projection have been updated to reflect information using recent billing data and that these demands have been incorporated into the City's hydraulic distribution system model. 5.2 Preliminary Design Memorandum Prepare and submit in a Draft Preliminary Design Memorandum (in PDF format) that addresses the following: • Description of the bypass pipe including figures (11 x 17) to show the alignment and preliminary configuration of each connection. • Results of hydraulic analysis from Task 5.1 above. • Description the pre-procurement package for the valves. • Preliminary construction cost estimate. • Cathodic protection recommendations. Meet once with the City to review the memorandum and address questions. Prepare and submit a final memorandum. The final memorandum will form the basis for the final design effort. 3 ofl 1-15-20 52 of 151 April 20, 2021, Item #56.0 Design 6.1 Pre-procurement Package for Valves Prepare a pre-procurement bid package for the valves and operators that is estimated to encompass two 42-inch diameter butterfly valves and three 36-inch diameter butterfly valves. The package will be comprised of a valve specification and delivery requirements. Submit a draft of the bid package to the City for review. Upon receipt of comments, prepare and submit final bid package. The City will prepare front end and contract documents and issue the packages for bidding. 6.2 Pipeline PS&E Prepare a bid ready set of construction drawings, technical specifications, and an opinion of construction cost estimate {PS&E). The design will be submitted to the City for review and comment at these stages: 60%, 100% and Final. The PS&E deliverables are estimated to be comprised of the following: • Plans: Plans will be prepared on "D" size 24"x36" sheets at appropriate scales to show the work clearly. The project plan set is expected to include the following: Sheet Description Discipline Estimated Number Title Sheet, Vicinity Map, Index of Drawings, Legend General Construction Notes, Abbreviations, Key Map General Pipeline Plan and Profile {l" = 20 ft scale) Civil Pipeline Details Civil Valve Vaults Civil Pipe Connection & Vault Details Civil Cathodic Protection Details Civil Valve Vault Notes, Abbreviations, Details Structural Total The plans will be prepared using AutoCAD 2018 with the following deliverables: a 60% and 100% submittals: one PDF submitted electronically. of Sheets 1 1 3 1 2 1 2 7 18 a Final submittal: one (1) full-size, signed and stamped mylar original set of plans. An electronic submittal will also be made including the drawing AutoCAD files, specifications {Word files), and cost estimates (Excel spreadsheets). • Specifications: Contract specifications will consist of mark-ups of the City's General and Technical Provisions to make them project specific and will utilize current Greenbook and City supplemental specifications where practical. Additional supplemental specifications, such as the steel pipe, will be provided in CSI format. Submit to the City for review at 100%. Submit Word files electronically for each submittal. The City will prepare front end bidding and contract documents. • Estimated Contractor Construction Schedule: As part of the 100% submittal, provide an estimated construction schedule showing major project elements, and estimated durations and sequence of work. Include any shutdown of plant operations along with estimated shutdown duration. Submit schedule electronically in PDF format. 4 ofl 1-15-20 53 of 151 April 20, 2021, Item #5• Opinion of Construction Cost Estimate: Prepare construction cost estimate developed using estimated quantities from the design and general unit cost factors at 100% and Final. Submit one Excel spreadsheet file in City bid list format with each submittal. 6.3 Design Coordination Meetings Consultant will prepare for and conduct up to three (3) coordination meetings/telecons with the City to discuss project elements. Prepare and submit meeting notes. 6.4 DDW Coordination Submit the 100% plans to California State Water Resources Board -Division of Drinking Water (DDW) for their information and review. Respond to their questions and incorporate their comments into subsequent submittals. Assist the City with obtaining DDW approval for project. Provide these services on a time and materials basis up to the level of effort defined in the subtask budget. 7.0 Environmental Support Services Provide technical documentation and support for project CEQA review and planning approvals. It is assumed that City will prepare and process any documents required for CEQA compliance. These services will be provided at City request and up to the level of effort defined in this task budget. 8.0 Project Management during Design Phase Provide project administration and coordination with subconsultants to monitor their progress and provide interdisciplinary review of consultant and subconsultant work products. 9.0 Engineering Support during Bid and Construction Phases The support services may encompass one or more of the activities listed in each subtask. The services will be provided at City request on a time and materials basis up to the level of effort defined in the task budget. 9.1 Bid and Acquisition Phase Support for Valve Pre-procurement Package • Provide responses to requests for information (RFl's) via e-mail to the City. Up to one (1) RFI is estimated. City will prepare and distribute addenda. • Review contractor submittals received from the City for general conformance with the contract documents. Provide written response noting exceptions and/or comments within fifteen {15) working days. Assume a total of up to two (2) submittal reviews and re-reviews. 9.2 Bid Phase Support for Pipeline Construction Package 54 of 151 • Attend the pre-bid meeting. The City will facilitate the meeting. • Provide responses to requests for information (RFl's) via e-mail to the City. Up to three (3) RFl's are estimated. City will prepare and distribute addenda. 5 ofl 1-15-20 April 20, 2021, Item #59.3 Construction Phase Support • Review contractor submittals received from the City for general conformance with the contract documents. Provide written response noting exceptions and/or comments within fifteen (15) working days. Assume a total of up to sixty (60) submittal reviews and re-reviews. • Assist the City with responding to change orders, field orders, and RFls. Provide responses ( in e-mail or memorandum format) to the City within five (5) working days and in accordance with the contract documents. Assume responses for up to ten (10) items. • Prepare record drawings by incorporating "red-lined" changes, as documented and recorded by the contractor and/or construction manager, on the original Mylars. If the extent of changes makes it impractical to revise an original Mylar sheet, individual original Mylar sheets may be voided and replacement sheets may be added. Within six weeks of the receipt of the red lines, submit one set of original mylar record drawings and PDF file of all drawings. 9.4 Construction Phase Meetings • Attend the pre-construction meeting. The City will facilitate the meeting. • Attend up to ten (10) construction progress meetings and/or construction site visits as requested by the City. 9.5 Consultant Project Management during Bid & Construction Phases Provide project administration and coordination with subconsultants to monitor the support services. 10.0 Additional Services Provide technical support to assist City with response to Clearwell water quality issues. These services may include: meeting attendance, review and assessment of overflow and storm drain system pipelines and tributary areas, and preparation/submittal of information to the City. These services will be provided at City request up to the level of effort defined in this task budget. SCHEDULE Tasks 1, 2, 3.1, 5.2 and 10 have been initiated in response to the City's emergency request on December 1, 2019. The schedule for completion of the services described herein assumes the City approves this Amendment No. 2 by January 15, 2020. This schedule assumes timely responses for information and meeting coordination with the City and allows for design submittal review periods by City of two (2) weeks. Submittal Preliminary Design Memorandum 60% PS&E Valve Pre-procurement Package -Draft 100% PS&E Final PS&E Date March 31, 2020 April 30, 2020 May 8, 2020 June 11, 2020 July 9, 2020 Bid & construction phase support services will be performed on an as-needed basis in response to City requests. Construction phase support services are anticipated to be completed by May 31, 2021. 6 o/7 1-15-20 55 of 151 April 20, 2021, Item #5ASSUMPTIONS • No hazardous materials investigations, studies, or consultations will be performed. • Construction management, administration and inspection will be performed by the City. • In-plant inspection of the valve and pipe fabrication is not included. • City will pay all permit and review fees required by reviewing agencies (e.g. DDW). • The project will be designed and bid as one (1) construction project, not split into individual projects. • Environmental permit compliance and permit requirements will be provided by others. Compliance requirements pertinent to the construction will be included in the project specifications during design. Cultural/archeological/paleontological resources assessments and monitoring during construction, if needed, will be provided by others. • The contractor will prepare and submit the Storm Water Pollution Prevention Plan (or Water Pollution Control Plan, if that is the required approach). • The design of any shoring required for construction will be the responsibility of the contractor. • The contractor will prepare traffic control plans and acquire any necessary encroachment permits. • The City will handle public notifications, outreach, and any coordination needed with community groups. • No modifications to other utility systems are anticipated. If it is determined during design that potholing or utility modifications are required, these services can be provided upon mutual written agreement. • ADA improvements are not required. • Surface repairs and landscape replacement will be replace-in-kind. • City or contractor will provide construction staking. 7 ofl 1-15-20 56 of 151 April 20, 2021, Item #5V, ..... 0 .... ..... V, ..... Task 1 2 3 3.1 3.2 4 4.1 4.2 5 5.1 5.2 6 6.1 6.2 6.3 6.4 7 8 Senior Project Manager Task/Subtask Description QA/QC $235.00 Kick-off and Data Compilation Review information/clans Kick-off meetin• 3 Provide technical •uidance to Citv rel!ardinl! Bvoass Pioe 2 Site visit Surveying Survevin• / Maooin• Pothole Tie-ins Utilitv Data ComPilation Utility A•ency Research and Data Review Potholin• {uo to 10) Field lnvesthi:atlons Geotechnical lnvesti•ation Corrosivity Assessment Preliminary Desi11n Distribution Svstem Hydraulic Analysis Coordination meetin• Pre-Desi•n Memorandum 2 Review Meetin• Desil[n Pre-orocurement Packa•e -Valves 1 PS&E Plans: 60% / 100% / Final Specifications 8 Schedule Construction Cost Estimate Design Coordination Meetinl!s 13l DDW Coordination Environmental Support Environmental Suooort Proiect Mana11ement durinl! Desil!n Phase Project Manal!ement durin• Desi•n Phase Task Subtotal -Hours 16 Task Subtotal -Costs $3,760 CITY OF POWAY CLEARWELL UPGRADES PROJECT -BYPASS PIPELINE INFRASTRUCTURE ENGINEER/NG CORPORATION -FEE ESTIMATE Senior Project Sr. Project Project Engineer Ill I Engineer II/ Engineer I/ Engineer I CAD/ Manager Engineer CAD Ill Designer CAD II Designer Designer Designer $235.00 $200.00 $170.00 $155.00 $145.00 $130.00 4 4 6 8 4 4 2 8 1 4 24 4 4 1 4 6 3 8 1 2 8 8 4 16 40 28 4 4 16 40 160 160 12 12 8 12 4 8 28 158 0 0 248 264 4 $37,130 $0 $0 $38,440 $38,280 $520 Page 1 of2 Project Field Subtask Subtask Total Surveyor 2-Man Crew Direct Cost Subcontract Labor-Hours Labor Cost Cost $145.00 $260.00 $7 285 4 $940 $0 $0 $940 7 $1645 $10 $0 $1655 16 $3 120 $0 $0 $3 120 8 $1,560 $10 $0 $1,570 $11350 40 50 $7 510 $20 $2 415 $9 945 8 9 $1395 $10 $0 $1405 S25 178 36 S5 760 $0 $0 $5 760 11 $1 725 $0 $17 693 $19 418 $26 782 11 $1865 $0 $21 000 $22865 3 $525 $0 $3,392 $3,917 $30 770 16 $3 040 so $11340 $14 380 4 $940 $10 $0 $950 86 $14 490 $0 $0 $14 490 4 $940 $10 $0 $950 $101291 21 $3 495 $0 $0 ~3 495 368 $59,280 $150 $30,156 $89,586 24 $4 560 $30 $0 ,;4 590 20 $3 620 so $0 $3 620 $2100 12 $2 100 $0 $0 $2100 $6 580 28 $6 580 $0 $0 $6 580 48 0 738 --- - - $6,960 $0 ~ $125,090 $250 $85,995 $211,335 PRE-DESIGN & DESIGN SERVICES $211,335 1/15/2020 April 20, 2021, Item #5u, 00 0 ..... .... u, .... Task 9 9.1 9.2 9.3 9.4 9.5 10 Task/Subtask Description En11ineerin11 Suooort Services Durinl! Bid & Construction Bid & Acquisition Phase Support for Valve Pre-procurement RFls Submittal Reviews Bid Phase Support for Pipeline Construction Attend ore-bid meetine RFls Construction Phase Suooort for Pioeline Submittal Reviews RFls Record Drawines Meetines Pre-construction meetine Progress meetings (up to 10) Proiect Manaeement durinl! Bid/Construction Phases Task Subtotal -Hours Task Subtotal -Costs !Additional Services !Technical Suooort oer Citv Request for Clearwell Water Qualitv I I Task Subtotal -Hours Task Subtotal -Costs Senior Project Manager QA/QC $235.00 0 $0 9 9 $2,115 CITY OF POWAY CLEARWELL UPGRADES PROJECT -BYPASS PIPELINE INFRASTRUCTURE ENGINEER/NG CORPORA T/ON -FEE ESTIMATE Senior Project Sr. Project Project Engineer Ill/ Engineer II/ Engineer I/ Engineer I CAD/ Manager Engineer CAD Ill Designer CAD II Designer Designer Designer $235.00 $200.00 $170.00 $155.00 $145.00 $130.00 1 2 1 3 2 4 4 16 60 8 8 8 2 12 2 2 20 24 80 0 0 20 79 0 $18,800 $0 $0 $3,100 $11,455 $0 11 4 2 11 0 0 4 0 2 $2,585 $0 $0 $620 $0 $260 Page 2 of2 Project Field Subtask Subtask Total Surveyor 2-Man Crew Direct Cost Subcontract Labor-Hours Labor Cost Cost $145.00 $260.00 $35 250 3 $525 $0 $0 $525 4 $670 $0 $0 $670 2 $470 $10 $0 $480 8 $1520 $0 $0 $1520 76 $12 460 $0 $1,575 $14 035 24 $4 280 $0 $0 $4 280 16 $2 620 $100 $0 $2 720 2 $470 $10 $0 $480 20 $4,700 $200 $0 $4,900 24 $5 640 $0 $0 $5 640 0 0 179 :::::><: ::::::=-=::::: :::;:::-:::::: ~ $0 $0 __::::><__ $33,355 $320 $1,575 $35,250 CONSTRUCTION SUPPORT SERVICES $35,250 $7 175 26 $5 580 $20 $1575 $7 175 0 0 26 :::::::>< '"::::><:: ~ :::::::-::::::: $0 $0 ::>-<::: $5,580 $20 $1,575 $7,175 ADDITIONAL SUPPORT SERVICES $7,175 TOTAL SERVICES $253,760 1/15/2020 April 20, 2021, Item #5STEVE V,\l.', Mny r CITY OF POWAY ' C ' . '[)Ul r,, y [ AV ,, ,, iltn · 1 i.:r J \Rl , C · mbcr VIA EMAIL & FfRST CLASS MAIL July 14, 2020 Anders Egense, P.E Infrastructure Engineering Corporation 14271 Danielson Stree1 Poway, CA 92064 Subject: otice to Proceed: Design Amendments No. 4 for the Clea,weU Upgrades Project (Clearwell Bypass) Dear Mr. Egense: This letter will serve as your o ice to Proceed for Amendment No. 4, Design for Bypass Tank. The revised fee includes repurposing portions of the design and construction inspection for the original Clearwell Upgrades project scope. It also re urposes construction support for the bypass pipeline. The amended scope and basis of payment for his amendmen shall. be in accordance ~it the not-to-ex eed total fee of $424,846.00 as provided in the enclosed copy of Ame dment No. 4. The total not-a-exceed f-ee for the proje remains $787,855.00. The design of this project is being fun ed f on the Clearwell Upgrades project (VVTROO20) however futu e correspondence and project documents should refer to the project ti .le as Clear.Nell Bypass (WTR0028). If you have any questions or need further i formation. please do no hesitate to contact me at (858) 668-4653, or via email at mrocco@po -_ ay. rg. Sincerely, E closure: Amendment No. 4 c: Darian Demerjia , Management Analyst M:\C(P _Dev lopm nt CIP Pro·e ts\: 'TR00 C(earwell Up rad s ,Corr spon ence\Cons lta t\ 1TP 1EC Am ·ndm ,nt 4 L~ ~-C ATTACHMENT D City ]I L 315 Civic Ce.nt r ri e M;1iling Addrc·s: P , Po • y1 Califont. 92 74-07 9 59 of 151 April 20, 2021, Item #5Amendment No. 4 Scope of Services for Clearwell Upgrade Project Design for Bypass Tank BACKGROUND Based on the results of previous evaluations, the City of Poway (City) proposes to construct a 2.5 MG tank as part of a bypass system that will allow the conveyance of treated water from the Lester J. Berglund Water Treatment Plant (WTP) around the existing Clearwell and directly to the distribution system. The major elements of this Project are assumed to be as follows: • A 2.5 MG tank to be located on a vacant site north of Lake Poway Rd opposite the existing Clearwell. The tank will be connected on the inlet and outlet sides to the Bypass Pipeline (a proposed pipeline being designed under a separate authorization). • The tank will be a permanent, circular pre-stressed concrete tank with column supported concrete roof that is partially buried with high water and floor levels that match the existing Clearwell. • Tank appurtenances: main and secondary entrance hatches with interior stairway and ladder, vents, overflow pipeline with air-gap connection to storm drain, and underdrain leak detection piping. • A valve vault located adjacent to the tank that is approximately 10 ft x 10 ft x 20 ft deep. • Manually operated valves. • Site improvements: paved access road, fencing, landscaping, temporary irrigation for plant establishment, storm drain hydromodification and bio-retention. • Basic 120v power supply at the tank entrance hatch tank. • Instrumentation comprised of sonic water level measurement with signal conveyed to WTP control building. • The construction plans and specifications for the tank will be merged with the documents for the bypass pipeline and issued for bidding and construction as one combined project. The City engaged Infrastructure Engineering Corporation (Consultant) via the Clearwell Upgrade Project Agreement dated May 15, 2019 (Agreement) and has also approved amendments for additional services including the design for the Bypass Pipeline (Amendment No. 3). Described below are the specific tasks to be performed by the Consultant related to the Bypass Tank Project. All tasks are directed to Consultant unless otherwise noted. SCOPE OF SERVICES 1.0 Project Kick-Off and Data Compilation Prepare for and lead one kick-off meeting with City's project team. Lead consultant team members will attend. Prepare agenda and meeting notes. In conjunction with the meeting, conduct a tank site visit to observe existing conditions. 2.0 Surveying Using the aerial flight and control information previously obtained for the Bypass Pipeline, prepare topographic base map for the tank site suitable for 1" = 20 ft scale. Conduct field survey to locate surface 1 of 7 7-8-20 60 of 151 April 20, 2021, Item #5features and other pertinent details on the tank site. Merge site and pipe mapping. Tie-in pothole locations to mapping via field survey. 3.0 Utility Research 3.1 Utility Records Research Review utility information previously obtained for the Bypass Pipeline along the Lake Poway Road corridor to identify existing utilities on the site and in the adjacent roadway. 3.2 Potholing Consultants's subconsultant {AirX) will perform potholing along the pipe alignment for up to 10 potholes in addition to, and at the same time as, the potholes identified in Amendment No. 3 Bypass Pipeline scope. The pothole information will be included on the plans, and the plans will be submitted to the respective utility owner for conflict checking at the 60% design stage. Potholes in paved areas will be patched with perma-patch type material. 4.0 Geotechnical Investigation Prepare a plan with figure {PDF) showing the location of proposed borings, seismic lines, and vehicle access routes for use by the City in obtaining environmental clearance for the investigation. The plan will include information regarding type and size of drilling equipment and support vehicles, number of personnel, and the approximate limits of the proposed work area for the geotechnical exploration. Consultant's subconsultant {Ninyo & Moore) will perform an investigation to evaluate the geotechnical and geologic conditions at the tank site. The specific tasks to be performed are: 61 of 151 • Review available literature pertinent to the geotechnical conditions at the site. • Mark the proposed boring locations for clearance by Underground Service Alert. Obtain a no-fee Right of Way Permit from the City. • Obtain a boring permit from the County of San Diego Department of Environmental Health {DEH). • Drill, log, and sample two {2) rock core borings within the proposed footprint of the tank. The borings will be drilled to a depth of approximately 60 ft. The upper portions of each boring will be drilled using hollow stem auger equipment until rock is encountered, where coring equipment would then be used. Rock cores will be collected, stored in rock core boxes, and logged by a geologist. Borings will be backfilled per DEH requirements. Excess soil/rock cuttings and drilling fluid from the borings will be containerized and disposed of offsite. • Perform two (2) seismic refraction survey lines within the proposed tank area, each approximately 200 ft in length. The seismic refraction lines will be performed to evaluate the general rippability of the subsurface materials at the tank location. • Perform laboratory tests consisting of in situ moisture content and density, grain-size distribution, Atterberg limits, R-value, and corrosivity. • Assess potential geologic hazards that may affect site development such as settlement, liquefaction, collapse, and earthquake shaking, and develop recommendations for site preparation and earthwork, general stability of proposed cut slopes, excavations, grading and excavation characteristics of the on-site materials, including anticipated difficult excavation, caving potential, and oversize material handling, fill material and compaction requirements, including suitability of the on-site soils for use as structural fill and bedding material, suitable foundation types for the 2 ofl 7-8-20 April 20, 2021, Item #5proposed tank structure, allowable bearing capacities, friction coefficient, allowable passive pressures, and corrosivity of the on-site soil in respect to concrete. • Prepare a geotechnical report presenting the findings, conclusions, and recommendations. 5.0 Preliminary Design 5.1 Bypass Pipeline Tank Alternatives Evaluation Evaluate and compare a circular versus a rectangular concrete tank configuration to determine the most cost effective layout. This will be based on a preliminary evaluation of the construction grading, general operational features, and a concept-level comparative opinion of estimated construction cost. Summarize the results and recommendations in a technical memorandum (with 11 x 17 figures) and submit to City in PDF format. Meet once with City to discuss and receive comments and reach concurrence on the preferred tank configuration. Incorporate the results of the evaluation in the Preliminary Design Report (Task 5.2). 5.2 Preliminary Design Report The Preliminary Design Report (PDR) will be based on the results of the tank alternatives evaluation and will incorporate the Bypass Pipeline PDR results so as to combine the tank and pipeline into one project. Prepare and submit a Draft PDR (in PDF format with selected 30% drawings presented as llx17 figures) that addresses the following for the Bypass Tank and Pipeline: • Site plan with construction and finish grading • Typical section for tank • Bypass pipeline horizontal alignment • Inlet and outlet valve location • Overflow with air-gap connection to storm drain • Tank drain • Underdrain system • Permanent stormwater facilities • Access road • Fencing The PDR will include a discussion of: • Options for staging and temporary soil stockpiling • Access hatches and stairways • Landscaping • Power and SCADA • Preliminary opinion of construction cost estimate. Meet once with City staff to discuss/coordinate design elements. Meet once with the City to review the Draft PDR and address questions. Prepare and submit a final PDR (in PDF format) that incorporates agreed upon comments. 3 of7 7-8-20 62 of 151 April 20, 2021, Item #56.0 Design The design effort described in this task is based on the project elements described in the Background section of this Scope of Services. If the project elements defined by the PDR are materially different, modifications to the design scope and fee may be necessary and will be based on mutual written agreement. 6.1 Tank PS&E Prepare a bid ready set of construction drawings, technical specifications, and an opinion of construction cost estimate {PS&E). The design will be submitted to the City for review and comment at these stages: 60%, 100% and Final. The PS&E deliverables are estimated to be comprised of the following: • Plans: Plans will be prepared on "D" size 24"x36" sheets at appropriate scales to show the work clearly. The project plan set is expected to include the following: Sheet Description * Discipline Estimated Number of Sheets* Title Sheet, Vicinity Map, Index of Drawings ** General 1 Abbreviations, Legend, Key Map General 2 Construction Notes General 1 Existing Condition Tank Site Plan Civil 1 Tank Site Plan Civil 1 Permanent Stormwater Facilities Site Plan & Details Civil 2 Tank Cross Sections Civil 1 Tank Appurtenances Civil 1 Tank Drain & Overflow Piping Plan & Profiles Civil 1 Tank Site Finish Grading and Access Road Plan Civil 1 Tank Site Civil Details Civil 3 Pipeline Plan and Profile** Civil 3 Pipeline Details ** Civil 1 Pipeline Valve Vault ** Civil 2 Pipeline Connection & Vault Details** Civil 2 Tank Inlet Piping Plan & Details Mechanical 1 Tank Outlet Piping Plan & Details Mechanical 1 Mechanical Details Mechanical 3 Structural Notes and Abbreviations Structural 1 Tank Sections and Details Structural 1 Tank Foundation Plan Structural 1 Tank Roof Plan Structural 1 Tank Wall Section and Elevation Structural 1 Tank Structural Details Structural 12 Valve Vault Details** Structural 4 Electrical Symbols & Abbreviations Electrical 1 Electrical Site Plan Electrical 1 Tank and WTP Area Plans Electrical 2 Electrical Schedules/ Details Electrical 1 Cathodic Protection {CP) Details** CP 2 4 o/7 7-8-20 63 of 151 April 20, 2021, Item #5Landscape Notes, Plans and Details I Landscape Irrigation Notes, Plans and Details I Landscape Total * Preliminary estimate -final list to be developed after completion of PDR. ** Plans from Bypass Pipeline Design The plans will be prepared using AutoCAD 2018 with the following deliverables: a 60% and 100% submittals: one PDF submitted electronically. 2 2 60 a Final submittal: one (1) full-size, signed and stamped mylar original set of plans. An electronic submittal will also be made including the drawing AutoCAD files, specifications (Word files), and cost estimates (Excel spreadsheets). • Specifications: Contract specifications will consist of mark-ups of the City's General and Technical Provisions to make them project specific and will utilize current Greenbook and City supplemental specifications where practical. Additional supplemental specifications, such as the steel pipe, will be provided in CSI format. Submit to the City for review at 100%. Submit Word files electronically for each submittal. The City will prepare front end bidding and contract documents. • Estimated Contractor Construction Schedule: As part of the 100% submittal, provide an estimated construction schedule showing major project elements, and estimated durations and sequence of work. Include any shutdown of plant operations along with estimated shutdown duration. Submit schedule electronically in PDF format. • Opinion of Construction Cost Estimate: Prepare construction cost estimate developed using estimated quantities from the design and general unit cost factors at 100% and Final. Submit one Excel spreadsheet file in City bid list format with each submittal. 6.2 Storm Water Management Prepare Storm Water Quality Management Plan (SWQMP) in accordance with City of Poway BMP Design Manual (February 2016) for permanent stormwater treatment and utilizing City SWQMP template. Submit draft plan (PDF) for review by City in conjunction with the 100% PS&E submittal. Address City comments and prepare and submit final report (PDF). Evaluate whether a Storm Water Pollution Prevention Plan (SWPPP) or Water Pollution Control Plan is required for construction. If SWPPP is not required, provide a Best Management Practices plan sheet to guide the contractor. The contractor will prepare and submit the Storm Water Pollution Prevention Plan or Water Pollution Control Plan, whichever is required. 6.3 Design Review Meetings Consultant will prepare for and conduct up to two (2) design review meetings/telecons with the City after the 60% and 100% design submittals to discuss project elements. Prepare and submit meeting notes. Other design coordination meetings are included in the Bypass Pipeline design Scope of Services. 5 ofl 7-8-20 64 of 151 April 20, 2021, Item #56.4 DDW Coordination Submit the 100% plans to California State Water Resources Board -Division of Drinking Water (DDW) for their information and review. Respond to their questions and incorporate their comments into subsequent submittals. Assist the City with obtaining DDW approval for project. Provide these services on a time and materials basis up to the level of effort defined in the subtask budget. 7.0 Environmental Support Services Provide technical documentation and support for project CEQA review and planning approvals. It is assumed that City will prepare and process any documents required for CEQA compliance. These services will be provided at City request and up to the level of effort defined in this task budget. 8.0 Project Management during Design Phase Provide project administration, reporting, and coordination with subconsultants to monitor their progress and provide interdisciplinary review of consultant and subconsultant work products. 9.0 Engineering Support during Bid and Construction Phases (future task) If City elects to add Engineering Support during Bid and Construction Phase services at a future date, City and Consultant will amend these services to the agreement upon mutual agreement. 10.0 Additional Services Prepare and submit revised draft Clearwell Alternatives Report and Bypass Pipeline Preliminary Design Report to incorporate the Bypass Tank and to address City and DDW comments. These services will be provided at City request up to the level of effort defined in this task budget. FEE Unused fees previously allocated to the design and construction phase services for the Clearwell Floating Cover, along with fees allocated to Bypass Pipeline Task 6.1 -Pre-procurement Bid Package Preparation and to Bypass Pipeline Task 9 -Construction Phase Support Services are being re-purposed toward the design of the Bypass Tank and associated services described above. With this re-purposing, the services assigned to these tasks are considered complete with no further work required by Consultant. The attached tables present the fee breakdown for the Bypass Tank design services described above and the overall contract budget breakdown and re-purposing. SCHEDULE The estimated schedule assumes a notice to proceed by July 13, 2020. The schedule for the geotechnical field work is estimated assuming receipt of environmental clearance by July 31, 2020. The schedule assumes timely responses for information and meeting coordination with the City and allows for submittal review periods by City of two (2) weeks. Delivery of the Final PS&E on February 12, 2021 is estimated. Review processes that are beyond Consultant's control may extend the schedule (e.g. City, utility agencies, DDW). 6 of7 7-8-20 65 of 151 April 20, 2021, Item #5ASSUMPTIONS • Environmental compliance and permit requirements will be provided by others. Additional information requested for environmental clearance that is not described herein can be provided on a time-and-materials basis. Compliance requirements pertinent to the construction will be included in the project specifications during design. • The geotechnical field investigations will not be conducted during days where red flag warnings are in effect. Equipment utilized during the subsurface exploration will include fire extinguishers. If any additional fire suppression services or equipment are required (e.g. fire trucks and/or water trucks on standby at the site, etc.), they can be provided at an additional cost. • No hazardous materials investigations, studies, or consultations will be performed. • The City will handle public notifications, outreach, and any coordination needed with local residents and community groups. • City will pay all permit and review fees required by reviewing agencies (e.g. DOW). • The following design items are not included, but can be added upon mutual written agreement: a Retaining walls or other structural elements needed for site improvements a Chemical dosing or automated sampling system for the tank a Modifications to other utility systems a Traffic control plans for construction a ADA improvements a P&ID's a Engineering support during bid and construction phases • Central SCADA and PLC/OIT programming will be provided by City. • Contractor will provide construction staking. • The design of any shoring required for construction will be the responsibility of the contractor. • Construction management, administration and inspection will be performed by the City. • In-plant inspection of the valve and pipe fabrication is not included. • Biological/cultural/archeological/paleontological resources assessments and monitoring during design and construction, if needed, will be provided by others. 7 of 7 7-8-20 66 of 151 April 20, 2021, Item #5Senior Project SeniorProfect Sr. Project Project Engineer Ill/ Task Task/Subtask Description Manager Manager Engineer Engineer/ CAD Ill Designer QA/QC Designer $235.00 $235.00 $200.00 $170.00 $155.00 1 Kick-off Meetin2 and Site visit 4 4 4 2 5urvevln• Surveying/ Mapping 2 6 Pothole Tie-ins 1 3 Utility Doto 31 Utility Data Review 1 8 3.2 Additional Potholinll 1 4 4 G•otechnical lnvesti11tion Field Work Plan 2 4.5 Geotechnical lnvestii:ation 1 4 8 5 Prolimlnuv Desl1n 5.1 Tank Alternatives Evaluation 2 16 36 12 Review Meetimz 2 2 3 5.2 Preliminarv Design Report 2 24 60 48 Review MeetinRs (21 4 4 6 6 Desl,n 6.1 PS&E Plans:60%/100",4 /Final 5 32 124 180 Soecifications 1 8 18 Schedule 1 8 12 Construction Cost Estimate 1 8 12 6.2 Storm Water Qualitv ManHement Plan 2 6 24 6.3 DesiJm Review Meetin1s (2) 8 6.4 DDW Coordination 2 7 Environmental SUDDOrt Environmental Support 1 4 6 a Proiect M■n■a:ement ProiectManaa:ement 16 Task Subtotal -Hours 26 153 0 329.5 246 Task Subtotal -Costs S6,110 $35,955 $0 S56,015 $38,130 CITY OF POWAY CLEARWELL UPGRADES PROJECT -BYPASS TANK DESIGN INFRASTRUCTURE ENGINEERING CORPORATION -FEE ESTIMATE Engineer II/ Engineer I/ Project Field CAD II Designer CAD/ Surveyor 2-Man Crew Subtask Subtask Designer Labor-Hours Labor Cost $145.00 $130.00 $145.00 $260.00 12 $2 560 8 16 S2 560 4 5 $815 9 Sl 595 8 13 S2075 6.5 Sl 235 13 $2,535 66 $12 210 7 $1450 134 $23,750 14 52900 572 96 437 S71595 24 51 $8655 4 25 $4 735 16 37 S6475 8 40 $7120 8 16 S3040 4 6 $1050 11 S2195 16 53 760 168 0 12 0 1506.5 ~ S24,360 so Sl,740 so ~ $162,310 Puge I of2 Direct Cost SlO s20 SlO $10 510 S166 S20 S246 Subcontract Subcontract Subcontract Subcontract Subcontract Subcontract N&M Kelsey David Reed Moraes/Pham Aerial AirX Subtotal Total Geotech Structural Landscape Elec/SCADA Mapping Pothole Subcontracts Cost 52 570 so S2 570 $4 245 S840 S840 S3420 so S825 $19 420 so 51595 $15 750 S15 750 $17 825 $93 543 Sl 260 Sl 260 s2 495 $88 513 S88513 S91048 $64 sa5 S5,166 $5166 S17 376 so Sl 460 S13 734 $3 045 $2 310 $19,089 S42 839 $0 S2 910 $223 029 $86,100 S24,098 S9,975 S120,173 $211,799 so $7120 $0 $3060 so S1050 $2195 so S2195 $3 760 so S3 760 $89,773 $105,000 $27,143 $12,285 $840 $15,750 $250,790 $413,346 BYPASS TANK PRE-DESIGN & DESIGN SERVICES $413,346 7/8/2020 April 20, 2021, Item #5Task Task/Subtask Description 10 IAddltion■I Services Clearwell Alternatives Report Modifications Bypass Pipeline PDR Modifications Task Subtotal -Hours Task Subtotal -Costs Senior Project M I Senior Project I Sr. Project anager QA/QC Manager Engineer 12 32 44 $0 $10,340 $0 Project Engineer I Designer $0 CITY OF POWAY CLEARWELL UPGRADES PROJECT -BYPASS TANK DESIGN INFRASTRUCTURE ENGINEERING CORPORATION -FEE ESTIMATE Engineer Ill/ I Engineer II/ CAO Ill Designer CAD II Designer Engineer I/ CAD/ Designer Project Surveyor Field 2-Man Crew Subtask Labor-Hours 12 40 Subtask Labor Cost g,820 _?_8,680 Direct Cost 10 $0 Subcontract N&M Geotech Subcontract Kelsey Structural Subcontract David Reed Landscape Subcontract Moraes/Pham Elec/SCADA Subcontract Aerial Mapping Subcontract AirX Pothole Subtotal Subcontracts _?_0 _?_0 Total Cost 111,500 _?_2,820 _?_8,680 S2 ~1~1=:>-<::1~1~1-===-====-1~1~1=>-< :::::>-< $0 $1,160 $0 $0 $0 >< $11,500 $0 $0 $11,500 ADDITIONAL SUPPORT SERVICES $11,500 TOTAL SERVICES $424,846 Page2 of2 7/8/2020 April 20, 2021, Item #5O'I \0 0 .... ..a. ~ City of Poway-Clearwell Upgrades Project IEC Budget Summary and Reallocation 037.PWAY.0012.01 -Floating Cover Design and Support Contract Amt Task 1: Kick-off & Data Compilation $9,690.00 Task 2: Clearwell Assessment $59,868.00 Task 3: Design $161,943.00 Task 4: DDW Coordination $9,930.00 Task 5: Project Management during Design $12,220.00 Task 6: Engineering Support: Construction $100,395.00 Project Totals $354,046.00 037.PWAY.0012.02 -Floating Cover Construction lns_e_ection Contract Amt Task 7: Construction Inspection $138,049.00 Project Totals $138,049.00 037.PWAY.0012.03 -Clearwell Alternatives Evaluation Contract Amt Alternatives Evaluation $34,100.00 Project Totals $34,100.00 Expended thru June 26 $9,164.27 $59,542.28 $29,269.13 $3,027.45 $5,030.36 $0.00 $106,033.49 Expended thru June 26 $0.00 $0.00 Approx Expenditures thru June 26 $35,713.50 $35,713.50 037.PWAY.0012.04 -Bypass Pipeline with Bypass Tank Design Added Contract Approx Expenditures Amt thru June 26 Task 1: Kick-off & Data Compilation $7,285.00 $7,217.50 Task 2: Surveying/ Mapping $11,350.00 $12,011.25 Task 3: Utility Data Compilation & Potholing $25,178.00 $4,597.46 Task 4: Field Investigations $34,682.00 $32,281.50 Task 5: Preliminary Design $30,770.00 $42,832.45 Task 6: Design $101,290.00 $0.00 Task 7: Environmental Support $2,100.00 $0.00 Task 8: Project Mgmt -Design Phase $6,580.00 $2,585.00 Task 9: Engineering Support: Construction $35,250.00 $0.00 Task 10: Additional Technical Support $7,175.00 $7,141.04 Project Totals $261,660.00 $108,666.20 Contract Totals $787,855.00 $250,413.19 7/8/2020 Remaining Re-purposed Budget Revised Budget Amount Adjustment $525.73 $525.73 -$525.73 $9,164.27 $325.72 $325.72 -$325.72 $59,542.28 $132,673.87 $132,673.87 -$132,673.87 $29,269.13 $6,902.55 $6,902.55 -$6,902.55 $3,027.45 $7,189.64 $7,189.64 -$7,189.64 $5,030.36 $100,395.00 $100,395.00 -$100,395.00 $0.00 $248,012.51 $248,012.51 -$248,012.51 $106,033.49 Remaining Re-purposed Budget Revised Budget Amount Adjustment $138,049.00 $138,049.00 -$138,049.00 $0.00 $138,049.00 $138,049.00 -$138,049.00 $0.00 Remaining Re-purposed Budget Revised Budget Amount Adjustment -$1,613.50 $0.00 $2,819.47 $36,919.47 -$1,613.50 $0.00 $2,819.47 $36,919.47 Approx Remaining Re-purposed Budget Amount Adiustment Revised Budget $67.50 $2,570.00 $9,855.00 -$661.25 $4,245.00 $15,595.00 $20,580.54 $19,420.00 $44,598.00 $2,400.50 $93,542.00 $128,224.00 -$12,062.45 $73,265.00 $104,035.00 $101,290.00 $219,529.00 $320,819.00 $2,100.00 $2,195.00 $4,295.00 $3,995.00 $3,760.00 $10,340.00 $35,250.00 $35,250.00 -$35,250.00 $0.00 $33.96 $33.96 -$33.96 $7,141.04 $152,993.80 $35,283.96 $383,242.04 $644,902.04 $537,441.81 $421,345.47 $0.00 $787,855.00 April 20, 2021, Item #5City of Poway FOURTH AMENDMENT FOR CONTRACT SERVICES THIS FOURTH AMENDMENT TO THE CONTRACT (the "Fourth Amendment") is made and entered into effective this seventh day of January, 2021, by and between the CITY OF POWAY, a municipal corporation (the ''City") and Infrastructure Engineering Corporation, (the "Contractor''). RECITALS 1. City and Contractor entered into that certain "Clearwell Upgrades Project" Contract, dated May 8, 2019 (the "Contract11), by which City and Contractor established the terms and conditions for providing design services for the Clearwell Upgrades Project (Project). 2. The Contract is effective through and terminates upon completion of the Project, as determined by the City in its sole discretion. 3. On November 22, 2019, the City agreed to amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 1) and increased the Agreement amount from a not-to-exceed amount of $385,821 to a not-to-exceed amount of $499,995, and revised the Scope of Work in accordance with Attachment 1. 4. On January 17, 2020, the City agreed to again amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 2) and increased the Agreement amount from a not-to-exceed amount of $499,995 to a not-to-exceed amount of $787,855, and revised the Scope of Work in accordance with Attachment 2. 5. On July 14, 2020, the City again agreed to amend the Scope of Work in an Amendment letter (Attachment 3) in accordance with Attachment 3. 6. City and Contractor now agree to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $787,855 to a not-to-exceed amount of $830,230, and revise the Scope of Work in accordance with Attachment 4. The Parties agree 70 of 151 ATTACHMENT E April 20, 2021, Item #5that the provisions of the amendments described in Recttals 3 through 5 were treated as formal amendments to he Agreeme t, at all times subject to all the terms and condi ions of the Agreement, and are now superseded by this Fourth Amendment. NOW THEREFORE. IT IS HEREBY AGREED AS FOLLOWS: Section 1. 11Scope of Service" of Exhibit ''A' en itled "Special Provisions' is hereby amended to read as follows: A. Scope of Services Consultant agrees o perform consulting services as required by Ci y which shall consist of the design services further described in t e Scope of Services submitted in writing on January 2 202 , which is included in this document as Attachment 4, and incorporated by reference, as if its contents were fully set forth herein. Consultant shall provide the necessary qualified personnel to perform the services. Section 2. 'Compensation and Reimbursement'' of Exhibit A" entitled "Special Provisions" is hereby amended to read as follows: B. Compensation and Reimbursement City shall pay Consultant a fee in accordance with the Fee Estimate dated January 2, 2021 which is included in this document as Attachment 4. Total fee is not to exceed $830,230. Consultant's fee shall include and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee Consultant shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel {air auto, rail) necessarily incurred in performance of the services. Consultant shall bill City for such expenses as incurred, referencing this Agreement.. All expenses shall be itemized and supported by receipts for amOL nts in excess of Twe,nty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be illed at coach or special fare rates. Reimbursement for lodging is limited to travel from outside of San Diego County. Consultant shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. 71 of 151 April 20, 2021, Item #5Section 3. Except as otherwise amended by this First Amendment, all other terms and conditions of the Contract, and each and every attachment, extension, amendment, and exhibit thereto shall remain in full force and effect. 72 of 151 April 20, 2021, Item #5IN WITNESS WHEREOF, the parties l1ereto have duly executed this Fourth Amendment on the date first above wrtt:te . CITY OF POWAY '!I-Manager VaicJa Paiolas1 OjQ,C, City Clerk APPROVED .AS TO FORM: ByaL-.~ Alan Fenstermacher. City Attorney 73 of 151 INFRASTRUCTURE ENGINEERING CORPORATION By: ~4~:M.........,_~_..__/...c....,c,_&___._· ~-----y __ I Robert Weber, Pres·dent Date: /-/2. --Lo2/ , April 20, 2021, Item #5~·rl·.\'E ', : \1-.t •1 I),\ 'E {,I OSU I. 'jlUl · ,\b ·or C. 'I .I 1 1-'ll,\NK, Cm111nlmun c, I . I I< '1 FO. 1 \HD, C:ouncilm 'lllbn JOHN. ll·I JJ '. C.m1111.:1I nnnbn November 22, 2019 Ande s Egense, P.~. ATTACHMENT 1 : FIRST AME D ENT CITY OF POWAY lnfrast c ure E ginee i g Corpora ion 142 1 Danielson St ee Poway CA 92064 Subject: Notice to Proceed: Design Amendment. No. 1 for the Clearwell Upgrades Project Dear Mr. Egense~ This letter ill serve as your Notice to Proceed for Ame dment No. 1 for the Clearwell Upgrades Project The amended scope and basis of payment shall be in accordance with the not-to-exceed fee of $114,174.00 as provided in the enclose c,opy of Amendment No. 1. The revised total not-to-exceed fee for the project is $499,995.00. If you ave any questions or need further information. please do n,lt esila e to contact me at (858) 668-4653, or via email at mrocco@poway.org. Sincerely, DEVELOPMENT SE1RVICES DEPARTME T Senior Civil Engineer Enctosure: Amendmen1 No. 1 c: Tom Frank, City Engineer Darian Demerjian, Management Analyst M:\ClP D ,elopm nt\CIP P ·oj 1s WTROO20 Cl a1°' II Up radcs Corr spondc1m:\C 1 ull 111\NTI IE Am ndment I Letll!r.Joc 74 of 151 iry Hall L rntcd nt L 32 "'i ,i -C nt r D ivc ,,ilinv d lrcss: P.O. Hox 789, Pt Wrl~'. Cnlifi,n ia 92074-07 April 20, 2021, Item #5Amendment No. 1 City of Poway Clearwell Upgrade Project Scope of Services ACKGROtJND • • • • The City of Poway (Ci y) has engaged I fras rue• ure Engine ring Corporation (IEC) via an agreement dated ay 15, 2019 o provioe engineering services in support of a project to replace t e floating co er on the Clearwell at the Lester J. Berglund Water Tr atm. nt Plant {WTP). Per the original scope of services, IEC ha previously prepared and submitted he 50% design for replaceme t of he Clearvitell flo ting cover only and provided a draft assessme t report describing other kev Clearwell components. The results oft e assessment are that the geome brane liner in· he Clearw 11 has reached t e end of its useful life and should be eplaced at the same time as the fl ating cover. The assessment also ates that the six (6) ortcrete inlet/outlet struct res i the Clearwell should be re abi itated at he sa e time. Based o this informatio , the City as elected to revise the orig·nal project approach to have the floating cover, geomembra e Ii er a. d other project components described above reJlaced as part of the same project. This Amendment No. 1 describe the change and additions in scope and fee for !EC to address t ese changes to the project. ·°'II tasks re directed to IEC unless otherwise noted. Change nd additions to the original scope tasks are described below. COPE OF E VICES • • • • • • > I I f Review c:vailable documentation, reports, and record drawings pertinent to the geomembrane liner and inlet/outlet structures. Develop revised approach to construction of combined cover and liner. I . f .'i I I : I '· ':. I JI .2.1 -ULTRASONIC TESllNG INVESTIGATION OF EFFLUENT PIPELINE Provide confined space entry support services during field investigation of effl ent pipe in below grade gallery. 2.2 -MATERIAL TESTING OF CLEARWEll GEOMEMBRANE LINER ANO FlOATING COVER No additional services anticipated regarding the geomembrane liner. At the same time as the geo embrane liner material is sampled, obtain coupons of the Hyp.alon floating cover at two (2) locations and have them tested for thickness, tensile strengt , tensile elongation1 tear stre gth, hydrostatic res·stance, ply adhesion, water absorptio ; .and surface cracking. Repairs to the existing floating cover and geomembrane liner will be performed by City staff or a geomernbrane specialty contractor engaged by the City. 2.3 -FACILITY INVENTORY AND ASSESSMENT Incorporate the results of the Hypalori floating cover material test results (from Task 2.2) in he Assessment Rep rt and discus.sin the report the poten•ial eed for replacernent of the geomembrane liner. Add disc•Jss·ion in the report regarding the option of replacing the g omernbrane liner at the same time as the f oating cover. Submit the raft and final report per the original Scope of Services. 75 of 151 April 20, 2021, Item #5SCOPE OF SERVICES Provide opinion of constructio cost estimate for project that combines floating cover and geomembrane liner replacement. Prepare a d submit concept level construction co.st estimate for a bypass pipeline t at provides a direct connection between the WTP and th distribution system piping duri.ng an extended shutdow of the Clearwell. Present cost estimates in a technical memorandum that includes a description of the pipeline align ent and considers 20", 24" and 36'' pipeline diameters . . F I ;,f I 3.1 -PLANS, SPECIFICATIONS AND ESTIMATE Prepare plans, specrfications, and engineer'.s opinion of probable construction cost es imates {PS&E with the addition of the eomembrane liner and modifications to the six (6) concrete inlet/a tlet structures. The expanded plan set is estimated to include he following drawings: Two (2) General sheets incl ding a t,Ue s 1 et, list of abbreviations, legend, general notes and key map Two (2) Floating Cover a-d Geomembrane Liner Notes • One (1) Demolition Plan One (1) Construcfion Sequence Plan Thirty-three (33) floating Cover and Geomembrane Liner Plan and Details Three (3) Inlet/Outlet/Overflow Structure Mo ification Details Five (5) Electrical Note Plan and Details Three (3) Erosion Control Plan and Details Where practicat the PS&E will b prepared using the portions of the previo sly p epared 50% PS&E {from the floating cover onl•t replacement design). The previously submitted 50% design package will be revised to ·nclude the geomembrane liner and resubmitted. he PS&E will be prepared and submitted according to the parameters described in the original Scope of Services. 3.2 -DESIGN COORDINATION MEETINGS Prior to the start oft e expanded desi effort, prepare for and attend a meeting i,; i h the City to discuss the project etements and construction approach for replacement of the floating cover and geomembrane liner. The goal of this meeting is to reach concurrence on the project eleme ts to be carried forwa"'d in the design. Provi e addi tonal support services to coordinate he revised project with the california St te Water Resources Board • Division of Drinking Water (DDW),. This ay in lude up to one additional meeting (with DOW and cover/liner desig er on conference call). Provide these services on a time and materials basis p to the level of effort defined in he task budget. 2 Cily of Po O)' Stope of Ser-.ice!. for Cl arwell Up9radc1 Projctt 76 of 151 April 20, 2021, Item #5SCOPE OF SERVICES I f•· II I • 1 I I L Ji I / I I • j Coordinate with he City to efine the expanded project components, ad inister the project scope and budget adjustments and subcons ltant co racts, and manage the project for the extended project schedule a d addi ional services. I 1 • ,I I I J· I I · I I H I ; I I) I 'II JI 'II ·, . 11 j I I 1'! 6. l -ENGINEERING SUPPORT DURING BID P ASE No additional services a ticipa e , The support serv ces will be provided up to the level of effort defined in the task budget. 6.2 -ENGINEERING SUPPORT DURING CONSTRUCITON PHASE These support services are i additio o those ,in the ori,ginal Scope of Services and will be provided on a time and materla:ls b(:lsis up to the level of effort defined in the task budget. Floating cover / liner desi ner wiU distribute the previously budgeted site visits during the liner and cover construction at vario s stages. Estimate up to ten (10} submittal item reviews and re-revie NS associ ted with the liner. Estimate up o two (2) responses to c1 ange o ders, field orders; a d RFls associated with the liner. Prepare reco d drawings for additional! drawings. Provide project management .services during extended coostr ction phase to account for liner. r l ,: II J 11 ·1 I The services described hi the original Scope of Serviees are unchanged. 1he level of effort estimated for this task is revised to add time for the lo ger construction period associated with the addition of the liner replacement: wo {2) additional months for preparation, procurement ,and fabrication of the Hner1 and liner demolition and combined c,over and liner i stallation. This renders an overall construction period of l'P to nine (9} months total. The period of onsite part time i spection is extended by six (6) weeks to allow for the combined cover and Ii er installation. The services will be provided on a time and materials basis up to the level of effort defined in the task budget. SCHEDULE • • C • • Based on City approval of this Amendment before December 31, 2019, assuming timely concu rence on the project design elements, timely scheduling of meeting and responses fo.r information, and allowirigtwo (2) weeks for submi al reviews by the City, the estimated delivery of the final PS&E submittal is t.we ty-four (24) weeks from th approval oft e amendment. In ermediate PS&E submittal deadlines will be coordinated with the City following amendme t approval. The schedule for Tasks 6 and 7, .iupport during the Bid and Construction Phases, will depend on the City's ac ual schedule for he bidding, award and construction phases. T e scope and budget for these services assumes that project construction will be completed by June 2021. If the project extends beyond these periods, IEC wilt have the oppo unity to revise rates accordingly. l City of Po...-ay Scope oi .5crvi<et for Clearwcll Upgrocl 5 Project 77 of 151 April 20, 2021, Item #5SCOPE OF SERVICES INFORMATION ND SUPPORT TO BE PROVIDED BY CITY • The original Scope of Servi es provides a .escri:ption of wh Is expected and required from the City to execute the Project. ASSUMPTIONS • • • The following assumptions pply in addition to those listed in the original Scope of Services: 1. It is assumed that a bypass system will be implemented by the City sot at the Clearwel! can b taken offline or the time reeded to remove and replace the floating cov4?r and geomembrarie liner. T e design of the ypass system is not included in this Scope of Services. Design changes or a ditional efforts beyond those described ln the Scope of Services above that ay be needed to address special require en s (e.g. d velop extraordinary measures to protect vater quality, design rework, or scope changes due to DDW requirements) are not include b t can be added pon m tual written agree ent. 2. The City will be responsible for shutdown, isinfection and start-up requirements ssociated with the Clearwell, pipelines and WTP facilities external to the Clearwell. 3 The geomembrane liner des gn will be in accordance with the current standards: • 1 Flexible-Membrane Covers and Linings for Potable-Water Reservoirs," .AWWA Manual M25 • " andard for Flexible-Mem rane-Lining and Floating-Cover Material for Potable-Wat,er Storage/ AWW D130 Re1tistd 10-17-2019 4 City of Pcwcy Scope of Ser1ti('u for Cleo r well Upgrad j Project 78 of 151 April 20, 2021, Item #5crrYO. POWAY (t.EAIIWEU U'6RAD€ PR01fCT IIM£fJDMCN1 No_ 1 FU EHl;M,HE f.NFRJ.S'Tltl,J.CTV ~N@Nfl'/1.IW CO. 1'(JltA no,j f ~1,- ( ' c,..· .. r-,p, .. .,, ,-~•· .. ~~·~·~~~~.;~~·g~~·~-~·-:::~.~~~1~~1.~--~:-:-:-c..,.~.-.~"---J--,--i---t----+---+----+---+----t----+----+-.--+-.,..,.,,,,_1-..,.,,.-t---.,,.~-t--~~ -~ ·~ lti,'lr-¥ I t,..~1'-••~•rt·••lr,1 ..,_~\.;.,.. '!1111. . .t,1._·-• ......... ..,-" .... -,. ... -,._, ~· ....... . . II,: ~Wt, ,,. ..... I I I =• I hili I I 1::-.. ,.,r .... ... --.-t----1"-, --,~-,,-;,:--:-~:,..., ..... .,..,,,---,·•;-,.,~--.-.. ..,.,,....,.,-_,,----+----!'----l----+---+----+---+'---+----il-----+---"---!-.:c_-+--f--1--'---t----c,-c-,,¾ --l ,,..,,,,;.,_.,..._"'.,.,,.i -.....,.,,.(..--....-,,.,1.,,.-.-Mlt ~.,, ......... (.,ft • .... _ fr•,1 .--.,-..,.... •-•• •,:: :, ,,, ,11.,-.. '••• ,. <flll l_tol.1•-., •.,~-•. c-,1, lsi ~naui, t,itu.;uahilN •--••Ill • •1-'C ....... <•...,•r ...._..,_ ..,.,,., _. u, .. ,1 ulC•·•"° l U:uAII 79 of 151 ,. 1 ~, .. , i-•J -:::><: '"'... ,1r:il AMEHDMf!"'1f ..., 1 tof .r.t. ur Sil•. u, I OlllGI >. ~ i u J h '7 __ ,..,. ,;.. . .. -,..,~ --.J!-~~----~~ U~'t"' 1,'. '.l•l'i J•'I,;" ! !ai<-o\l April 20, 2021, Item #5Infrastructure Engineering Corporation 14271 Danielson St Poway, CA 92064 Attention: Anders Egense, PE 5590 Vi e Campo orba LI da. CA 92887 (909) 590-5200 July 26, 2019 (via email) City of Poway, Clearwell Upgrades Project, Clearwelf Floating Cover Professional Engineering Design and Construction Support Services, Change Order #1 Mr. Egense, lnfras ructure Engineering Corporation (IEC) was retained by the City of Poway (City) for the subject project. Hilts Consulting Group (HCG) was retained by IEC to provide professio al engineering services for the floating cover portions of he project, as d~ ailed in the origi al agreement. As part of the original scope or work and as a result of the existing HOPE liner material investigations there is sufficient evidence to suggest the existing liner material may be at or near the end of its useful life and highly doubtful the existing liner is adequate to expect an additional 20 years or more of service life to coincide with the anticipated life of he proposed replacement floating cover. To provide the City additional information to assess an alternate project implementation strategy, HCG proposes material testing be performed o the existing Hypalon floati g cover material. The purpose of the ma erial testi g is o estimate the additional remaining life for the existing floating cover material and in turn provide the City additio al time to plan and implement the necessary measures to accommodate a clearwell Hner and floating cover replacement. Scope of Worlc HCG will provide coordination .and collaboration with IEC and 3rd party geomembrane material testing laboratory. HCG has (2) existing Hypa on floating cover material samples obtained as a result of the prior existing HOPE. liner material acquisition. The floating cover samples are above the eservoi normal water tev I and from the nor hand west side slopes. G 80 of 151 Hi ts Consulting G,atJp. Inc. 5590 Via de Campo YorbQ lir.da1 CA 92887 (909) 590-520 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, ClearweU Ft-eating Cover Professional Engineering Design and Construction Support Services, Change Order #1 July 26, 2019 P ge 2 HCG will retain a 3rd party material testing laboratory to perform geomembrane floating cover material testing. Proposed tests include hickness, tensile strength, tensile elongation, tear strength, ydrostatic resistance, ply adhesion, water absor tion, and surface cracking. HCG will review 3rd party laboratory test results and provide professional opinion on the cond'tion of the existing Hypalon floating cover material. PROFES IONAL FEES The profession31 fees for scope of wo k defined above are proposed on a time and materials basis with an estimated $6,000 not to e)(ceed amount. T e fee associa ed with t e additional wo k is comprised of 12 hours of HCG involvement plus the 3'd party laboratory testlng and associated markup. At tr e direc ion of IEC, additio al se vices may be performed and .shall be based on the houfly rates in the attached fee schedules plus reimbursable expenses. Please review thfs change order proposal and if acceptable forward an agreement amendment so the above work may be ini iated. HCG apprecfates the opportunit\, to continue collaborating wlth the IEC on the City of Poway, Clearwell Upgrades Project. If you ave any questio s regarding this proposal, please call me at (909) 590-5200. Very truly yours, Hift Consulting Gro ,p, Inc. :E.Zs/1¼-p eside t N C 81 of 151 HUts Consulting Group, lr1c. 5590 Via de Campo Yorba Linda, CA 92887 (909) 590-5200 April 20, 2021, Item #5hi Hilts Co suiting Group, Inc. 5590 Via de Campo Yorba Linda, CA 92887 {909 590-5200 lnfrastr cture Engineering Corporation 14271 Danielson St. Poway, CA 92064 Attention: Anders Egense, PE October 141 2019 (via email) City of Poway, Clearwell Upgrades Project, Clearwell Floating Cover Professional Engineering Design and Construction Support Services, Change Order #2, Rev.2 Mr. Egense, lnfrastruc re Engi eering Corporation (IEC) was retained by the City of Poway (City) for he s bject projec . Hilts Co suiting Group (HCG) was retained by IEC to provide professional en5inee ing services for the floa ing cover portions of the project, as detailed in the original agreement. As part of the original scope or work and as a result of the existing HDPE liner material investigations there is sufficient evidence to suggest the existirig liner material may be at or near the end of its useful life and highly doubtful the existin8 liner is adequate to expect an add'tional 20 years or more of service life to coincide with the anticipated life of the proposed replacement floating cover. The City has requested a ro osal to rndude rofessional engineering services fo a replacement geomembrane liner. Scope of Work: The geomembrane liner is envisioned to be a 45 mil, 3 ply, CSPE geomembrane liner material supported on a nonwoven geotextile laid over the existing asphalt plank lining system. Work may include minor modifications to existing hydraulic· structures located within the reservoir to better accommodate the new floating cover and replace existing corroded miscella eous metal items (i.e., grati gs). Since the reservoir will be out of service mcdifica ions to t e (2) existing lnle struc uresl (4} outlet structures, and Overflow structure within he reservoir wilf be performed to make t e structures rnore floating cover friendly. The modifications will include reducing the height of vertical concrete walls so tructures are lower profile and more flush with reservoir floor and side slopesJ eliminate need for pipe g illages or reduced grillage height, minor co.ncrete repairs where necessary, and replace existing corroded grati gs. G 82 of 151 Hilts Cansulti g Group, Inc. 5590 Via de Ca p orba Unda, CA 92887 909} 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clea rwell Floating Cover Professio al Engineering Design and Cons uction Support Services, C ange Order #21 Rev2 October 14, 2019 Page 2 HCG's scope of vork includes preparing desig 1 drawings and technical specifications for the additiona geomembrane liner and incorporated in o the floating cover scope of work construe ion bid documents. The geomembrane liner design shall be based on the c nent state of the art design and will be in accordance with the latest standards: • AWWA "Flexible-Membrane Covers and Linings for Potable-Water Reservoirs/ AWWA Manual M25. ,. AWWA '1Standard for Flexible-Membrane-Lining 3nd Floating-Cover Material for Potable•Water Storage/' 0130. HCG proposes to perform the following professional engineering services: Task 1-Pro;ect Kick-off and Data Collection • No additional work to be performed. Task 2.2 -Geomembrane Liner Material Test'ing • No a ditional work to be performed. Task 2.3 --Clearwell Assessment • No additional work to be performed. Task 3.1-Plans, Specifications and Estimates G 83 of 151 • Provide additional project management. • Provide additional coordination and collaboration with IEC regarding liner portion of work. • Review AWWA California-Nevada "Reservoir Floating Cover Guidelines" (Guidellnest AWWA Manual M25, nflexible-Membrane Covers and Linings for Potable-Water Reservoirs;"' and AWWA Standard 01301 "Flexible-·Membrane Materials for Potable Water Applications'' for applicability to site-specific project requirements. • Prepare detailed construction drawings) technical specificatio s, and calculat1ons for liner portions. • HCG estimates up to an additional 12 drawings for geomembrane liner portions of project and up to an additional 3 structura.l drawings for existing structures modifications. Liner drawings will be incorporated into floating cover drawings. • Prepare additional Technical Specifications in CSI 1.7-division, 3-part format for liner related portions of work. Estimate the following specification sections: o 02050, Demolition o 02776, Geomembrane liner o 05500 Miscellaneous Metalwork Hil! Con.su tina Gr Uf:!1J!!_r;_ 5590 Via de Campo orbi l.lnda, CA 92887 (909) 590..52 0 April 20, 2021, Item #5City of Powa I Cle rwell Upgrades Project, Clearwell Floating Cover Professional £ng·neering Design and Construction Support Services, Change Order #2, Rev2 October 4, 2019 Page 3 o 07120, Fluid Membrane • Prepare and incorporate liner progress submittals with floatin cover work. • Provide enginee 's opinion of ,probable constr ction cost estim te and construe ion schedule duration for geomembrane liner portions of work. Task 3.2-Coordination Meetings • Attend additional (1) liner scope coordination meeting. Task 4 -DOW Coordination & Meeting • No addi ional work to be performed. Task 6.1-Bid Period Support • No additio al work to be performed. Task 6.2 -Engineering Support During Construction Phase • • • Review Contractor subrnittals and shop drawings for conform3nce with engi eering design d awings and technical specifica·ions. Proposal assumes up to (10) liner related submittals and shop drawings. Prep.are written technical respons,es to Contractor's Requests for Information {RFI) . Proposal assumes up to (2) RFl's for geomembrane liner portions of work. Proved record drawings based on redline as-bum markups provided by the Contractor, construction manag r, and/or Poway for geomembrane liner portions of work. HCG is not responsible for documenting in-fieid changes or performing final asebuilt site s rvey at comp etion of construction. Deliverable shall include electronic pdf file of record drawings. Proposal is based on the following assumptions: H 84 of 151 • Major modi"ications to e>eisting inlets, outlets, overflow, and drains are not included. • Site drainage improvements are not included. • Chemical d·isinfection system is not included. • Site work1 including yard piping, site drainage, fencing, paving, chemical piping, etc., is not included. • Geotechnical engineering is not included. • Coatings, painting, and cathodic protection systems is ot included. • Deliverables shall be in electronic pdf format. Hard copies, if required, shall be provided by others. • Off-site visits to manufacturing plant and shop fabrication for observafon and in·spectton services are not included. Hilts c. po Yorba Linda, CA 92887 (909) 5 0-520 April 20, 2021, Item #5Cty of PowayJ Clearwell Upgrades P oject, Clearwell Floating Cover Professional Engineering Design and Construction Support Senlices Change Order #2, Rev2 October 141 2019 Page 4 • Cons ruction ma agement, contrac management, support services duri g construction, and i. spection se vices are not included. • No additio al data review to be performed per aining to new liner work. • No additional DDW coordination to be performed pertaining to new liner work. • No additional co str ctio phase coordi ation or project management to be performed pe aining to new liner work. • No additional construction phase site visits or meetings to be performed pertaining to new liner work. PROFESSIONAL EE The professional fees for change order scope of work defined above are proposed on a time and. aterials basis with a cost breakdown as listed below, Task l Kickoff & Data Rev·ew 2.2 Geomembrane Material Testing 2.3 Clearwell Assessment 3.1-Plans & Specifications 3.2 -Design Coo dination Meetings 4 -DOW Coordina ion 6.1 -Bid Period Support 6.2 -Engineering Support During Construction Total Fee so $0 $0 $35,000 $2,000 $0 $0 $12,000 $49,000 At the directio of IEC, additional services may be performed and shall be based on the hourly rates i the attached fee schedules plus reimbursable expenses. 85 of 151 Hilt5 n uJring Group, I c. 5590 Via de Cam o Yorba Linda, CA 92887 (9 9) S9 -52 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project Clearwell Floating Cover Professional Engineering Design and Construction Su port Services, Change Ord~r #2, Rev2 October 14, 2019 Page 5 Please review this change order proposal and if acceptable forward an agreement an;endment so the above work may be i itiated. HCG appreciates he opportunity to continue coJlaborating with the IEC on the City of Poway, Clearwel'I Upgrades Project. I you have any questions regarding this proposal, please call me at (909) 590~5200. Ve y truly yours, 1-1;/ts Consulting Gro p, Inc. £26s//¼-President 86 of 151 5S90 Viad Campo Yorba L nda, CA 92887 (909) 590·5200 April 20, 2021, Item #5FEE SCHEDULE FOR PROFESSIONAL ENGi NEERING SERVICES Professional Services: Classification / Title Principal Senior Enginee Project Draftsperson Clerical Reimbur.sable Expenses Reproduction 0 tside Consultant Services Automobile Transportation Delivery/ Courier/ Express Mail Travel/ Subsistence Hourly Billing Rate $200.00 $185.00 $115.00 $55.00 Cost plus 15% Co.s plus 15% $0.55 / mrle Cost plus 15% Cost Notes: 1. 2. 3. Hourly billing rates and reimbursable e><penses effective for the 2019 calendar year. Hourly billing rates for calendar years after 2019 shall be increased for inflation. Automobile transportation reimbursable expenses for calendar years after 2019 shall be adjusted pe IRS regulations for vehicular expenses. 87 of 151 Hilb Comultinq GroupL_!flf:. 5590 Via de Campo Yorba Lil'lda, CA 92887 {909) 590-5200 April 20, 2021, Item #5City of Poway, Clearwell Upgrades Project, Clear ell Floating Cover Professional E gineering Design and Construction Support Services, Change Order #2, Rev2 October 14, 2019 Poway ~.t., DlstriCl Pow~ T,ealmut " OAM'tll Flo;nl Cov tustssmmt, Desl111 &. CA Ptllses · Professlo•i»I fee f$1h qtc Ch1n1e Ordu •z TiUtC$ Ht LIili ... 11 t•.r• · 1nauoi:rn) ~ .. "''"·'"" s,11 F.ns, ,-h. 11,hb 'l',nl fot,al• f&it,·11 l.,At • add; k(lp., ••lb tl•hC,-<>•d.• ,w ,tw, I ff,-,. .. ,... rrn~rf i.nfomio1hon r.u,cff Met1,rrl. ~Ii~ ~•i1t -----------• l-~ G;ronun,br<onr: __ M~trti l I.,. ~• fl \/i»1. C«orc!i,q1i,,n f. f"ll..,...,f "11 l,!n I; ! r.Jl_! --.!.!.!' - - -11 fl, ,.,;..._c.,.,, l,'.,1.,..,1 J, lf••t Co9•• ·,,.,;,.,,, 4'1. 11..._,,,~CG•oM..tctoJl1r11..,,1!iU, ~;l {I 1-..c:ll .\n 1 • 1!1'. lrso1 cl l-411~11Rnl ld..,.,,10n1 1 ... ,;111 Hovi, (r,/•.ldl $, Jf, l 1, l o,p! 1,, I l!! 11 f. Jli ·--------1, ..... 1 .. ,. 1J ___ _':!_ It,, 11 111 HI • IC! Fu fN h~ m, .. ., ftc ... :;oo lNI 1\S so ~•.IULl so sua 21 SSnM :,,;_~w Sl,~50 1llf• !,.O So."'-l s.o s,.,10 3.; 5M.00U . ... ____ ,, . .l.lo ~, ;( i.!.~-, ~l.220 :i~!;l) S-'~ SA.~10 sn SIJO ,&g S<J.ooo ~ll SI 8~ ;llf ~;,.it o, Oin• Jrn fn~ 1---------1-----+----+----·1----I l'h. ·. SJUO ·--····-·-··-· ·-t----+----t------lc-----1 -------------~A ft ?I>" fin P! II l':>-all ~•-~•,i,wC011J«<11« (,,rU I.J .r,, ,11, \p rlfl, t •lOfmt ,.,,,t,f U•t1iw'tr••A ~•.:.~40 i... .. ,~. flo->.1!!11 (c,~ 0,..,,1"' Tit'(hoit..al ~1-.:cltK.Ji:.imr!. t,d,l'~ltM l II tewtur1~1 fr<hn1t~l~11Ktr,uno1u (a1eluno;. 111•1>11) J.,d,r,i<:Al S.,ittif.cati<>t,1 \d'•lllel\ JI. <q..l~ .. •1<I) ~1t1uc;lio"C"11 t11i1r••lr-ei,,,,.,co-, .. ) ., t,,.,. !ipt'C'l •1 v•u i"<c,<4 f,,,,.,~a t 5<hc4•.lt J.l · 0(" "1 (_ d ~c!ll~l!~I ~_! ~wM,r,,,. 1(!,11'1,,_;...••!lln'_'•t. ___ ~-----~ 1,,u111 ll#.:lt,.• ccmrt1enn c.111000'.'\I •. ODW CDO'dln.;)Uan _ 100w MH• ;,~ .!. -I -I ...l. t~ , •. !. 11,r,, 771 -u~--,u j __ i_p :15 l la -~ ~ ,,,. I llol-<> 1& JO 1,.., -lii __!!~ --10 I: Ml 12 11 hr, 12 11'"' u 11, u 1-1,,. i'J !C7 u ... ,. I. ---__ l_1_ ,, UI .... .... , lei , ... , rtu 11 to l•l.r •ul · ald p,.1od SUPJ~ ----------t-----+-----1--1, l~c ll,a lilcel nc 11, ., . 1,1, llil 11, •. I b Uh :.!.,!.!~ 1-... Rev. ,, Fl:uli11g Ca· er =brr 1 •• ! rap Of "' s lti-trli!!i c:;;;;;-RHi, P1ari 1111eriw;~, al\ &. Dfb.i,9 Rew .. 011~ 1 :5 ms .:, f-;I) l'"I,;, I _C:,:,.• r ~er.ant t) v,,ng) l ,,, "~ · IJnc, '"°'""'•l•Df' ~ "'C'l\"<l ~,.~,,,,..,.,., C•hl• (I _______ t12_:_R_.11,,o,1 Ur,c1 5ullmoll:il515ha_~p_O_, -~•.., ____ I_Ci +----1---112 l1n ~ Rt"! a i-'u";, 1,•11rp1(!tallcn ,'1 C'lr•" •o ~"•'-0<13 !il,U ----/il2 l•nv, ,i..,«<<l D•11,vr,q7 H C 88 of 151 ~ t·•~ ~ ... l,JH lC 1•4 100 n l!, s.o 6 ! ··--t ~ ~ ' ,3.100 ·1•0 S,100 so SH.I~ S~J J!() ~ ~1~0.t&).' :,ii.JOO svoo $)1,&:IS s~ $,.>n si.n~ $).~ -----sv ... u, ~'.AOO I ~J&:~, $2.l!(i 52.11{1 $2,l;; $),H':!i ~!j,S~<J ~JU~ s., ~ $1,d(I S,400 JO so $])0 2] ~'.;,0.""] -.SJ,l(J,) ~.','l S«li) ~l,.W Sll' iu,oo SU~ ~t}_ IU ~ S!tb.~ Sl.'M '• 1l !,l,4Y0 $1.1!~0 suoo Sl.MO so Sl!O }Ii SJ,oco -Sl.lQO ',11 Sl,,6!,D $1,100 ~<,tM SJ Sl.4-31 }51 .S68.DOO SUOQ ?llC S2~D ;.1.n, 11.~IC ~~')I.I) ~Ul~ ~ ... ,_, _ _ S:>.JjO ------U.410 --···-·---Sl,J.lll !l,flOO ~ 14.'1.000 s <,3,130 $ !,410 J,111 snomo hl'"•' A1•f: 111 l f~Jo;i 'nl c.c..,it' ly) 91S m~ridtnrn: 11 (floatLng (()·•~ M ufo!Tu1:!l.i) l? P,op d Ch na~ Ord~r 17 (I ~ O~nJ 324 5590 Via de Cc1mpo Yorba Linda, CA 92887 (9 ..,)SO 5)0 April 20, 2021, Item #5,TE\'F. V.\l ~. ~l:irr, ~,\YJ.11 Hl1\ 'K, De 11') 1 l:i ·u DAVE c;ltO!> :11. t:1 rnc1lmcmb1·r l31\I I \' J.E 1 ';\RD, :u ncilmemh ·r JOlh I f\·1 11.1.IN,C,i ncilm·mbu January 17, 2020 Anders Egense, P. E. ATTACHMENT 2. SECOND AME DMENT CITY OF POWAY VIA EM All & FIRST ·CLASS MAIL lnfrastruc ure Engi eeri Corporation 14271 Danielson Street Po ay, CA 92064 Subject: Notice to Proceed: Des·gn Amendments No. 2 and 3 for the Clearwell Upgrades Project Dear Mr. Egense: This le1ter will serve as your Notice to Proceed for Amend ant No. 2, Evaluation of C earweJI Aile-natives in the amount of $34,100. 0 and Amendment No. 3, Clearwell Bypass in the an ount of $253.7 0.00. for he Clearwell Upgrades Project The amended scopes and basis of payme ~ for each amendment st all be in accordance wit the no -to-exceed total fee of $287,860.00 as provided in he enclosed copies of A end ens No. 2 and 3. The revised total not-to-exceed fee for the project is $787,855.00. This letter also directs you to prace work related to the original scope and Amendmen No. 1 tem. orarily on hold while ,vork is completed n Amendments o. 2 and 3. You will be informed in w i ing whe these por1ions of the work may be resumed. If yo have any questions or need further information, please do not hesitate to contact me at {858) 668~4653, or via email at mrocco@poway.org. Sincerely. RVICES DEPARTMENT Melod}' o, P .. E. City Engineer Enclosure. Amendments No. 2 and 3 c: Darian Den erjian. Management Analys M:\ I _Devclopmem\.Clr' Projcct·\WTR0020 CJ <11v·II U gmd s Ccnespondence' nsLiltar t\ TP IEC mend11e111 2 m1d 3 Lene ,doc 89 of 151 Ctt)1 H,111 Locntcd iH 13325 ivrc Center Drive Mail inc• Add -i;:~$: P.O. 3 x 789 Poway, c~lifornia 9 07 A -0789 Wl,VW. pO\lhly.org April 20, 2021, Item #5January 15 2020 Ms. Melody Rocco, PE City Engineer City of Poway, Development Services Department 13325 Civic Center Dr Poway, CA 92064 rl , i'-1 ,_.,r , • 1 , , Re: Poway Water Treatment Plant -Clearwell Upgrade Project Amendment No. 2: Evaluation of Clearwell Alternatives Dear Melody: Per your request, we are pleased to submit this proposal to provide an evaluation of alternatives for the existing 10 MG Clearwell at the Lester J. Berglund Water T eatment Plant (WTP). We understand these se ices wlll be executed as an amendment to IEC's existing contract for the Clearwell Upgrade Project (dated May 15, 2019). Our proposed sc.ope of services is aimed at comparing three options for the Clearwell at a conceptual level: retain the existing reservoir with new liner and floating cover or replace the existing reservoir with dual tanks, either welded steel or pre~stressed concrete. The comparison assumes that the operational high water level in the existing reservoir is preserved to avoid hydra lie impacts to the WTP. Information required from the City is as follows: • Bilfin records from City for water sales and updated GlS data for meters. Data ~hall encompass past three years of billing data and shall, at a minimum, contain the monthly water consumption and meter ID. The meter IDs all be a unique value that links to a GIS meter element. If there is o unique meter ID, then the meter billing data and GS .should both contain either a parcel number or address. • Da a on Clearwell operations under existing minimum and maximum demand conditions, A minimum of one week of data is required from each period from the City showing WTP production rate, Clearwell level and Clearwell outflow rate or the same time scale (in Excel spreadsheet format wi h data at O min intervals). The specific tasks to be performed are s follows: 1. Demand and Hydraulic Model Update • Obtain and review billing data from City. • Update existing system demands in the City s hydraulic distribution systern odel. Perform analysis of he billing data to determine the thre •vear average for each t12'i' 1 n i c11 Sir i, Poway_ Colif ,n,. 92 ,tl 1 S . IJ. ,1 90 of 151 April 20, 2021, Item #5acco nt. Li k the billing data and GIS 1eters with average annual demands (AAD). Use the functions within the model to load the system demands by pressure zone where possible. Document the final e isting AAD in t e mode . • Develop estimate for ultimate system demands by sea ing fro the updated exis in demands using previous Mas ·er Pia (2009) estimates. 2. Clearwell Volume • Review WTP data and analyze ClearweU operation under existi· g minimum a d maxi um demand conditions sing a mass balance approach. Develop a preliminary volume for the replacement Clearwell (dual tanks). • Conduct an .anal~is using the updated hydraulic distrlbutio system model to valida e the proposed Clearwell volume and WTP capacity in terms of existing demands. Determine impacts, if any; to the WTP and distribution system operations using tt e proposed Cf arwell volu, e and identify volume adjustments ·f needed. • Summa ize the findings fr.om Tasks 1 and 2 in a brief tech ical emorandum (TM) and submit to the City in PDF format. • Prepare for and mee wi h WTP Operation staff to discuss plant and Clearwell operations. The goal o this meefng will be to reach coilsens son the volume o be used for evaluating afternative Cl-earwell s ructures. 3. Compare Clearwe I Structure Alter.natives • Evaluate three options based on t 1e parameters from Task Currently planned floating cover a d liner replacement (includi g pote tial need for modifications to overflow str c ure} o Dual w lded ste f tanks c Dual prestressed concrete tanks • For each option, esti · ate concept-eve·1 construction cost that incl des general grading, tank construction, piping modifications and floating cover/liner replacement ( sing information from the recent project preliminary design). The estimates wtll assume existing subsurface conditions can provide satis actory support-for-any ofthe alterna ive~ without specia·I foundation requirements. • Compare the options in terms of capital an life-cycle costs considering estimated fu ure maintenance intervals and operational elements 4. Report • Summarize the results of the preceding tas s fn a report that includes a plan view graphic for each alternative. Submit draft of report ln PDF format for City review. • Respond to City comments a d submit a final report i PDF format. 91 of 151 April 20, 2021, Item #5EXHIBIT .. A" Following receipt of the City's otice to proceed and t e billing records and operation I information described in Task 1, the Clearwell Volume TM wm be submitted within three weeks. The Draft Report will be submitted within three weeks of the meeting to discuss the TM. The fee fort ese services is presented in the attac ed table and will be invoiced monthly on a time and materials basis. Please advise if this prompts any questions. Thank you for the o portunity to be of service to the City of Poway. Sincerely, ~e< Senior Project Manager Enclosure 92 of 151 April 20, 2021, Item #5T•• lau, bl~~ D i.c.lW tt1 n Oo.a,•nd _,., ,1,1,-llc l\olnd•I I.IMtla 1M~ltw/~frunD,,,..,,,-d Cul• O'\d '1p<!.1.10Mod'd ~-•~ a.-11 'J'olumt l4n•nVdrnm nnJlh~r•"'°" -..:1it.l•m~rn;l~1'1. ll'ot~i.n, Ca..--,,Nro Ocr,..,,11 $1Ju1u1~ ldltrnll!,ln (~l.,tr.aleUIJl!~I i!!'ld l.1tc. C•otlrCo'il\. ~.nma.l.!ilOt!ltaf'lt 111--IIPO.Jr! PtoltrtM•.na,arnc,t lf'•c,IOP't "''"lr•m«n1 93 of 151 CITY OF PO :AV CLMRWEHAl.TERNATIVES EVALUATION INfffASTRUCTURE ENGINEER/ G CORPORATION· ffE ES MATE 11,r _'('(, ~ .. ~,,, ~--fl: 11ttt !If/ {'1\0111 ,r-,1 n,'JI u/1 fti r-~0! -',-:fo1'Q' ,, Cl,D I r,,,.-a,n., D•I J 10l'I ()-;1/{J \ "'"' SlJ5.00 s.nsm $1!.~.0J Sl'4~.00 ,nooo 11 n s 20 IE Ta~<;..bi .. ul->;0wr5 1 so a 0 $ 111, li,v,l[auo " 2~ .1G :,:, ) IOiJ ,.,~s,,otoit-4. com 5~7Q Sll.750 so $&.!lC-0 S4) ..::><: r, I ..JI ~WIH~ iot•I ·Cnl f!Jtit<t.(Of.i !,JJb(OlllJKI l, '1 I,> ir.5 s,40 '§0 '.5,,i 7lS s, 61i5 Sl7.S1S s,_5,;~ $1) S,il..4!1A S:1.(K,t .51.ll~ SG _!>U3~ ~!.2~ s,v.. HO ~!i7 U.282 u.110 $«,Ho so SC S..1li0 SlHD ~ sr. SI.UC ~.05 ~-' ◄~~ $0 ~II S-t ql!, 'fill~ $70'.> !,tJ Sll l-70S .jl!l,llrl SlO >l-1,0lO S3UOO EN<ilNfE~ING SERVICES $3 ,100 April 20, 2021, Item #5SECOND AMENDMENT cont. .. Amendment No. 3 Scope of Services for ClearwelJ Upgrade Project: Bypass Pipeline BACKGROUND The City of Poway (City) pro oses o construct a 36'i d'a eter pipeline to allow the conveyance oft eated wat r from the L s · er J. Berglund Wa er Treatment Plant (WTP) arou d the Clearwell and directly to the distributio system. The major lements of this Project are: • • • • • • Approximately 770 feet of 36" welded steel pipeli e w· h tee connections o the exist ng 42" effluent pipeline dow strea of the VTP (east oone ion) and to the e.>i:isting 36" discharge pipe from the Clearwell (wes connec ion). Thee st conn ction is along the exposed effluent pipe located in the pip galle w ere three valv swill be located at a new tee. Structural modifications to the concrete pipe gallery and pipe supports will be required. The western connection will be west of the Clear vell i the parking area of the Operations Yard .. f.J. ca.st-in-place cor crete vault approx, a ely 15 ft x 15 and 8 ft deep will house t o alves at the new tee. The vault will ha,.,e a re ovable top and access hatch design d for H20 loading. All the valves will be manually opera ed and will not be connected t SCADA. a Ive stem extensions will provide for valve operation fro above t' e va Its. The bypass pipe will i elude a tee o tlet wit blind Ian e in Lake Poway Rd and will be desig ed o allow flow in both directions in anticipation of the potenf al future delivery of treated water rom he Water Authority. To accelerate the project, the C'ty will pre-procure f e large valves via one separate bid package and i elude the valve.; as ow er-furnished ma erials in the pipe construction bid package. The City gaged Infrastructure Engineering Corporation (Co suhant via the Clea™lell Upg ade Project Agreement dated May 15, 2019 (Agreement) and approved A endment No. 1 for expanded services dated November 22, 2019. Per City irection, t is Amendment No. 2 provides for revised services foe sed on the Bypass Pipeline. The scope of serv;ces under the Agreement and Amendment No. 1 are superseded by the serv·ce.s described in this Amendment No. 2 until such time as the Cit' a d Consultant mutually agree to further modify the original Agreement. Described below ar the specif c Amendment No. 2 tasks to be performed by e Consulta . All tasks are direc ed to Consultant unless otherv ise noted. SCOPE OF SERVICES 1.0 Project Kick-Off and Data Compilation Jn preparation for the project, eview City-provided as-built plans pertinent to he Project. Prepare for and lead one kick-off meeting wit City's project tea . Lead consultant tea 1 me bers ii attend. Prepare agenda and meeting notes. C nt ct pi,pe a d valve suppliers to assess potential delivery timeframes. E alua e fea.sibility for mate ial pre•procvrement op ions for possible project schedule acceleration. Evaluate options for exploring the presence of buried pipelines and obstructions. Submit recommendations to City. l of 7 1-15-20 94 of 151 April 20, 2021, Item #5P.repare and s mit o Ci y preliminary d awing for pipe con 1ect'on at existing 42" effluent pipe. Conduct. a site visit to observe existing conditions along the pipeline corridor. 2.0 Surveying Obtain rnappi g using aerial and grounds rvey to prepare topographic; base . ap sui bl. for 111 ;:; 20 ft scale along the project corridor for the pipeline design. Tile Cty \!ill coordinate with the property owners a d arrange for access if required to set aerial mapping targets. 3.0 Utility Data Compilation 3.1 Utility Recor s Rese rch Perform records research with utility age des to obtain record dr wings for exi ting utm ies along the project corridor. • Contact USA Dig-Alert to obtain pre-planning request hs ing the existing utility age cies in the project area. Contac the utility age cies that are in or around he proposed work area and request their system rnap5 a d record drawings. These are antkipated to include SDG&E, cable TV, fiber op ic, and City lwa er, sewer, stor drai }. • Review and lot the util.l'y data on 1he base mapping per the record information. • Re iew existing pothole data provided by City and com par@ with record drawing data. 3.2 Potholing Consul ants's subconsultant (AirX) will pe ·orm potholing to locate the pipe at the westerly connectio point and to identify potential conflicts along the pipe alignment. Up to 1en (10) potholes are est1mated with associated survey services to ie-in the locations. The pothole information will be included on the plans. and the plans will bes bmitted o the respective utili owner for conflict checking at he 60% desi n stage. Potholes in paved areas will be patched with perrna-patch type rnaterial Tie·i pot ole locations to mapping via field survey;. 4.0 Field Investigations 4.1 Geotechnical Investigation Comultants;s subconsultant (Ni yo & Moore) will perform an investigation to evaluate the geotechnical and geolog·c conditions along the pipeline corridor. The specific tasks fo be performed are: 95 of 151 • Review available literature pertinent tot' e geotechnical conditions at the site. • Mark he proposed boring iocatlons for clearance by Undergrou cl Service Alert. 0 tain a oo-fee Right of Way Permit from the City. • Drill three (3} exploratory borings utilizing a truck-mounted drill ri to a depth of approximate! 20 feet below Bround surface or practica refusal. whichever is less. Tr ffic co roi will be provide for the boring along lake Poway Rd. • log he materials encountered in the borings and obtain samples for visua exarni atio and laboratory testing, as well as assessment of groundwate le ,els1 Jf encountered. The borings in paved areas wi11 be patched with perrna-patch type material. • Perform laboratory tests consisting of in situ moisture content and derisity, grain-size distribution, 2 of 7 April 20, 2021, Item #5Atterberg limits; R-value, a d cor osivity. • Assess potential geologic hazards that may affec site development such as settleme , liquefaction, collapse, and earthquake shaki.ng, and develop recommendations for site preparatio and eart work, excavations. shoring, backfill, and corros"vity of the on-site soil in respect to concrete. • Prepare a geotechnical report presenting the findln s, conclusions, and, commendations. 4.2 Corrosivity Assessment Co sultanf~ subconsulta t (RF Yeager Engineering) will conduct a corrosivity assessment for the pipeline corridor a d identffy appropriate cathodic protection features to be included in the design. S. Preliminary Design .1 Distribution System Hydraulic Analysis T e purpose of this task .is to evaluate the operation of the WTP and distribu ion syste wi the Clearwell off line and he bypass pipeline in operation. Cons It ant's subconsultant Mission Consulting Services) wHI perform this analysis. • Meet once with WTP Operati r,s staff to discuss WTP operational flexibili y and any WTP or system constraints tha must be considered. • Use current hydraulic n odel witt, updated demands to perform exte ded period simulation analysis of the .system over week-long periods of low demand (winter), average day, and maximum day (higher demand summer) conditio,is. Make up to six (6) model runs to evaluate WTP production rate relative to water ta k levels. Potential future system modifications (as proposed in previous Master Plans) will not be included ,n the model. • Prepare a technical memorandum summarizing the results and condu)ions/reco mendations ide tified by the analysis. This subtask assumes that under .separate authorization the existing demand and the ultimate demand projectio have been updated to reflect information using recent billing data and that these demands have been incorporated into the City's hydraulic distribution system model. 5.2 Preliminary Design Me orandum Prepare an submit in a Draft Preliminary Design Memorandum (in PDF format) that addresses the following: • Description of the bypass pipe including fgures {11 x 17) to sho IV the alig rnent and pretiminarv configuration of each connection. • Results of hydraulic analysis from Task 5.1 above. • De.scription the pre-procurement package for the valves • Preliminary construction cost es· imate. • Cathodic protection recommendatro11s. Meet once with the City to review the mernorandLJm a d addre5s questions. Prepare and submit a final me ,orandum. The final memorandum will form the basis for the final design effort. 3 o/7 96 of 151 April 20, 2021, Item #56.0 Design 6. l re-procure ent Pac age for Valves Prepare a pre-pracoremen bid package for the valves and operators that is estimated o encompass t o 42-inch diame er butterfl valves a .d three 36-inch diam ter butterfly valves. The package will be comprised of a valve specification and delivery requ1rements. S bmit a draft of he bi package to the Clt'f or review. Upon receipt of comrne t:s, prepare a-d submit final bid package .. The City will prepare front e and contract documents and issue tt1e packages for bidding. 6.2 Pipeline PS&E repare a bid re dy set -of cons ruction drawings, technical specifications, a 1d an opi ion of construction cost estimate (PS&E). The design will be sub . itted to the Cit for review a d co ent a hese stages: 60%, 00% a 1d Final. The PS&E deliverab es are estimated to be comprised of the fol.lowing: • Plans: Plans will be prepared on "D" :size 2411x36" sheets at appropriate scales o s ow the work clearly. The project plan set is expected to inclrJde he following: Sheet .Description Discipline Estimated Number of Sheets Title Sheet, Vicinity Map, Index of Drawings, Legend Generai 1 Construction Notes. Abbreviations, Key Map General 1 Pipeline Plan and Profile W = 20 ft scale) Civil 3 Pipeline Detai Is Civil 1 Valve Vaults Civil 2 Pipe Connection & Vault Details Civil l Cathodic Protection Details Civil 2 Valve Vault Notes, Abbreviations, Details Structural 7 Total 18 The plans will be prepared using AutoCAD 2018 with the following deliverables: o 60% and 100% submittals: one PDF submitted electronically. o Final submittal: one (1) full-size, signed and stamped 1ylar original set of plans. An electronic submittal will also be made including the drawing AutoCAD files, specifications (Word files), and cost estimates (heel spreadsheets). • Specificatio s: Contract specifications will consist of mark-ups of the City1-s Ge era I and Technical Provisions to make them project specific and will utilize curren Green book and City supplemental specifica ions where prac ical. Additional supptemental specifications, such a.s the steel pipe, will be provided in CSI format. Submit to the City for review at 100%, Submit Word files electronically for eac submittal. The City wiU prepare front end bidding and contra-: documen s. • Estimated Con actor Construe io Schedule: As part of the 100% submi tal., provide an estimated construe ion schedule showing major project elements, and estimated durations and sequence of work. Include any s u down of plant opera ·ons along with es imated sh tdown duration. Submit schedule electro ically in PDF format. of 7 1-15-20 97 of 151 April 20, 2021, Item #5• Opinio of Const uction Cost Estimate: Pr p r constructio cos estimate developed sinB estimated quantities from the design a d general unit cos factors at 100% and Final. Submit one Excel s. reads eet file in City bid list format with each sub, ittal. 6.3 Design Co rdi ation Meetings Consultant will prepare for and conduct up to three (3) coordination meetings/telecons with the City to discuss project elements. Prepare and submi. mee ing notes. 6.4 DDW Coord,nati n Submi the 00% plans to California State Wa er Resources Board & Division of Drinking W ter {DOW) for their informa ·on and review. Res po d to their questions a d incorporate their comrnents into subseq ent submi tals. Assist the City with obtaining DDW approval for project. Provi e these services on a ti e and mat r'afs basis p to the level of effort defined in the subtask budget. 7 .0 Environmental Support Services Provide technical documentation and support for project CEQA review and planning ap rovals. It is assunied tha Ci y will prepare and process any docu ents req ired for CEQA co pliance. These services will be provided at City r q est and up to the level of effort defined in this task budg t. 8.0 Project Management during Design Phase Provide project administration and coordination with subconsultants to monitor their progress and provide interdisciplinary rev·ew of consultant and subconsultant work products. 9.0 Engineering Support during Bid and Construction Phases The s port services may encompass one or more of the activities listed in each subtask. The services wil be provided at City request on a time a d materials basis up tot e level of effort defined in the task budget. 9.1 Bid and Acquisition Phase Support for Valve Pr -procurement Package • Provide responses to requests for infor ation (RFl's) via e-mail to th City. Up to one (1) RFI is es imat d. City will prepare and distribute addenda. • Rev·ew contractor s.ubmittals received from the City for general conformance with the contract documents. Provide writte response noting exceptio sand/or comments wit ·n fifteen (15) working days. Assume a total of up to two (2) submittal reviews and re-reviews. 9.2 Bid P. ase Support for Pipeline Const ctio Package 98 of 151 • A tend t e pre-bid meeting. T e Ci y will facilitate the meeti g. • Provide respons.es. to requests for information (RFl'sl via e-ail to the City. Up to three (3) RFl's are estimated. City will prepare and dl.stribute addenda. 5 of 7 1-15-20 April 20, 2021, Item #59.3 Co structio Phase Support • Review contractor submittals received rom he City for general conformance with the co tract docume ts. Provide wntte response noting exceptim1s and/or comments within fifteeri (15} working days. Assume a total of up to sixty (60) submittal reviews and re-reviews. • Ass,ist t e Clty with responding to change orders, field orders, and RF ls. Provide responses (in e-mail or men orandu , format} to the City 1it in five (5 working days and in accordance with the co t,ract documents. Assume responses for up to e (10) items. • Prepare record drawings bv i corp rating i1red-lined'' changes, as doc men ed and recorded by the contractor and/or constr ction manager, on the origina Mylars. If the e><tent of changes makes it impractical to revise an o(ginal Mylar sheet, individual o lginal Mylar heets may be voided and re lacement s eets ma1r be added. Wi hi s·x weeks of the rec ipt of the redliries, submit one set of original mvl r record drawi gs and PDF file of all drawin@s, 9.4 Construction Phase Meetings • Attend the pre-constructio meeting. The City will facilitate the meeting. • Attend up to ten (10) construction progress meetings and/or construction site visits as requested by the City. 9.5 Consultant P oject Ma agement du ing Bid & Construe ion Phases Provide roject admini:stration arid coordir,ation wit subcon~ lt:rnts to monitor he support .services. 10.0 Additional Services Provide technical support to assist Ci y with response to Clearwell water quality issues. These services may include: meeting attendance, review and assessment of overfjow and storm drain system pipelines and tributary areas, and preparation/submittal of information to the City. These services" ill be provided at City reques up tot e l1e\!el of effort defined in this task budg t. SCHEDULE T sks 1, 2, 3.1, 5.2 and 10 have been ini iated in response to the City's emergency request on December lJ 2019. he schedule for completion of the services described herein assur es the City approves this t\rnendment No. 2 by January 15, 2020. This schedule assumes timely responses for information and meeting coordination with the City and allows for design submittal review periods by City of two (2} weeks S bmittal Preliminary Design Memora dum 60% PS&E Valve Pre-procurer ent Package -Draft 100% PS&E final PS&E Date Marc 31, 2020 Apri I 30, 2020 May 8, 2020 une 11, 2020 uly 9, 2020 Bid & constr ctio phase support services will be pertor ed on a as-needed basis in response to City requests. C nstruction p ase support services are anticipated to be completed by May 31, 2021 6 of? 1-15-20 99 of 151 April 20, 2021, Item #5ASSUMPTIONS • o hazardous materials investigations, studies1 o · co suttations . ii be periormed. • Cons ruction manage ent, administra· ion and inspection w,il be performed by the City. • In-plant inspection of th valve and pipe fabrication is not included. • City will pay all permit and review fees required by r,eviewing agenc·es { .g. DOW). • The projec will be desig ed and bid as one (1) construction project, not split into individual proj cts. • Environmental per lit compliance arid permi requirements will be provided by others .. Compliance requirements pe ine t to the co struction will be included ir t e projec specifica ions during design. Culturaljarcheological/paleontological resources assessments and moni oring during cons ruction, if needed will be p ovided by others. • The contractor will prepare a d submit the Storm Water Poll_ tion Prevention Plan lor Water PoUution Control Plan, if that is the required approach). • The de.sign of any shoring req ired for construction will be ti e responsibility of he contractor, • The contractor will repare traffic co trol pla· sand acquire any necessary encroachment ermits. • The City will handle public notifications, outreach, nd any coordination needed wit comm ity groups. • No modific tion.s o other i ity systems are anticipated. If i s determined during design hat potholi g or utility modifications are required, these services can be provided upon mu ual writte a reement. • ADA i provements are not required, • Surface repairs and landscape replace ent will be reptace-·n-kind. • City or contractor wlll provide -construction staking 7 o/7 1-15-20 100 of 151 April 20, 2021, Item #5I I.IWll __,,M140..lll~h-n •-. ~ i.,!'J!-• ' ... ,u .. \(!li.1'11,....-N'lr fr~lll••'f'tt_,.-,,,-..,,1-.:rl-;-:li.-tr1,.11L, IU.ii.. -p• 2 1._._._..., _, ..... ...,.;,•rf t-.!•--,.....a .,.._!.l._-r,ct•·oi..r-..t.•,1-.n tJ (i:1•10-,.., ... .,.--vrwlllf • 0..11• (, i t,,-no1:...u-.--...,, f·:111;1:-w. tJ.:Lr". r,T\!'-1'hi':rl'I 1,,,,~1,, f.\t1tr,( .r.t.trlftlM"u'-ll'I y ........ M"'111, .... " f••>•••• ---!II ~.~Nl!I • ,,. .... w.,--•9"16.,, .... l;llit""'"'-"" ,J",....,-.,u:.~--••1C1.'-l•a;l''"';.Plu•r 101 of 151 j l I l I . . " . JO 11 . CIT'IOf'PO A ARWfH Ui>G A(}Ej /11f01£G · IIYPAS. P PEUNE INfRAS11n.tctUIU ENGlrlffRING CDIIPOAAf/0, -fff ESTIMATE , .... ,,1 ! f -~,/ )A,cl i"f/ C II (';yJi'JIVf (A.D~P, ,,, 11◄' . ..!D ' ti<! I. 11 u ,, ,,. . a '"' IO ""'" '4 s:u.u1 n.100 \JIC!" PRE•OE!ilGN & DES!GN SERVIW $211,335 I April 20, 2021, Item #5ti f~ .. .,t•-•--,-,-pg,.n-•-Pd&C.• b•-•-1'1i , 1 1 Ai .r.i,-.... ,i,~"'n ,,,-~•·..-\,, •-.n r•1t ...... ,.,.. ti ... 14'>-1 ••J-4t o\Vt-•••'H_.rti--.._. f" .... 10 , .......... 1 i.1---.. , .... ~ ,,..,, ,..,..., ,,.. <,..,~i ·(11).it ~ H•.,,"h+t".:tl..h,·__,_ ,..-, : t,iir•oft.rrH ltt ~-1--~•-~•M·f't l--:hf! .. II I 'tc•i.'\,.,-uv; it,..,." ir .... .1::fi.h":;1u1-c.,.,.-._"' S,./1121 102 of 151 CITY itOW10· CLf-'!IIWflL V (ilfADES PltO n;r. l1¥PAS$ ,PEU/Vl INFRA.STRUCTIJR E/lfi~ £CA/IVG CCRl>C>f?i\TION · FCF £ST1MAr£ '" "' t<I) ll~JQI) . II p,.,, s~ $-> 1G { .,,,.,,., I. J' ,I/ ·': .\.l rir. .. , .. , !u!J n .. ~1.,.. u:, . u ro .-1 H!IJ;l s1c,1~ JO I I I I I D ~u:i I f,!J ~ll&l ~ 511 " Sil I> i) Sil 1 ',c) >ll'IJ CO ISJJltiC'IION SIJPP' . SE..IMCES $35,BO TOTAL SERVICES S2S.J.7GO I April 20, 2021, Item #5ATTACHMENT 3: THIRD AMENDMENT ST :;VE V,\US, M .)'O, CITY OF POWAY C1 I flv\NK, Deputy foyo, D: VE. GllOSClf, r.ou ~,!me er B fUtY l., ·:o 1 , Councilmcmbc1 J I· 1,·IULLl • Couocilmembcl VIA EMAIL & FIRST-CLASS MAIL J ly 14, 2020 Anders Egense, P.E I fras ructure Engineering Corporation 14271 Danielson Stree Poway, CA 92064 Subject: Notice to Proceed: Design Amendments No. 4 for the Clearwell Upgrades Project (ClearweU Bypass) Dear M . Egense; This letter wiil serve as your otjce to Proceed for A endmen~ No. 4. Design for Bypass Tank. The revised fee indudes repurposi g portions of the design .a construction inspection for the original Clearwell Upgrades project scope. lt also repurposes construction support for the bypass pipeline. The amended scope a d basis of payment ·or this amendmen shall be i accordance with the not~ toftexceed to al ee of $424,846_00 as provided in t.he enciosed copy of A endment No. 4. The total not-o-exceed fee for the project rernai s $787,855.00. The design of this project ,s being funded rom the Clearwell Upgrades project (\NTROO20) however future correspondence and project documents should refer to the project title as ClearNell Bypass (WTR0028}. It you have any questions or need further information, please do ot hesitate to co tac1 me at (858) 668-4653, or via email at mrocco( _pow_c!_v.Qrg. Sincerety, DEVELOPMENT ~ Melody Ro~,J?:1:. City Engineer Enclosure· Amendmen No. 4 c: Darian .Deme~ian, Management Analyst M:\C[P-e eloornern\CIP Projects\WTRO 20 CJearwdl Upgradc~\CorTes ndence Consultam\NTP IEC Amend· e 4 Letter.doc. 103 of 151 Ci f Hall L care 1 at 13325 Ch,,1c Cemer Drive N ailing Address: P.O. Box 789i-Pow, y, ~:1lifon .. ia '-2074-1789 www.pm: ay.orpi April 20, 2021, Item #5THIRD AMENDMENT Amendment No. 4 Scope of Services for Clearwell Upgrade Project Design for Bypass Tank BACKGROUND Based on the results of previo evaluations, the City of Poway (City) proposes to con.str ct a 2.5 MG tar k as part of a bypass system that will allow the conveyance of treated water from the Lester J. Berglund Water Treatment Plant (WTP) around thee isting Cl rweil and directly to the d·s ribu ion system. T e major elements of is Project are assumed to be as follows: • A 2.5 MG t nk to be located on a vacant ~ite nor ll of Lake Poway Rd opposite the existing Clean,vell. The tank will be connected on the inlet and ou let sides to the Bypass Pipeline (a proposed pipeline being designe under a .separate authorization). • The tank will be a permanen I ci cular pre stressed concretP-tank with col n support d concrete roof t tis p .rtially buried with hlgh water d floor lev Is th t match ttie existing C earwell. • Tank appurtenances; main and seco dary entrance hate wit interior tairway and ladder, vents, overflow pipeline with air-gap co nection to storm drain, and underd,ain leak detection piping. • A valve va It loca ed adjacent tot e tan that is appro imately 1 ft x 10 ft x 20 ft deep. • Man a ly operated valves. • Site improve, ents: paved access road, fencing, landscaping, temporary irrigation for plant establishment, storm drain hydromodlficatlon and bio-retention. • Basic 120v power supply at the ank entrance hatch tank. • Instrumentation comprised of sonic water level m as rement with signaJ conveyed to WTP control building. • The co struction plans a d specifications for the tank will be merged with the docume ts for the bypass pipeline and issued for bidding and construction as one combined project. The City engaged Infrastructure Engineering Corporation {Con.sultan } via he Clearwell Upgrade Project Agreernent dated May 15, 2019 (Agreement) and has also a proved amendments or additional services including the design for the Bypass Pipefi e (Amen ment No, 3). Described below are the specific tasks to be performed by the Consultant related to the Bypass Tank Proj ct. All ask are directed to Cons ltant unless otherwise noted. SCOPE OF SERVICES 1.0 Project Kick-Off and Data Compilation Prepare for and lead one kick-off meeting with City's project team. Le d consultan tea members will att nd, Prepare agenda a d meeting notes. In conjunction with the J7 eeting, conduct a tank site visit to observe existing conditions. 2.0 Surveying Usi g he aerial flig t and -cont ol inforrn tio previously obtained tor the B pass Pipeline, prepare topographic base m p for he tank site suitable for 1'':; 20 ft scale. Conduct field su ev to locate surface 1 of7 7-8-20 104 of 151 April 20, 2021, Item #5features a o her perti ent details on the tank site_ Merge si ea d pipe mapping. Tie~1 pothole locations t mapping via field survey. 3.0 Utility Research 3. 1 Util ty ecords Research Review tility information previously obtained for the Bypass Pipeline along t e Lake Po .. ay Road corri or to identif existing utili ies on the site and in the adjacent roadway. 3.2 f>otholin Consultants's sub onsultant (AirX) will perfor 11 potholing along the pipe alignmen for up to 10 potholes in addition to, and at the same time as, the potholes identified in A endment No. 3 Bypass Pipelin~ scope. The pothole information will be included on the plans, and the plans will be submitted to the respective utility owner for co flict checking a the 60% des'g stage. P tholes in paved areas Jill be patched with perma-patch type material. 4.0 Geotec nical Investigation P epare a plan with figure (POFj showing the location of proposed borings, seis ic lines, and vehicle access routes for use by the City in obtaining envi o 1ental clearance for the investigatio . The plan will include ,, formatio regarding ype ,a d size of drilling equip ent and support vehicles, number of personnel, and the approximate limi s of the proposed work area for the geotechnical exploration. Consultant's subcon~ultant (Ninyo & Moore) will perform an im1€stigation to evaluate he geotechnical and geologic co dif ons a the tank ite. The .specific tasks to be performed are: 105 of 151 • Review available literature pe :inent o the geotechnical conditions at the site. • Mark the proposed boring o~tions for clearance by Unde ground Service Alert. Obtain a no-fee Right of Wa\1 Permit from the City. • Ob ain a orin.g permit from the County of San Diego Department of Environ ental Health (DEHL • Drill, log/ and sample two (2) ock core borings within the proposed footprint of the tank. The borings ill be drilled t,o a depth of approximately 60 ft. T e pper portio s of each bori g witl be drilled using 1ollow stem auger e uipment ntil rock i.s enco tered, where co i11g equipment would then be used. ock cores will be collected, stored in roe core boxes, and lo ged by a geologist. Borings will be backfille per DEH requirements. Excess soil/rock cuttings and drilling fluid from the borings will be containerized a d disposed of offsite. • Perform two (2} seis ic refractio survey lines within the proposed tank ar,ea; each approximately 200 ft in le gth. The seismic refraction lines will be performed to evaluate the general rippability o · hes bsurface materials at the tan locatio . • Perform aboratory t,ests co sisting of in situ moistme conterit and de 1sity, gra·n-size distribution, Atterberg Ii its, R-value, and corrosivity. • Assess potential geologic hazards tha may affect site development sue as settlement, Ii· uefaction, collapse, and earthq ake shal(ing, and develop recommendations for site preparation and earthwork, general stabiiity of proposed cut slopes, exca·1ations, grading and exc~vation ch racteristics oft 1e on-site materials, includir,g anticipated difficult excc3vation, caving potential, a d oversize material handling~ fill material a d cornp ction requirem nts, including suitability of the on-site soils for use as structural fill and bedding material, suitable fou dation ypes for the 2 of 'J 7-8-20 April 20, 2021, Item #5proposed tan!< str c ure, allowable bearing capacities1 friction coefficient, llowable passiv,e press res, a d corrosivity of the on-s;te soil i respect o -oncrete. • Prepare a geotechnical report presenting the findings conclusions, and recommendations. 5.0 Preliminarv Des1gn 5.1 Bypass Pipeline T nk '1.lternatives Evaluation Evaluate and compare a circular versus a rectangular co crete tank config ration to determine the most cost effective layout. This will be based on a prelimi ary evaluation of the construction gradi g, general operational features., a d a c:oncept-levef co parative opinion of estimated constructio cost. Sum arize the resul sand recomm nd tions in a technical m mora dum with 11 x 17 figures) and submit to City in PDF format. Meet one<; with City to discuss and receive c.o mnents and reach concurrence on he preferred tank configuration. Incorporate the results of the evaluation in the Preliminary Design Report (Task 5.2). 5.2 Pre!imina Design Report n e Preliminary Design Report (POR) ill be based on the results of I eta k alter atives evaluation and will incorporate the Bypass Pipeli e PDR results so as to cont ine the tank a .d pipeline into one project. Prepare ands bmit a Draft PDR {in PDF format with selected 30% drawings presented as llxl7 figures} hat addresses he following fort e Bypass Tank and Pipeline: • Sit@ plan with construction and finish grading • Typical .section for tank • Bypass pipeline horizontal alignment • Inlet and o tlet valve location • Overflow with air-gap co nection to storm drain • Tank drar • Underdrain system • Perman@n storm water facilif es • Access road • Fencing The PDR will include a discussion o : • Options for staging and temporat)' so, stockpiling • Access hatches and sta·rwavs • Landscaping • Power and SCADA • Pr liminarv opinion -of constr ction cost estimate. Meet once wit City staff to discuss/coordinate desig ,elements. ,tvleet o ce wit the City to review t e Draft PDH and address questions. Pre are and submit a fin I PDR (in PD'f format) that incorporates agreed upon comments. 3 of 7 7-8-20 106 of 151 April 20, 2021, Item #56.0 Design He design effort descri_bed in this task is ased on t 1e project elements described in the Background section of this Scope of Services. If the project elemen s defined by the PDR art-materially different, modifications to the desig scope and fee may be necessary and will be based on mutual written agree ent. 6.1 Tank PS&E Prepare a bid ready set of c,onstruction drawings, technical speci ications, and an opinion of construction cost eshma e (PS&E). T e design will be si.ibmitted to the City for review and comment at these stages: 60%, 100% and Fin.al. The PS&E deliverables are estimated to be compri-5ed of the following: 107 of 151 Plans: Pia swill be prepared on "D'' size 24"x36" s eets at appropriate scales to show the work clearly, Th project plan set is expected to include the following: Sheet Description " Discipline Estimated Number of.Sheets• Title S eet, Vicinity Map, Index of Drawings u Ge eral 1 Abbreviations, Legend. Key Map General 2 Construction Notes General 1 Existing Concition Tank 5ite Plan Civil 1 Tank Site Plan Civil 1 Permanent Stormwater Facilities Site Plan & Detai.ls Civil ; 2 Tank Cros5 Sections Civ:il 1 Tan Appurtena ces Civil 1 Tank rain & Overflow Piping Plan & Profiles Civil 1 Tank Site Finish Grading and Access Road Plan CiVil 1 Tank Site Civil Details Civil 3 Pipeline Plan and Profile Civil 3 Pipeline Detdils Civil l Pipeli e Valve Vault "' Civil 2 Pipeline Connection & Vault Details Civil 2 Tank I. let 'Piping Plan & Details Mechanical 1 Tank Outlet Piping Plan & Details Mechanical 1 Mechanical Details Mechanical 3 Struct ral Notes and Abbreviations Str ctural 1 Tank S.ec ions and Details Structural 1 Tank Foundation Plan str,uctural 1 Tank Roof Plan Structural 1 Tank Wall Se_tion and Eleva ion Structural 1 Tank Structural Details Structural 12 Valve Vaul Details + Structural 4 Electric I Symbols & Abbreviations Electrical 1 Electrical Site Plan Electrical 1 Tank and WTP Area Plans Electrical 2 Electricat .Schedules/ Details Electrical 1 Cathodic Protection (CP) Oet ils ** CP 2 of7 7-8-20 April 20, 2021, Item #5La, dscape Note.s1 Plans and Detai1s I landscape 2 Irrigation Notes, Plans and Details I landscape 2 Total 60 • Preliminary estimate -final list to be developed after completion of PDR. -~ Plans fron Bypass Pipeline Design The plans ill be prepared using Au oCAD 2018 with t e following deliverables: o 60% a d lOO'°A submiuals; ne PDF submitted electronkally. o Fi al submittal: one (1) full-size, signed and stamped mylar original set of pJans. An electronic submittal will also be made including the drawing .AutoCAD files, specifica ions lWord files), and cost estimates {Excel spreadsheets). • Spe<:ific tiorw Contract .specifications will consist of mark-up:s of the City's General and Technical Provisions o make them project specific and will utilize current Gree boo and City :supplerner'l al specifications where practical. Additional s pple nental specifications, such as the steel pipe, will be provided in CSI format. S b it to the City for eview a 10Q9i. Submit Word files electro ically fo eac submittal. The City will prepare front end bidding and cont act documents. • Es im ted Contractor Constr ction Sched le: As part oft e 100% submittal, provide an estimated co struction schedule showi g major project elements, and estimated ciura_ions ands quence of work. Include any sh tdown of plant operations a Ion w~th estimated shutdown du ation. Submit ~chedule electronically in PDF format • Opinion of Construction Cost Estimate: Prepare construction cost estimate developed using estimated quantities. from he design and general unit cost factors at 100% and inal. Submit one Excel spreadsheet file in City bid list format with each s bmittal. 6.2 Storm Water Managemen Prepare Storm Water QLJafity Management Plan (SWQMP) in accordance with City of Poway BMP Design Manual (February 2016) for permanent stormwater treatment and utilizing City SWQMP template. Submit draft plan (PDF) for review by City in conjunction wit the 100% PS&E submittal. Address City comments and prepare and submit final report (PDF). Eval ate whether a Storm Water Poll tion Prevention Plan (SWPPP) or Wat r Pollution Control Plan is required for construction. If SWPPP is not required, provide a Best Management Practic s plan sheet to guide the contractor. The contractor will prepare and submit he Storm Water Pollutio Preve tion Plan or Water Polutian Control Plan, whichever is requlred. 6.3 Design Review Meetings Cot1s ltant wilt prepare for and conduct up to two (2) design review meetings/telecons with the Ci v aft.er the 60% and 100% desig stJbmittals to discuss project ele ents .. Prepare and submit meeting notes. Other design coordination meeti gs are included inf e Bypass Pipeline de>igri Scope of Services. 5 of 7 7-8-20 108 of 151 April 20, 2021, Item #56.4 DDW Coordi ation Subrnrt t e 100% plans to Califor ia State Water Resources Bo rd -Division of Dri king Water (DDW) for their information and rev·iew. Respond to their questions and incorporate their comments i to subseq ent subn1ittals. Assis t e City with obtaining DDW approval for prnject. P ·ovide these services o a time a,nd mat rials basis up to the level of effort defined in the subtask budget. 7.0 Environmental Support Services Provide tech ical documentation arid support for pr ject C QA review and pla ning approvals. It is assurn d that City will prepare and process any docume ts required for CEQA compliance. Thes services v ill be provided at Cit req est and up to the level of effort defined int is task budget. 8.0 Project Management during Design Phase Pro ide project administrat'on, reporting, and coordina ion wi h subconsultants to monitor their pr,ogress and provide in erdisciplinary review of co s ltant and subconsultant work products .. 9.0 Engineering Support during Bid and Construction Phases (future task) If City elects to add Engineering S pport during Bid and Construct ton Phase services at .a foture date, City and Consultant will amend these services to the agreement upon mutual agreement. 10.0 Additional Services Prepare and submit revised draft Clean.veil Alternatives Report and Bypass Pipeline Prelirninarv Desig Rep rt to incorporate the Bypass Tank and to address City and DDW co 1ments. These :;ervices will be provided at City request pto the level of effort defined in this t-sk b dget. FEE Unused fees previously allocated to the design and construction phase services for the Clearwetl Floating Cover; along with fees allocated to Bypass Pipeline Task 6.1 -Pre-procurement Bid Package Preparation and to Bypass Pipeline Task 9 -Construction Phase Support Services are being re-purposed toward the design oft e Bypass Tank and associated services described above. With this re•purposing, the services assigr1ed o these tasks are considered complete with no further work required by Consultant. The attached tables present the fee breakdown for the Bypass Tank design services d·escribed above and the overall contract budget breakdown and re-purposing. SCHEDULE The es imated schedule assumes a otice to proceed by July 13, 2020. The sche ule for 1he geotechnlcal field work fs estimated assuming receipt of nviron ental clearanc by July 31, 2020. Th sched I, assumes timely responses for information and meeting coordination with the City a d altows. for submittal re iew periods by City oft rvo (2) weel<s. Delivery of t e Final PS&E on February 12r 2021 is estimated. Review processes U1at are beyond Consulta t's control may extend the schedule (e.g. City, utility agencies, DDW). G of 7 109 of 151 April 20, 2021, Item #5ASSUMPTIONS • Environment I compliance and permit reqvi ements will be provided by others. Additional infor ation re uested or environrne tal clear nee that is ot d scribed erei can be provided on a time-at1d-materials basi~. Complia ce req i(ements pertinent to the co struc ion will be incl ded in the project specifica ions duri g design. • The geotechnical field investigatio swill not be condu ted during days where red flag warnings are in effect. Equipment utilized during the subsurface exploration will include fire extinguishers. If any ad itional fire suppression services or equipment are required ( .g. fire trucks and/o water trucks on s andby a the site. etc.}. hey can be provided at an additional ost. • No hazardous ma er'als investigations, studies, or cons ltatio swill be performed. • T e City will ha le public notifications, outreach, and any coordin tion needed with local residen s d co munit groups. • Citv will pay all ermit and review fees required b·v reviewing agencies (e.g. DDW}. • The followi g de~ign items are not incl ded but can be added upon mutual written agreement: Retai in walls or ot er structural ele .ents needed for site improvernen s o Chemical dos·ng or a tomated sampling sys em for e tank Modifications too her utility systems o Traffic control plans for construction ADA improvements o P&ID's o Engineering support during bid and construction phases • Ce tral SCADA arid PLC/Oli programming will b _ provided by City. • Contractor wi II provide construction staking. • T e des·gn of any s oring required for construction will be the respon ibility of the contractor. • Construction management; administration and inspection will be performed by the City .. • In-plant inspection of the valve and pipe fabrication is not i eluded. • Biological/cultural/archeologica!/paleontological resources assessments and monitoring during design and construction., if needed will be provided by o hers. 7 of 7 7-8-lO 110 of 151 April 20, 2021, Item #5. r~~•"'•-,•t•.'. , • ..., ,.,, ._,..w,r, ., . 1" ... ;,,....,,.,,,,, .. ~--~. ~ UIY 1.-0WA, CfLMl,\'fU l<~Qt,Wf"J,l'IN)If~ · IW<,US 7AN 011,C,\' WJ l'IWC 'TU £ma, .. flt1/ol.;!1' (t.tllJlfJr,. '" f IMllf , . .. .... )l l'l ., 11'. H,;-,-1~r~-~~.-::::'::·~:::::"~~=-:""'·-.··-~---+----ll-..:...-4--+----ll---...._-+-+----+--+-----ll-.:,:...+-#-:;,...f-i:'•l ... '-+---+---t----+---+--+-----,t--+----1~:~;~-·--··'--I l \fl.•-·, 11f'M.11 UKY1tu s,u;1 .. I 111of151 April 20, 2021, Item #5"'"'•--------....... ,l. ... .. -, ,.,,,,,,..-.,·,---, ..... ~ .. ..... ,a.. ..... I I ., 112 of 151 CTTYOl'KJW,l'r Cll!A I.! "6a..Df.l l'lt0Jfcr. !!T,,us TAffX rJ[J,J_(i// ,.., AAJ7lftl [N(;fl'KUIK,CON'OMIK»I• UHT Ti .. ' ' " .. I • April 20, 2021, Item #5Cit of Po arw II Upgrad s Pro)~ct I C Budt: rv a d Re.illocalio. FIODlil'I C.OIM con.11111, on I W!1pct1i.Dfl :i-11, .. o. u SJOC,l'JSi,JIJ $J'5.4.~IL D O'J7: W.IW,0012.0J -{l.earvod All~motl•e.1 ~" luatio,; 113 of 151 ~IOll,,,OlJ.49 $D,IKI !B,~ ' ,OC Si.1~~ ,, ~1.1• .~41 SIOO,J95J)C, ~$l'J. l'~.<11~ >)01.l~-ll S7, lll(!,.X, $),'.!';I',. 0 ~ !,.lSO.JO ss~ "J '512S 7~ $! ,, ]j,H/ SE,,'1<11, §!, S ,I 'J 1l00,J-5CC 5111U!l2.51 April 20, 2021, Item #5ATTACHMENT 4: FOURTH AMENDMENT Ja uary 2. 2021 Ms Shadi Sam[, PE Principal Civil Enginee City o Poway Public Wor s Department 14467 Lake Poway Rd Powa , CA 92064 rl •, ·, I I ' • -I Re; Poway Water Treatment Plant -Clearwell Bypass Proied Amendment o. 5: Scope & Fee for Design of Tempo ary Bypass System (revised) Dear Sha i: Based direction f om the City of Poway (City), we ndersta d t e City wishes for lnfras ructure Engineeri Corporation (IEC) top epare the final design plans, specifica ions and estimates PS&E) for the Te 1porary Clearwell Bypass Sys em as generally described in our Technical Me orandum dated 11 ~27-2 . Presented ereVi ith is our proposed c pea d fee for this effort and a request for a budget augment to co p:lete the design services. The attached A e dmen No. 5 desig scope and fee includes surveying/mapping (with Aerial Mapping Services), geotechnical investigation (by Ninyo & Moore). pottoling (by AirX}, a d submittal of PS&E deli erables t t include electrical/instrumentatton design (by Moraes/Pham Associates), structural design (by Kelsey Structural) and cathod·c rotection {by RF ea er Engineertng). As part of our original agreeme t with 1he City (da ed May 8, 2019) ar1d p evious authorized a endmen s, IEC has perfor ed a number of tasks or the Clearwell Upgrades/Assessment Project i eluding facility assessments, data collection efforts, al erna.i e evaluati ns, technical memoranda! hydraulic analyses, and p eliminary designs. These activi ies have expended a total of $469,953 of the authorized contract amount of $787,855. Our estimated scope and fEe for design of the Temporary Bypass Sys em totals S3601277. As such, we respectfully reque a fee augment of $42,375 to allo ~ for pre_ aration of the PS&E. This increases the total contract amount lo $830,230. Per your request, we are moving forward w· h he da a colfection efforts and starting into the design. Please advise if this rompts any q estions. Tl1ank you for the opportunrty to be of service to the City. Sincerely, ~fd~ Senior Project Manager A tachments: Tables and SubconsuJtant Proposals !'1 71 Dani I •1~ ,. P • ay, Coltloq, v') ,1 T B~S 41 2'1t) 114of151 l/~c· Via.a},,-Robert S. Weber, PE Principal in Charge '8.tl 13 711'10 ,,, w I co•porori '11.c;v April 20, 2021, Item #5FOURTH AMENDM NT Amendment No. 5 Scope of Services for Design of Temporary Clearwell Bypass System BACKGROUND Based on the results of pre ious evaluations, the City of Po a 1 (City) is pl.a ning to construct a Temporary Bypa5s System that will allow the treated water fro11i the Lester J. Berglund Water Treatment Plant {WTP) to ypass the existi g Clearwell and discharge into the d'stribution system The major elements of this Project are assumed to be o prtsed of the following an as generally described in the Technical Memorandum fo.r the Temporary C!earwelf Bypass System (by IEC; 11-27~20): • Temporary, above-ground 2.0 MG tank to be located on the ballfield east of the W P. T e tan will include inle /out1let pipi g and a ove ·1ow that disc arges to an adjacent star drain. • Temporary ump .station with a capacity of approximately 3,900 gpm to lift water from t e WTP to the emporary bypass tank. • Perman@ t buri d 36JI di m ter bypass pipeline th t extends pproximate:ly 1, 00 ft from he W P Effluent Pip line (east co ection}, serves t. e emporary pumps ation, a d connects downstream to distribution sv tern pipi gin Operations ard ( est con ectlon). The east connection is along the e posed Effluent Pipe located in a pipe gallery where two new valves ill be located at a new tee. Structural modifications to the concrete pipe gallery and pipe supports will be required. • Temporary above-ground 24" diameter bypas.s pipeline that extends approximate!· 1,000 ft from the temporar m station to the temporary bypass tank. • Temporary press re control facility to regulate flows from the bypass tank to the distribution syst _ m. • Te nporary bypass system overflow facility comprised of pipes and discharge to a storm drain. • Power supp'ly and instrumentation for the tankJ pump stationi and pressure co trot facil'tres with signals conveyed to WTP control building. The City enga ed 1,nfrast ucture Engi eering Corporation (Consultant via t e Clea.rwell Upgrade Project Agree 1ent dated May 15, 2 19 {Agreement) a d has also approved amendments for additio al services including t e desig for the Bypass Pipeline (Amendme l No. 3), design for a Bypass Tank (A endment No. 4)1 and preparation of a Technical Memorandum for the Temporary Clear 1Vell B as.s System. All services associated with these previo s tasks are considered complete with no further work required by Consul ant. Described below are the specific tasks to be performed b·, the Consultant related tot is Amendment o. 5 o the Agreement All tasks are directed to Consultant unless otherwise noted. SCOPE OF SE8VICES 1.0 Surveying Using the aerial light and control information, prepare topographic base map for the tank site and pipeline alignments suitable for f' = 20 f scale. Conduct field survey to locate surface feat· res and other perti ot details on ti e tank s;te. Merge site and pipe mapping ·with mapping obtaine for the previous project elem ts. Performs rvey to tie-i pothole locations. 1 o/6 01-02-21 115 of 151 April 20, 2021, Item #52.0 Geotechnital Investigation Cor sultan 's subconsultant (Ninyo & Moorej will perform an investigatio to eval a e the geotechnical and geolo ic condi ions in the project areas. The specific tasks to be performed are; • G ordinate with the Cltv re a ding the approach to geotechnical field in estig tion i eluding schedul and access to the ballfield area c.onsidering on-going us of the field. • Review background infor ation including m ps, geologic information and available geotechnical reports and plans, including previo s investigations in the project area or t e Cit , • Ob ain Rig t-of-Way per it from the City. We have ass med that any City permit f BS associated with this proj ct will be waived. • Perform a geologic reconnaissance of the site nd mark-out of the proposed boring locatio s, Undergrou d Service Alert (USA} will be contacted for utility clear nee. • Perform subsu ace exploration consisting o drillin ,. loggi g, rid sampling ree (3) exploratory· borings using a track-mou. t d limited acce s drill rig. The borings ill be advanced to depths of approximately 15 to 20 eet below grade (or auger refusal) with a hollows en auger drilling rig. Two borings ill be located in the infield area oft e ballfield in Lake Powa Park in the area of the propos~d tank a done boring will be i, he area of the proposed buried pipeline al ng th sou the n sid of the ClearweJI. An ad itio al exploratory boring will be advanced usin man al equipment {i.e. hand aug r) withi he tank footprint int e outfield rea a d will be advance to a e th of 5 feet (or refusal). Bulk a d in-place samples of th e co tered soils will be collected a d transported to a laboratory for t sting. Borings ill be backfilled with DEH approved materials. Excess soil cuttings generated from the borings will be spread at a desigria ed lo ation onsite. As part of the drill rig mane ver1ngt plywood panels will be utl ized to avoid damagi g the park t rf and ballfield surfaces. • Perform laboratory testing and a, englneeri, g analysis oft e data obtained. • Prepare geotechnical evaluation re ort that includes findings., conclusions, and recommendations relative to desig a d con truction of the project. To facilitat th se seivices, the Ci y will provide assistance with access to batlfield and Water Treatment Plant areas for field inv stigation including t ming off sprinklers in advance of the site work and assistance to I C,i;lte existing utili ies int e vicinity of the boring focations. 3.0 Utility Research 3.1 Utility R cords Rese rch Review utility information previously obtained for WTP to identify existing utilities in the a eas of he project. Incorporate this infor ation into the project base mapping. 3 .. 2 Potholing Co, sultant's su co sulta ( ir } will perform potholing atong the pipe alignment for up to eighteen (18) potholes. The pothol infor ation w'II be included on the plans, and t e plans v ill be submitted to the respective utl i y owner ( a inly t e C ty) for conflict checking durin design. Pot oles ·n paved areas will be patched with perma-patch type material. 2 0 6 01-02-21 116 of 151 April 20, 2021, Item #54.0 Design T e des·gn effo d scr-ib din this task is bas don the project eleme s desc ibe i t e Backgro nd section f this Scope of e ices. If duri, g desi n the project elements defi ed abo em terially change1 odifica ions to the design scope and fe-e m y · e ne essary and will b based on mutuaJ written agreement. 4. l Site Visit Design team w II ake a site visit to observe existing conditions a d take photographs. 4.2 PS&E Prepare a bi ready ~et of construction drawi gs technical spedications, and an opin.ion of c.onstr ctio cos estimate (PS&E,. T e design will be subm,1ted to the City for review and comment a hese stages: 60%, 100% and Fi· al. The PS&.E deliverables are estimated to be comprised of the following: • Plans: !ans will be prepared on "O" size 24"x36" sheets at approp iate scales to show the work clearly. The proje pla set is estimated to include he ollowing: Preliminary 5heet Description Discipline Estimated Number of Sheets Title Sheet, Vicinity Map; lode of Drawings General 1 Abbr,eviations, Legend, Key Map, Sti:lgirig Areas General 2 Construction Notes General 1 Flow Diagram General 1 Hydraulic Profile General 1 Existing Condition Tank Site Plan Civil 1 Temporary Tank Site Plan+ Site Grading and Access Civil 1 Ta k Inlet/Outlet Connections and etails CiVil 1 Ta k Overflow Piping Plan & Details Civil 1 Tank Site Civil Details Civil 1 Pump Station Site Civil Details Civil 1 Bypass Pipelirie Plan and Profile Civil 2 Bypass Pipeline Details Civil 1 Bypass ipeline -East Connection at G<!'llery Civil l Bypass Pipeline -West Connection Details Civil 1 Tank Inlet/Outlet Pipeline Plan and Profile CiVil 2 Tank Inlet/Outlet Pipeline Details Civi:I 1 Overflow Facility Plan and Sections Civil l Overflow adlity Details CJvil 1 f>u p Station & Pressure Control Plan and Sections Mechanical 1 Pump Station & Pressure Control Details Mechanical 2 Structur I Notes anrJ Abbreviations Structural 1 Pipe Gallery Modifications at East Pipe Connection Structural 1 Pu p Sta ion S ructural Oetai:is Structural 1 Overflow Facihty Structural Details Structural 1 Overflow Facility Storrn Drain Inlet Details Structura,I 1 3 of6 01-02·21' 117 of 151 April 20, 2021, Item #5Electric I Symbols & Abbreviations I Electrical 1 Electrical Site Plan I Electrical 1 Single Line 0.agram/Elevations I Electrical 1 Pump Station Power and Signal Plan I Electrical 1 Pu mp Station Lighting and Recep acle Plan ' Electrical l I Electrical Area Plans Electrical 1 Controls j Electrical 2 Schedules and Details I Electrical 4 P.&ID Star dard Symbols and Abbreviations ! lnstrumenta ion 1 P&ID , Instrumentation 2 RTU Block Diagram ' I strument ion 1 Cathodic: Protection (CP) Details CP 2 Total 48 "" Not o/1 sheets wi f be submitted as part of the 60% des;gn stage. The plans ill be prepared using AutoC0..0 2018 with the fol owi g eliverables: o 60% and 100% sub i tals: Submit one PDF and ACAD files electro ically. Final submitt I: one {1) full-size, signed a d stamped mylar original se of pl ris. n el c ronic subn i tal wrn also·be made including t e drawi g AutoCAD files, sp cifications !Word files), and cost estimates (Excel :spreadsheets . • Specific-ations: Contract specifications will consist of mark-ups of the City's General and Tee nical Provisions o make thern project spedfic and will utilize current Green book and City supplemen al specificatio s w ere practical. Additional supplemental specifications such as for the pumps, will be provided in CSI format. Submit supplementa specifications ta he City for review at 60% {not all s ctions} and at 100% as Word f les electronically. S b lt final supplemental specifications as ord files electronical:ly. The City will prepar front end b.idding and contract documents. • Estimated Contractor Construction Schedule: As part of the 100% s bmittal, prov·de an estimated construe ion schedule showing major proje el roe ts1 and estimated durations and sequel'lce of work. Include a y shutdow of plant operatio s along with es imate shu down duration. Submit schedule elect,onically in PDF format. • Opi.nion of Constrnction Cost Estimate: Prepare cons ruction cost estimate dev loped using estimated quantities from the design and general unit cost factors at 60%, 100~1 and Final. Sub 1,t ore fxcel spreadsheet file in City bid list format withe ch submLtal. 4.3 Design Coordinat·on and Revi,e 1i1 Meetings Consul ant wil prepare for and participate in desi n coordination eetings/telecons wi.h the City to discuss on-going activities and iss e.s. T ese mee ;ngs will occur approximate! every week depending on the need for coordination. Up to eight (8) meetings are assumed. Cons ltan will prepare for and co duct up to two (2) design review meetings/te,lecons with the Ci y after the 60% and 100% design submittals to discuss project ele 1ents. Prepare and submit me ting notes. 4 o/6 01-02-21 118 of 151 April 20, 2021, Item #54.4 DOW Waiver Prepare\ aiver request for submission to DDW for project elemenH where a desig varia ce is needed. 5.0 Project Management during Design Phase Pro ide project administration, reporting, and coordination with subcons :lta ts to ·r onitor their progress and provide inter isciplinary review of comulta t and subcon.su1tant work produ s. FEE The attached table presents the fee breakdown for the Bypa5s Tank design services described above. Ccmpletio of these design services requires a budget augment of $42,375 t at increases the current authorized contract amount from $787,855 t S 30,230 SCHEDULE The schedule assumes timely responses for information and meeting coordination with he City and allows for submittal review periods by City of two (2) eeks. Review process s that are beyond Consultant's control may ex end the sc edule (e.g. City, utility agencies, DOW). Submit al 60% PS&E 100% PS&E Final PS&E ASSUMPTIONS Estimated Date January 15, 2021 March 21 2021 Aprit 6, 2021 • he project will be designed and bid as one (1) construction project, not split into indi id .al projects. • Enviro mental compliance and permit requirements will be the responsibility of the City. Beyond the desig submittals described in the scope bove, information reque ted for support of the environmental process can e provided o a time-and-materials basis. • Fo storr water manage ent purposes, t e te, porary tank, pump station and pi_ elines will be considered constr· ctio 1 phase facilities. As such no permanent BMPS ill be. required arid t e contractor will be required to prepare and implement a SWPPP .. • No ha,c1rdous materials investigations, studies, or consultations will be perforrned. • The City will handle public notificatiom, outreach, and any coordination needed wit 1 residents and community gro ps. • City will pay all permit and re iew fees equired by reviewing agencies (e.0• DOW}. • The following design items are not included but can be added pon mutual written agreement: 119 of 151 o Prep.a ration of separate design and/or specification packages to be issued for the pre-procureo e t of rnaterials for the project. c Chemical dos in or a to ated sampling sys em for the tank ..., Modifications to other utility SiStems that are outside Consultant's desian capabilities, 5 o/6 01·02·21 April 20, 2021, Item #5/ o ADA imp ovem nts that cannot be addressed as repl.ace-in-kind. o Site security s stems beyond fencing and basic securi.y camera installations. o Engineering support during bid and construction phases. a Construction manage111e t, administration, inspection (including in-plant inspectio of valve and pipe fabrication} and cons r ction staking. • Central SCA A and PLC/OIT programming will be provided by City. • The design of any shoring required for construction will be the responsibility of the wntr ctor. • The demolition and removal of the temporary facilities t at are part of this project ill be perfor ed under a separate construe ion contract sometime in the future (assumed to e afte t e new Clea ell is in place a d operational). Ass ch, t e design services in this. scope do not includ the demolition, remo al, and disposal of the temporary facilities or landscape a d baseball fi Id restorat•ion. • Contractor will prepare traffic CO· trol plans tnat may be req · ired a d acquire any nec-essary encroachmen ermits. 6 of 6 01-02-21 120 of 151 April 20, 2021, Item #5Clr'l'Qfl'OLVAf CUA ,l,'lU sr,..u.r ,i!Q/£0 -ftM,C!l,Ul' OYAUS mM 001 , -, n CT\J L~C.ft.illtl l'O ATID."'. f, f.rnMII rr ) t' H:-:-. -t:,-:-;-----------+---+------''----,---:..--+----+----+--i----f--"--!-..11. ... r ----i -' ''"l,r•..--•·1•...,......,_• -· .)l'IM.,.-...,..,!J.•-.,. .• ~ ,'I •• .ITUl.r ..... &-0._ 121 of 151 ... ,.. .... .,._ ~~ April 20, 2021, Item #5Anders Egense (Infrastructure Engineering Corp.) N vember 1 6, 2020 Re: (200""7) Pro osal to map the Lake P wa Treatment Plant Additjon-2. Dear Mr .. A.nders Egense: Please accep this propo~a, to provide aerial mapping and photogrammetric services for the Lake PCN•la, Treatment PlantAddttion-2. Ttle mapping will .onsist ofa 1"=20' map scale. with a 1 'contour interval. Deliverable will in lude AutoCad DV G files, and 1 set of BM! higt1 resolution digital prints. Infra ructure Engineering Corp.· ill r vide 5 horizontal and vertical co 1r I targets necessary to complete the project. ppm imate y ·12 days (Mon~ Fri) ViAJI be needed to complete this project Mieatr1 r ermittin_g). The cost to provide these services is $2,300. If this proposal rneet · 'vvith your ap ro 1al1 plea'""e sign belo an return this letter to ,A.erial Mapping Services. Sincere~,. 7 y,_,y, ~..i.~~.r Tim r elsen, President Aerial Mapping Ser.1ices rv r. Anders Egense ____________ Date Signed: _1_12020 122 of 151 April 20, 2021, Item #5AIRX Utility Surveyors, Inc. I RATE SHEET December 4, 2020 Pricing on rhis document s allrJ for 90 days fro in the dat~ ab V~-Prepared For: IEC Attn: Ar d rs Egonse, (85 ) Project Name: Poway Water Treatment Plant Project Location: Poway La e Road Total Number of Estimat d Potholes .. Project Management & Report Preparation Project Manage ent 13-2400 On Site/Records Research/Report dratting/Ad 1in .. Specialty Trai ing w/Mob (An icipate ): Name of Training Potholing Potholes Less Than 5' Deep P tholes 5' to 8' Deep Pothotes 8' to 11 • Dee Potholing Hourly Ra e Travel Rate (portal-to-portal) SA Mark-Ou I Standby Coard. I QA & QC Pothole Layout w/Mob Wet & Dry Uti ity Locating Locating -1 Man & Equipmen (Elec. 1ag. Sonic, GPR) Traffic Control Traffic Control'ROW plans -1 "X 1 7" Traffic Control1ROW ptans -D Sheets Permit processing Minimal Traffic Control Equipment (wlCCTV only) Bike Lane, Shoulder or Narrow Lane Closure (Excludes Arrow Board) Small In ersections/Standard Lane Closures (Up to 500' + tap -rs} Large Intersections/Multiple Lane Closures Addilio al Arrow Board . ight Work Premi Certified Fi gma I Addt't Laborer No. Flagmen Concrete and Asphalt Patching Aquapha.lt Permanent Patch -J/Sa Cut AC Cold Mix or Qulc Set Concret Pa c'h W/Saw Cut Backfill -Sand and Na ive Soil AC Hot Mix Patch w/Saw Cut Coring -12" Diameter Sidewalk Panel Replacernen Spoils Dump Fee: Haulage and Du p Fee (Non-Hazardous only') Paint Removal 18 No.: 8 hours@ $130 er hour= No.: 9 hours@ $80 er hour= I No.: 0 hours@ ill p•r rr;;mt r' Sub-total No.; 0 @ $750 per hole= r~o.: 0 @ S950 per hole= No.: 0 @ $1,200 per hole= No.; ~ @ 375 per hour-1 No; 9 @ $375 per hour-No .. : hours@ $95 per hour-Sub-total No.: hours@ $195 ~m1nt\Our= Sub-total No.: 0 @ S175 p/s1heet= No,.: 0 Call for quote I 0 .. : 0 hours@ lli per hour= No.: 0 each@ 5150 each= No.: 0 each@ $350 ,each: No.: 0 each@ ss5o ,each= No.: 0 each@ $750 each= ~o.: 0 days@ $150 per day= 1 o.: 0 nights@ $350 per nigh= 0 $165 I MIii()( Q hours= Sub-total o.: 18 @ $135 each: No.: 0 @ ill each= o.: 18 @ ~ eact = No; 0 @ $3.500 per day= o.:t=:=:[ @ lliQ each= o.: 0 Call for a ote Sub-total No.: 6 @ $250 er load.;: . o.: day@ $1 ,sco per day= $11040 $720 $0 $1,760! $0 $0 $0 $181000 $3,375 760 $22 135 $0 $0 !0 $0 $0 $0 $0 $0 so $0 $0 $0 so $2,430 so $630 so so 0 S3.000 s, ,500 S1 .500 Es i 1a e Total: l $29,955.00 I XBD2020.001 Poway· P. way Wall!r Tre l'ne I P,a ,1 fl EV! ED 16P !EC .Al 123 of 151 Pa e I l1f 2 April 20, 2021, Item #5("") All mobilization is char~ed p rtal to portal. This estimate is vahd for 90 days, • his es irrne ncludes t e provision Of prev Hing wage. Prevailing W ge rates ar se by e C;ilifomia De ar ment oF I dustrial Relation.s (DIR) r1nd subj ct to ch nge annual/}' per DTR r. gu/otions. Fed_ rol prevailing wage ra es will also oppfy 1/ applicable. • This is n estir,ate only ba:;ed n Ii ited iflf r ation provided. Adj 1st111ents. ch;mg 'Sand re ponSe to actual field conditions may i cur added co t5. Final lnuoicing will r•eflect actua1I work hours performed, materials utilized and services p,ovided. • Clie t to cilitate acces~ to it and utilit;, cabinet; or facilities in the area. AirX also requests cop·e~ f availabl a s·b Ht m4pi, r lat,n to the ject. • P tho! ng and E.xc.a,,a 10n rate appli ~ tot •pie. I c nchtlo s t asphalt or concrete 5ur ace material 6' -it· in deptti and digatil soil conoitio•ns. cessive urface material, concrete beneath asphalt, cobble, dense clay, era >e slurry, caliche or ot rm lurn w1U be c h:irged at the h url ra · lis d n thisestin;at • lJ ility loc,1 ing: Mini m chilrge o 2 man 1ours for Loe-a in . Afr : n akes our best ffort to find all u ilities b t r:ann t uarantee that all tiH ie will b lot11t o, Utili i s ml.ist b pothol d o g nt l•:>c:ati n. Please Note: AJRX was contacted to locate art foe I/tie on the site for mapping purpose to aid the ,Jfent ford sign . .However AIRX is nut a rte,resenratlv of any tol<e ltolder In th1S' geographic location, so this mc,rl( out tlOi!s not quolJ{v tu a stJbstitute for One Ca IJ or Dlq Alert; which is a re911irement prior to any excaw:,tion bV Jow. The onlv recuur'ie Is to po ltivelv identify the facflity by potholing whlc h would allow for the pre els~ m~os1.1remenr of on outside d om tet. A/RX mokes e~ry effort to m,, end der rmfne all attribure:s of th~ focilltles I nvo!ved but .some data con onJy be determined through potholing. • Utlllty Re-Mar ·I g: Utiritres previous! arked a, d sub,;equentl'r" lost due o conditio s bey on ur c n rol shall not b · the resp ns,bllity of AIRX Re-maf in , will e chorg ot rhe v mr11 lac ting rczte i cficotecJ on r is es-timate. • Trafflcco · ota dRi h ofWayplandrawm lsonll"xl "sheets. lfDShee arere uired,addit1onalfee5willapply, • P rmit fees. or r lg 1c of way or .traffic cormo1 permit revie~\I ar, ep s,ts,. r In addi Ion to · h Es rna e Tota!. These fees wi.11 be paid bv AirX and c arged back to the .I ent at cost pl s 0%. AirX cannot guara11tee turn-arou d time for permi~ proces.s. • St nd rd traffic ron r I ir,cludes alf ~1 ns, cones, barrl de!., i .n stal'lds .:ind ~a ti r, tape a 1 arrow-bo~rd unless ot e ise s.peci 1ed. Sp ciulty qvipm n such as o n• ypir;al 1 · nage, crash b rr I • mes age tio d or· -Rail re :iddltio.n L • AfrX ra pr vid_ certified flagma or a dirlonal taborers as nee ed .it a rate of S175 per man/how. • Patching: Prici.1g at lows for AC C d Patch, Qu1c~ 5 t Concret or a quiili p r an nt patch vit .llquap.halt onl'\I. Use of AQ p hair product is dependen u on Jgenc r acc::ept,mce a d uarante d for :3 years. lease re ues qu te if other pate ine material or AC Hot Mix/Grinding is re.ciuired. • Railroad Right or Wav: Railroad Prat dive liability lnsur.ince will be required f · r all wor wiU1 n , ·1rnad right of ,ay a d ma require Rai oa -sl ated llaggln and utility mark--ou personnel. Coordin tion of perso: nel m y affect schedule of wor . Final fe swill be p,11d for hy AIRX and char ed back to the Cit tat cost plus 10.i✓, • Ha?arrlous.SpoiL..: Te!. 'ng, $toro1ge, and Dis po I of anv aterlal, h11:zardous or otherwise, will inar additional charg.e a, d based o project req ire ents. If ,eq~ ire I fee b will be paid for . y .A.irX and charged b,c · to th Cli nt at cost plu 10%. • I air excavatim is used, pricing assumes that sp ils will e plcJced bad Into the h le onsite as b ct.fill. If o :.ite -di~o5a! i:. re ired, .in a i ional fee will i ur. • Specialt , training due o project requirement!> may inrnr added time and cos• nd affect schedule of work. • work with[ Caltr f'\S, ailroad. envlror.mei[ II' sensitive o eont n,i ated areas av inc r additional cost . • Nieht rk, if re uired, will iru;ur adclit1on I cost f r all0'1!1 ligh ing, g;n r tors· d arricade Ii hts. • All rat , .:ire bil~ed on ;:i. sta dard 40-1,our 1.-.;ork week Overtime, doubletime or holiday tes r-.·ill ppl 1 1f applicabl • TERMS; All fnllO!ces ore cJµe Qnd OQVClble NET 45 de>tf$ from d(lte ofjnvoice. Authorization: Inv ic Contac : Please inc/u all persons that wi/J a 9ceiving invoicing oorreSf.'OrJdrmce} Invoice Address: Pie· se inclooo all pBrsons that vi!J be rece;ving invoicing correspondence Invoice Email(sl: (Please i1iclude aff per ans that wi/Jbe.:-ecefv,ng invoicing correspondence .. > Page.2 2 124 of 151 April 20, 2021, Item #5KELSEY 5 l'iUCTUqA. ____________________ S_t_ru_c_t_u_ra_l_E_n_g_i_n_e_ering _Service Proposal December 7, 2020 Anders Egense, PE Se ior Project Manager Infrastructure Engineering Corporation 14271 Danielson Stree Poway, CA 92064 RE: City of Poway Clearwell Bypass Pipeline Dear Mr_ Egense, T a k you for Hie opportunity o provide a proposal for he above referenced project. BACKGROUND It is our un ers a ding that the City of Poway (City) is requesting engineering services or the design of a new bypass pipeline system located at the existing Lester J_ Berglund Water Treatment Plant. The pipeline will serve as a temporary bypass of the existing cl.earwells while new clearwells are constructed. Struct iral design work an ic,pated incfudes mod,fications to an existing concrete pipe gallery, a ne slab-011-grade pump station and an overflow piping facility. Kelsey Structural (KS) is proposing to IEC as a subconsultanl to provide structural er g~neering services for this project. This proposal was prepared spec-ifically fo IEC and its designated repr,esentatives and may not be reproduced or provided to others without Kelsey St.ructural's express permission. SCOPE OF WORK Our p~oposed Scope of Work includes the folJowing 1te s: 1. Modiflcatjons to Existing Pipe Gallery Concrete Structure KS shall provide structural design for modifcations to an existing pipe gallery concrete vault structure where a ne J 361f diameter pipe connec s to an exis r g 42" diameter pipeline. A portion of the ex·sti g wall will be removed and replaced with a new concrete wall where pipe penetration occurs. Addl ionally, (2) new concrete pipe supports will be required to support the exis ing 42'1 diameter pipe section at t e 36" diameter connection. 125 of 151 April 20, 2021, Item #5~f~~~~ __________________ Structural Engineering Service Proposal 2. P mp Station KS shall provide structural design of a concrete slab-on-grade fou dation and concrete pipe can encasement for the new pump station facility. Design shall include reinforced co ere e slab-on-grade with urned-down perimeter ootings, equipment anchorage and s ructural restraint details, as required. 3. Overflow Piping System Facility • Pipe Supports: KS shall provide struct r.al and seis ic design for the 24 diameter ove low pipe su po s. The pipe is an icipated to be laid on a slope and will tiave several bends and air gap outlet to the existing storm drain. Pipe supports are anticipated to incl de concrete pedestals with pread too i gs and anchorage of the pipes to the pedestal supports. Adequate embedrnen oft e fou dations will be required to res·st unbalanced soil loads and revent scouring of he soil on the slope. Concrete Drain Inlet Structure: KS shall provide structural design o a new 6'x6' concrete drain inlet structure below the 24' overflow pipe air gap and connecting to an existing 48" diame er storm drain pipe. The s ructure shalf consist of reinforced concrete walls and mat sla w'th grating cover and will retain sloping backfill on one side of the structure. Large pe · etratio s for the exis ing storm drain pipe are anticipated. 4. Project Management and Administration • Review Meetings: KS shall participate in one (1) review meeti g to be conducted over conference call or virtually. • QA/QC: KS shall provide i ternal Quality Assurance/Q ality Control (QA/QC revlews of structural deliverables hroughout the duration of he project. • Plan Reviews: KS shall provide responses to a d incorporate client/reviewer comments at each project deliverable milestone. • KS shall provide project management services throughout the duration of he project incl di g coordination, monthly invoid g, conference calls and slmilar administrative and manage ent seNices. T e Scope of Work has been developed based on information p ovided by IEC and represen s our understandlng of the work o be include in this project. The final Scope of Work may vary from w at is presented herein and may be revised wi h consent by both KS an IEC. Items not explicitly defined in the Scope of Work are not provided. 126 of 151 April 20, 2021, Item #5KELSEY STR CTUI< L __________ _ Structural Engineering Service _!_roposal DELIVERABLES The Scope of Wor as defined erein shall include the following deiiverables: 1. 60% Design: Inc udes 60% design level structural drawings, specifications and Opinion o Probable Construction Cost (OPCC) Drawings shall include ypical notes typical details. foundation plans roof plans, sectio s a d s ructural details, as required. 2_ 1001/o Design: Includes 100% de_ ign level struct ral drawings specifica ions and OPCC. Ora ving shall include typical no es, typical details, founda ion plans., roof plans. sectfons and struct rat details, as required. 3 Final Design: Includes Final design level structural drawings, specificatio s, calculations and OPCC. Drawings shall include typical ates, typical details. o ndation plans., roof plans, sections ands ru ~ural de ails, as required. Final drawin sand calculations shall be stamped and signed by a registered California structu al engineer. Estimated Fi al Sheet Count: 10 Sheets Drafting will be performed in AutoCAD and drawing s bmittals will be provided in PDF format. Specifications will be provided in Word or PDF format. Specification work shall include coordina ion and markups o Greenbook specs wit supplemen al CSI format specs rovided, as needed. Calculation packages will be provided in PD format. ASSUMPTIO S The Scope of Work as defined herein was developed with the following assump ions: 1. All work s all conform to the 2019 Califo ia B ilding Code (CBC) and its referenced code docu ent . 2. IEC shall provide au drawings backgrounds. 3. IEC shall provide geo echnical report prior to the start of 60% design. 4. IEC shall provide cost estimates related to no structural i_ems. 5. Design for thrust leads shall not be prov ded .. 6. Design r ·ev·ew of ele ents pe ai ing to t e site temporary steel storage tank shall ot be rovided 127 of 151 April 20, 2021, Item #5KELSEY Structural Engineering Service Proposal S•R CT URA ----------------------------------PROPOSED FEE The pmposed fee fort' e Scope of Work as defined herein is as follows: 1. Modmcations to Existing Pipe Gallery: 2. Pump Station: 3. Overflow Piping System Facility: 4. Project Management and A ministration: TOTAL FEE: ADDITIONAL SERVICES $6,520.00 6,080.00 $19,980-00 $4,400.00 $36,980.00 Add~iona services are those which arise as a result -o _ nforeseen circumsta ces during the desig of a project and which. therefore, cannot be included in t e bas·c services agreement, or those services, which are not part of the origina Seo e of Work. Adde da to this proposal may be provided for these services, as required. Thank you for the oppo unity to provide our proposal and for considering us for this pro·ect. If you have any questions or need further information, please do not nesita e to call or email. Sincerely, Guy Kelsey, SE 6099 Principal E gineer c: Mat S one, SE Proposal accepted by Client or aut ori:zed representative of Client: Signatwr _ Date Name (please print) KELSEY =---=-='-'-=......__=-~~=""-='-'-'-"'=.--""'-'-~~~-'--'-'-'--'--=~==-----~------........c ........................................ ........, ________ ~ S"l'lhJ ~Tu A 128 of 151 April 20, 2021, Item #51 11<.ml /Pbam & sso ial !:i -Fe E ti at For ""'le ·1rici;1l ngmeering 12/9/ ... 2L Cli I 1: !EC Projt! r: City c,f owa ... · Clc,1i-vell B)· a· System Desi.-:::n .·ite Rec 1111ai:-s.a1 c Re i w E.-1~tir1g D t.: m lits -tri ,-,I y111b Is and Ab m:vii'.lli 11 • t Pl n I ia,:;rnm ~ io l 11 P w. r d1 ,_n~I Ian i n Lighting cccptn le Pl n Area Plans C ntrol I lcs I ul s 2 I I -c.:'ID 1.tmd,rd • .-ymbois ~nd t\bbre i, tions N2 -rl i 3 • P&ID 2 N -RTU Blc k Diagram I C {il1l!S c 111111en1 resolu ion ivisi n 16117 pedlkati ns ost 1i111a1c hr t't I ext · ump ion I. /\II 1·eq11ir 1 CAD bad,__iou11ds is b. Civil 1;11tra ADA pr gram, i11g i. by City 3. Contr I t~tel::!y b/ Civil revi wed by PA 4. P"ping p rti n f P&l 's l · Civil 1 ·r tiowry standby nera1nr 129 of 151 5 2 j_ 12 I 6 4 12 6 _) 3 6 6 6 20 4 4 8 -'~ 1: ,.t, 0 suJtOtal I 8 6 5 8 6 6 8 s 6 6 8 6 6 97 . ]0. .700 EJ April 20, 2021, Item #5Geo ea., ital !:nv rorvn nlal Sci !Cf Con 11,t n December 2, 2020 P ojec No. 08978004 Mr. Anders Egense Infrastructure Engineering Corporatio 14271 Danielson Street Poway, California 92064 Subject: Proposal for Additional GeotechnicaJ Evalua ion Poway Bypass Project -Ballfield Area City of Poway Public Works Department Poway. Ca liforn ra Dear Mr. Egense: At your reques( we are pleased to submit this proposal for an additional geotechnical evaluation for the City of Poway Public Works Departments Poway Bypass Project in Poway California. The project is located at the City of Poway Public Works Department's Lester J. Berglund Water Treatment Plant on Lake Poway Road. Our offices previously performed an evaluation fort e projec and the results of our evaluation were presented in our report dated March 31, 2020. We understand that the design and location of the project has been modified since the time of our evaluation and that additional subsurface information is needed. Based on the conceptual plan provided to us dated November 9 2020 we understand the project will include a temporary above-ground tank to the east of the water treatment plant in the baltfield area,. temporary pump station located southeast of the Clearwell, and a new permanen buried 36-inch diameter gravity flow pipeline. The pipeline is an icipated to be at depths up to 15 feet below the ground surface. Based on our previous borings in the area, we anticipate encounterng fill, old all _vium, and granitic rock. Based on provided plans and information (Poway Municipal Wa er District, 964). a fill slopes up to 20 feet in height is present to the west of the Clearwell, and fill materials wit depths up to 12 feet are anticipated to the east of the Clearwell. Our evaluation will u ilize subsurface exploration data obtained during our previous evaluation at the si e to supplement our proposed subsurface exploratio . 5710 R;ffin Road I S n Diego, Califor ia 92123 I p 858 576 10 I ww v.ninyoan rnoore.com 130 of 151 April 20, 2021, Item #5SCOPE OF SERVICES Based on our understa ding of the project, we propose the following scope of services: • Reviewing background information including topograp ic maps, geologic . ap , fautt maps1 and aerial photographs pertinent o the project. • Reviewing available geotechnical reports or plans. • Obtaining a Right-of-Way permit from the Ci1y of Poway for the project site. We have assumed that any City permit fees associated with this project will be waived. • Performing a geologic reconnaissance of the site and mark-out of the proposed boring locations by professionals from our office. Underground Service Alert (USA) will be contacted for utility clearance. • Performing a subsurface exploration consisting of drilling logging and sampling th ee exploratory borings in the area of the proposed pipel'ne alignment and tank. The borings will be advanced to depths of approximately 15 to 20 fee below grade {or auger refusal) with a track-mounted, limited access drill rig equipped with hollow stem augers. Two borings will be loca ed in the vicinity of the proposed tank in the existing balJfield area and one boring will be in the a ea of the proposed buried pipeline. Bulk and in-place samples of t e encountered soils will be callee ed and transported to our i 1 .. house geotechnical laboratory for testing. Borings will be backfilled with DEH approved materials. Excess soil cuttings gene ated from our borings will be spread at a designa ed location onsite. • An additional exploratory boring will be adva ced using manual equipment (i.e. hand auger) within the tank footprint. This bodng will be advanced to a depth of 5 feet (or refusal). • Performing geotechnical laboratory testing on represen alive soil samples. • Compiling and performing an engineering analysis of the data obtained. • Preparing a geotechnical evaluation report that will include our findings, conclusions, and recommendations rela ive to design and construe •ion oft e project. ASSUMPTIONS ln preparing this proposal we have made the following assumpUons: • The project is subject to prevailing wage requirements under etermination year 2019~ 1D .. • Upon awarding of the project, the cflent win p ovide in writing the Department o Industrial Relations (DIR) project number. • Permission for site access to our personnel and vehicles will be granted, Ninyo & foore i Cil oJ P ,iay Pu I c 'o<k' ep rtm 1. Pr ;at Calil rnia I 1 89780 4 I e _mh 1 2. 2020 131of151 2 April 20, 2021, Item #5• Our field operations can be performed during regular work hours, F iday, 8:00 a.m. to 5:00 p.m. -The---si e-i -tlr-iv .cees ible-foP--2-~lfl E>llRt F' ig. • Right-of~Way permits ill be required for our proposed subsurface exploration but traffic control will not be requi ed since no work is wi hin the public Right-of-Way. Because our work will be performed for the City of Poway, fees associated with the right-of-ay permits will be waived. If traffic control is required a cost estimate fort ese services will be provided upon your request. • Our subsurface exploration will not require drilling permits from the County of San Diego Department of Environmental Healt (DEH). • We understand that borings at the ballfield will be performed in the dirt infield, outside of grass areas. We will utilize plywood to avoid damaging the balJfield while maneuvering the rmited access drill rig to the planned boring locations. • Excess soil cuttings from our borings will be spread thin at a designated onsite location. If excess soil needs to be disposed of off-site, there will be an additional fee. • Borings will be backfi led with DEH approved materials and borings within paved areas will be capped w·th Perma Patch at the surface. • If patching of paved areas with hot mix asphal is required by the City of Poway, additional fees w·u be required for paving and t affic control. • Environ ner tal sampling and testi 19 of the subsurface soils or ground water, and environmental assessment are not included within the scope of this proposal. A cost estimate for these services will be provided upon your request. FEE ESTIMATE Our fee to perform the services outlined above will be invoiced on a time-and-materials basis and is estimated to be $25,400 (Twenty-Five Thousand Four Hundred Dollars). The estimated fees are based on the scope of services presented above and our understanding of the existing conditions and the proposed improvements. Additional services, beyond those described herein, if requested, will be performed on a time-and-materials basis .. SCHEDULING We are prepared to begin our services immediately upon receiving your written a thorization to proceed. The permitting of the fieldwork may take two to four weeks and drilling activities a e anticipated to take one working day. Our report will be finished approximately four weeks following performance of our fieldwork. N1nyo & • ore I 132 of 151 ·)'Public·~ r~, Dep~rtmenl o sy. California I 897B 04 I Oem~ber 2, 202 ------ April 20, 2021, Item #5If this proposal meets w·th your approval, please forwa d your contract documen s, authorizing us to proceed. We appreciate the opportunity to submit this proposal and look forward to war ·ng with you on this project RespectfuUy submitted NINYO & MOORE William R. Morrison, PE, GE Senior Engineer CATlVVR.M/GTF/cdb Dis 'bution: (1 Addressee (via e-mail Gregory T. Farrand, PG CEG Principal Geologist Ninyo & Moo1e I Cily ol P •at Public 0, .~ D parlrnen, Powa~. Ca for:'lia I 10897 04 I Oecembe, 2. 202G 133 of 151 April 20, 2021, Item #5DESCRIPTION LABOR HOURS Task Work to be Compteted PM SCT AA -.A,_ Ii nment Corrosivity Assessment Task Comcleted 1 Re ·ew e 9-i: ·n s. studies. reports, prep for field 2 Co duct field corrosivity es m 3 Review geo ech report/soil chemical an y:si·s.sata------4 , Conduct stray cul!eJ)t..i,, , rence review P-~ vide-soifcorros·vity Assessment Letter Report 8 8 Corrosion Contra /Cathod·c Protection Design Review Drawings/S a dards for cathodic protecfon 2 Provide C Pf corrosion control design analysis/calculations 3 Provide redline mark ps to civil plan a d profile Provide 60% CP design submittal (detail sheets and specs 5 Rev'ew 60% commen1s, pto ide 90% design sub ittal 6 Rev·ew 90% comments, provide 100% design su mittal 7 Provide labor and materials cost estimate wfupdates 8 Atte1d project mee ings orTelCon (1 meeting) TOTAL 2 134 of 151 subtotal 19 2 4 4 10 6 2 4 3 subtotal 35 0 10 6 2 18 2 2 4 2 2 2 12 TOTALS HOURS FEE $160 $96 $320 $320 ~ $1.470 32 ~0-2 $320 4 $640 6 $830 24 $3,080 14 $1,810 6 730 6 · 830 3 $480 65 $8,720 $8,720 April 20, 2021, Item #5City of Poway FIFTH AMENDMENT FOR CONTRACT SERVICES THIS FIFTH AMENDMENT TO THE CONTRACT (the "Fifth Amendmenr) is made and entered into effective this eighth day of February, 2021, by and between the CITY OF POWAY, a municipal corporation (the "City") and Infrastructure Engineering Corporation, (the "Contractor"). RECITALS 1. City and Contractor entered into that certain "Clearwell Upgrades Project" Contract, dated May 8, 2019 (the "Contract"), by which City and Contractor established the terms and conditions for providing design seNices for the Clearwell Upgrades Project (Project). 2. The Contract is effective through and terminates upon completion of the Project, as determined by the City in its sole discretion. 3. On November 22, 2019, the City agreed to amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 1) and increased the Agreement amount from a not-to-exceed amount of $385,821 to a not-to-exceed amount of $499,995, and revised the Scope of Work in accordance with Attachment 1. 4. On January 17, 2020, the City agreed to again amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 2) and increased the Agreement amount from a not-to-exceed amount of $499,995 to a not-to-exceed amount of $787,855, and revised the Scope of Work in accordance with Attachment 2. 5. On July 14, 20201 the City again agreed to amend the Scope of Work in an Amendment letter (Attachment 3) in accordance with Attachment 3. 6. On January 7, 2021, City and Contractor agreed to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $787,855 to a not-to-exceed amount of $830,230, and revised the Scope of Work in accordance with Attachment 135 of 151 ATTACHMENT F April 20, 2021, Item #54. The Parties agreed that the provisions of the amendments described in Recitals 3 through 5 were treated as formal amendments to the Agreement, at all times subject to all the terms and conditions of the Agreement, and were superseded by the Fourth Amendment. 7. The City and Contractor now agree to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $830,230 to a not-to-exceed amount of $861,355, and revise the Scope of Work in accordance with Attachment 5. NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: Section 1 .. "Scope of Service" of Exhibit "A" entitled "Special Provisions" is hereby amended to read as follows: A. Scope of Services Consultant agrees to perform consulting services as required by City, which shall consist of the design services further described in the Scope of Services submitted in writing on January 19, 2021, which is included in this document as Attachment 5, and incorporated by reference, as if its contents were fully set forth herein. Consultant shall provide the necessary qualified personnel to perform the services. Section 2. "Compensation and Reimbursement" of Exhibit "A" entitled "Special Provisions" is hereby amended to read as follows: 8. Compensation and Reimbursement City shall pay Consultant a fee in accordance with the Fee Estimate dated January 19, 2021, which is included in this document as Attachment 5. Total fee is not to exceed $861,355. Consultant's fee shall include and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee, Consultant shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Consultant shall bill City for such expenses as incurred, referencing this Agreement. All expenses shall be itemized and supported by receipts for amounts in excess of Twenty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of 136 of 151 April 20, 2021, Item #5approval by City. All air travel shall be billed at coach or special fare rates. Reimbursement for lodging is limited to travel from outside of San Diego County. Consultant shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. Section 3. Except as otherwise amended by this Fifth Amendment, all other terms and conditions of the Contract, and each and every attachment, extension, amendment, and exhibit thereto, shall remain in full force and effect. 137 of 151 April 20, 2021, Item #5IN WITNESS WHEREOF, the parties hereto have duly executed this Fifth Amendment on the date first above written. CITY OF POWAY By~ Chrisine, City Manager ATTEST: Vaioa Pavolas, CMv, City Clerk I ? APPROVED AS TO FORM: INFRASTRUCTURE ENGINEERING CORPORATION By: ~/4'---~--y~~0-~-----Robert Weber, President Date: 0/J_-09--:/o;;>/ I 01-~ By:--------------Alan Fenstermacher, City Attorney 138 of 151 April 20, 2021, Item #5ATTACHMENT 5 February 4J 2021 Ms. Shadi Sarni, PE Principal Civil Engineer City of Poway Public Works Department 14467 Lake Poway Rd Poway) CA 92064 Re: Poway Water Treatment Plant -Clearwell Bypass Project Scope & Fee for Operational Plan for Temporary Bypass System -Revised Proposal Dear Shadi: Based on direction from the City of Poway (City) received on February 3, 2021, we understand the City wishes for Infrastructure Engineering Corporation (lEC} to expedite the preparation of a Modified Water Treatment Plant (WTP) Operational Plan to include information on the start-up and operation of the new Temporary Bypass Facilities. In response to the City's request to expedite this project, IEC is submitting this revised proposal. The new approach includes preparation of two new Standard Operation Procedures (SOPs): one to describe the start-up of the bypass facilities and one to describe the operation of said facilities; review of the SOPs by the City for comment; incorporation of City comments into the SOPs, and submittal of draft final SOPs to the State Regional Water Quality Control Board -Division of Drinking Water (DOW). The draft final SOPs would take the place of Modified Operational Plan, but would place critical information into DOW hands for review. After a review meeting with DOW, the SOPs will be finalized and incorporated into the City's existing 2019 Operational Plan. After one more review by the City, the final Modified Operational Plan will be delivered to the City for submission to DOW. This new approach allows the City to deliver the critical information about the Temporary Bypass Plan to the DOW ln a timelier fashion, while keeping the final deliverable for the project the same. We are attaching a revised Exhibit A and Fee as well as the original proposal. We will start on this work as soon as we receive a Notice to Proceed from the City. Please feel free to call me with any comments or questions you may have. I may be reached at 858-842-6978. Thank you for the opportunity to continue to assist the City will this important project. Sincerely, J7 ✓,, cL /// a l-&e~7 ?tA!JZ<?~✓ Robert S. Weber, PE Principal in Charge CC: Anders Egense, PE, Rick Kennedy, PE Jane Costello, PE Project Manager Attachments: Exhibit A Rev, IEC Proposal dated January 19, 2021 lt1?71 Duni lsonS,ca1. P<,•r(l ,C lil,nio9?0 •1 T 81113.?II O t 858.,113.2-1'10 Nw1iorn1p,,ori n .c1. 139 of 151 April 20, 2021, Item #5EXHIBIT A-SCOPE OF WORK AND FEE FOR START-UP AND OPERATIONS PLAN FOR TEMPORARY CLEARWELL BYPASS SYSTEM AT POWAY WATER TREATMENT PLANT .. REVISED INTRODUCTION The City of Poway (City) operates the Lester J. Berglund Water Treatment Plant (WTP) to produce and deliver drinking water to City customers. The WTP uses rapid mixing, coagulation, sedimentation, filtration, and disinfection to treat the water. After the filtration process, treated water flows through a 42-inch (42'') filter effluent pipe to a 10 million gallon (MG) Clearwell where it is stored before being conveyed to the distribution system. The City has concluded, based on previous studies, that the existing Cleaiwell is in need of replacement. The new Clearwell is slated to be built within the footprint of the existing Clearwell. In order to facilitate construction of the new Clearwell, a Temporary Bypass System will be constructed and placed into operation for the duration of the demolition and construction of the new Clearwell. Via separate contract with the City, Infrastructure Engineering Corporation (IEC) is currently preparing design documents for the Temporary Cleaiwell Bypass System. These facilities will consist of the following: Bypass Tank -A 2.0 MG temporary bolted steel tank located just east of the WTP on a baseball field in Lake Poway Park. • Bypass Pump Station -A temporary pump station to pump treated water from the 42" WTP effluent line to the temporary tank located at an elevation about 50 feet higher than the effluent line. • Bypass Pipeline -A 36" permanent pipeline that conveys water from the 42" WTP effluent line to the existing distribution piping located in the Operations Yard. This pipeline also serves as the suction line for the Pump Station. • Tank Inflow/Outflow Pipe -A 24' pipeline that conveys discharge from the Pump Station to the Bypass Tank and from the Tank back to the Pressure Control System. • Pressure Control System -A system of pressure reducing valves that will control the flow from the Bypass Tank and break head down to the 865 Zone. SCOPE OF SERVICES The specific tasks to be performed by IEC are as follows: 1 . Conduct a kick off meeting with \h/TP Opemtions staff to obtain input rngarding ourrent and anticipated plant operations. 2. Prepare draft Standard Operating Procedures (SOPs) for the Start-up and Operation of the Temporary Clearwell Bypass System. Submit draft (Word file format) to City for review. The SOP will be set of directions on how to start-up or operate the Temporary Bypass System. The SOP will be a "translation' of the control narrative into narrative procedures. 3. Prepare for and conduct a workshop with City staff to discuss the draft SOPs. 4. Prepare revised SOPs based on input from City for submission to State Water Resources Control Board -Division of Drinking Water (DOW). Submit Fovised SOPs to City (WoFe file format) for one additional round of comments. 5. Prepare for and coordinate a review meeting with DOW Page 1 of 2 140 of 151 April 20, 2021, Item #5... Incorporate City comments on the SOPs and Prepare a Modified WTP Operational Plan (Plan) to include the SOPs. The Plan will be structured such that it can be appended to the existing WTP Operational Plan (2019 edition). The Modified Plan will include the following: o Introduction section o Narrative description section o SOP for the Start-up of the Temporary Clearwell Bypass System o SOP for the Operation of the Temporary Clearwell Bypass System o Comments from City and DOW after DOW meeting Submit the draft Plan (Word file format) to the City for review. 7 Revise the Plan (PDF format) to include City comments and coordinate with the City to submit modified WTP Operational Plan to DOW. City (PDF format). Coorainate with the City for submission of the Plan te State ~tiJater Resources Control Board Division of Drinking Water (DOW). 8. Prepare for and coordinate a review meeting with DD'.6/. 9. Revise the modified INTP Operational Plan to include comments from DOW. 10. Delii.ior a final modified 1ALTP Operational Plan to the City (PDF format) for submission to DOW. 11. Provide project administration including monthly invoices, project communications and coordination. SCHEDULE The schedule assumes timely responses for information and meeting coordination with the City as shown in the list below. Review processes that are beyond IEC's control may extend the schedule (e.g. Cityj DOW). Submittal NTP Draft SOPs Workshop/Review by City Draft Final SOPs for DOW Draft Plan (after DOW meeting) Review Period Final Plan FEE Estimated Date Assume NTP on February 5, 2021 Assume 13 working days or February 24, 2021 February 25 -March 5J 2021 March 12, 2021 Two vVeeks from DOW Meeting 1-2 Weeks 1 Week after Review Period End The attached table presents the fee breakdown for the services described above. 141 of 151 Page 2 of 2 April 20, 2021, Item #5142 of 151 CnY OF POWAY CLEARWELL BYPASS PROJECT· WTP OPERA TIONAl. PLAN FOR TEMPORARY BYPASS SYSTEM INFRASTRUCTURE ENGINEERING CORPORATION· FEE ESTIMATE REVISED Tui: Subtottl , Co.sh hlMfp~ In c.natg-r $705 S~r.ior ,aj«l Man:JIJet-Tffhr.ic.oJ Dtptrfo-r SH5.1Xl 14 $5,640 Sll~.00 32 w 4 2• 2 16 lQ<! sn.,'° It113:r.r,rlJI/ CAO ilJ Dr1{,;t?V 12 30 $41&!.0 5ubus.k L•~r·Hou s 49 4 l5 32 27 161 ~ S.\l'bt1M Ub'lfC(l'.I s,.,1s S9CIC sr.~5 SHW $~,365 S!60 so ~31,l?S so so so so $0 so 10ll CCH $,00 $6,720 Sf60 $31,llS 21•no21 April 20, 2021, Item #5City of Poway SIXTH AMENDMENT FOR CONTRACT SERVICES THIS SIXTH AMENDMENT TO THE CONTRACT (the "Sixth Amendment") is made and entered into effective this tenth day of March, 2021, by and between the CITY OF POWAY, a municipal corporation (the "City") and Infrastructure Engineering Corporation, (the "Contractor"). RECITALS 1. City and Contractor entered into that certain "Clearwell Upgrades Project" Contract, dated May 8, 2019 (the "Contract"), by which City and Contractor established the terms and conditions for providing design services for the Clearwell Upgrades Project (Project). 2. The Contract is effective through and terminates upon completion of the Project, as determined by the City in its sole discretion. 3. On November 22, 2019, the City agreed to amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 1) and increased the Agreement amount from a not-to-exceed amount of $385,821 to a not-to-exceed amount of $499,995, and revised the Scope of Work in accordance with Attachment 1. 4. On January 17, 2020, the City agreed to again amend the compensation and reimbursement provisions of the Agreement in an Amendment letter (Attachment 2) and increased the Agreement amount from a not-to-exceed amount of $499,995 to a not-to-exceed amount of $787,855, and revised the Scope of Work in accordance with Attachment 2. 5. On July 14, 2020, the City again agreed to amend the Scope of Work in an Amendment letter (Attachment 3) in accordance with Attachment 3. 6. On January 7, 2021, City and Contractor agreed to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $787,855 to a not-to-exceed amount of $830,230, and revised the Scope of Work in accordance with Attachment 143 of 151 ATTACHMENT G April 20, 2021, Item #54. The Parties agreed that the provisions of the amendments described in Recitals 3 through 5 were treated as formal amendments to the Agreement, at all times subject to all the terms and conditions of the Agreement and were superseded by the Fourth Amendment. 7. On February 8, 2021, City and Contractor agreed to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $830,230 to a not-to-exceed amount of $861,355, and revise the Scope of Work in accordance with Attachment 5. 8. The City and Contractor now agree to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $861,355 to a not-to-exceed amount of $977,728, and revise the Scope of Work in accordance with Attachment 6. NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: Section 1. "Scope of Service" of Exhibit "A" entitled "Special Provisions" is hereby amended to read as follows: A. Scope of Services Consultant agrees to perform consulting services as required by City, which shall consist of the design services further described in the Scope of Services submitted in writing on March 9, 2021, which is included in this document as Attachment 6, and incorporated by reference, as if its contents were fully set forth herein. Consultant shall provide the necessary qualified personnel to perform the services. Section 2. "Compensation and Reimbursement" of Exhibit "A" entitled "Special Provisions" is hereby amended to read as follows: 8. Compensation and Reimbursement City shall pay Consultant a fee in accordance with the Fee Estimate, which is included in this document as Attachment 6. Total fee is not to exceed $977,728. Consultant's fee shall include, and Consultant shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. 144 of 151 April 20, 2021, Item #5In addition to said consulting fee, Consultant shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Consultant shall bill City for such expenses as incurred, referencing this Agreement. All expenses shall be itemized and supported by receipts for amounts in excess of Twenty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be billed at coach or special fare rates. Reimbursement for lodging is limited to travel from outside of San Diego County. Consultant shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. Section 3. Except as otherwise amended by this Sixth Amendment, all other terms and conditions of the Contract, and each and every attachment, extension, amendment, and exhibit thereto, shall remain in full force and effect. 145 of 151 April 20, 2021, Item #5IN WITNESS WHEREOF, the parties hereto have duly executed this Sixth Amendment on the date first above written. CITY OF POWAY By:-------------Chris Hazeltine, City Manager Date: ------------ATTEST: Vaida Pavolas, CMC, City Clerk APPROVED AS TO FORM: INFRASTRUCTURE ENGINEERING CORPORATION By:--------------Robert Weber, President Date: ------------By:-------------Alan Fenstermacher, City Attorney 146 of 151 April 20, 2021, Item #5Attachment 6 Amendment No. 6 Scope of Services for Clearwell Bypass Project: Engineering Services during Bid and Construction Phases BACKGROUND The City of Poway (City) is planning to construct a Clearwell Bypass System that will allow the treated water from the Lester J. Berglund Water Treatment Plant (WTP) to bypass the existing Clearwell and discharge into the distribution system. The major elements of this Project are assumed to be comprised of the following and as generally described in the plans and specifications being prepared by Infrastructure Engineering Corporation (Consultant). The project generally encompasses: • Two temporary, above-ground bolted steel tanks to be located on the ballfield east of the WTP. The tank will include inlet/outlet piping, overflow piping and site modifications to accommodate the tanks. • Temporary pump station to lift water from the WTP to the temporary bypass tanks. • Permanent buried 36" diameter bypass pipeline that extends approximately 1,140 ft from the WTP Effluent Pipeline (east connection), serves the temporary pump station, and connects downstream to distribution system piping in Operations Yard (west connection). • Temporary above-ground 24" diameter bypass pipeline that extends approximately 2,000 ft between the temporary bypass tanks and the pressure control facility in the Operations Yard. • Temporary pressure control facility located in the Operations Yard to regulate flows from the bypass tanks to the distribution system. • Temporary bypass system overflow facility comprised of pipes and discharge to a storm drain. • Power supply and instrumentation for the tank, pump station, and pressure control facilities with signals conveyed to WTP control building. Portable engine generator for pump back-up power. The City engaged the Consultant via the Clearwell Upgrade Project Agreement dated May 15, 2019 (Agreement) and has approved five prior amendments for expanded services. Described below are the specific tasks to be performed by the Consultant. Consultant will engage the services of subconsultants to assist with electrical, structural, and cathodic protection specialties. All tasks are directed to Consultant unless otherwise noted. SCOPE OF SERVICES 1.0 Engineering Support during Bid Phase The support services shall encompass the following activities. The services will be provided at City request on a time and materials basis up to the level of effort defined in the task budget: • Attend the pre-bid meeting and job walk. The City will facilitate the meeting. • Prepare up to two (2) addenda and submit to City. City will prepare and distribute the addenda. • Provide responses to questions (via e-mail/PDF format to City). • Provide review and comments on submitted bids. 2.0 Engineering Support during Construction Phase The support services shall encompass the following activities. The services will be provided at City request on a 1 of 4 3-9-21 147 of 151 April 20, 2021, Item #5time and materials basis up to the level of effort defined in the task budget: • Attend the pre-construction meeting. The City will facilitate the meeting. • Review contractor submittals received from the City for general conformance with the contract documents. Provide written response noting exceptions and/or comments within ten (10) working days (in e-mail/PDF format). For critical submittals, efforts will be made to expedite the review. Assume a total of up to fifty (SO) submittal reviews and thirty (30) re-reviews. • Assist the City with responding to change orders, field orders, and RFls. Provide responses (in e-mail or memorandum/PDF format) to the City within five (5) working days and in accordance with the contract documents. Assume responses for up to ten (10) items. • Attend up to seven (7) construction progress meetings and/or construction site visits as requested by the City. • Prepare record drawings by incorporating "red-lined" changes, as documented and recorded by the contractor and/or construction manager, on the original drawings. Within six weeks of the receipt of the redlines, submit one set of original mylar record drawings and PDF file of all drawings. 3.0 Engineering Support during Start-up Phase The support services may encompass one or more of the following activities during the start-up of the Bypass Project. The services will be provided at City request on a time and materials basis up to the level of effort defined in the task budget: • Attend up to two (2) site visits and/or meetings as requested by the City to assist during system start-up. • Provide technical input during system start-up in response to City requests. Input will be in the form of phone calls, e-mail or brief memorandum responses. 4.0 Engineering Support during Trial Period The support services may encompass one or more of the following activities during a one-month long trial operational period of the Bypass Project. The services will be provided at City request on a time and materials basis up to the level of effort defined in the task budget: • Attend up to three (3) site visits and/or meetings as requested by the City to assist during trial operational period. • Provide technical input during trial operational period in response to City requests. Input will be in the form of phone calls, e-mail or brief memorandum responses. 5.0 Consultant Project Management during Bid & Construction Phases Provide project administration and coordination with subconsultants to monitor the support services. SCHEDULE The services will be performed on an as-needed basis in response to City requests. The services are generally anticipated to start around June 2021 and be completed by around April 2022. 2 of 4 3-9-21 148 of 151 April 20, 2021, Item #5ASSUMPTIONS • Receipt and transmission of documents will be through the ProCore software system. Consultant will be a user that is given access to the system. The system will be administered/managed by others. Any license or user fees required for use of the system by Consultant will be paid by the City or others. • Construction management, administration and inspection will be performed by the City. • In-plant inspection of the valve and pipe fabrication is not included. • City will engage a geotechnical engineer to perform observations and testing during grading operations. • City will pay all permit and review fees required by reviewing agencies (e.g. DOW). • The contractor will prepare and submit the Storm Water Pollution Prevention Plan (or Water Pollution Control Plan if that is the required approach). • The design of any shoring required for construction will be the responsibility of the contractor. • The contractor will prepare traffic control plans and acquire any necessary encroachment permits. • The City will handle public notifications, outreach, and any coordination needed with community groups. • City or contractor will provide construction staking. • In accordance with generally accepted construction practices, the construction contractor will be required to assume sole and complete responsibility for job site conditions during the course of construction of the Project, including safety of all persons and property. Consultant shall not have control over or charge of, and shall not be responsible for, construction means, methods, techniques, sequences, or procedures, as these are solely the responsibility of the construction contractor. Consultant shall not have the authority to stop or reject the work of the construction contractor. ANTICIPATED SUBMITTALS A list of anticipated submittals is provided below: Item Article Bypass Pipeline 1 Modular Block Retaining Wall 2 36" CM L&C Welded Steel Pipeline with Connection Details 3 42" Butterfly Valve with Manual Operator 4 36" Butterfly Valve with Manual Operator 5 30" Butterfly Valve with Manual Operator 6 24" Butterfly Valve with Manual Operator 7 42" Flexible Coupling 8 Concrete and Rebar at Effluent Pipe Concrete Gallery 9 3" Air Vacuum Valve 10 4" Blow Off 11 2" Manual Air Release Valve 12 Cathodic Protection 13 Fire Hydrant & Fire Dept Connection Tank Inflow/Outflow Pipeline 14 24" CML&C Welded Steel Pipeline 15 Concrete Pipe Protection Pad 3 of 4 3-9-21 149 of 151 April 20, 2021, Item #5Item Article 16 24" HDPE Pipeline -Pump Discharge to Tank Site 17 12'' HDPE Pipeline -Tank Inlets/Outlets 18 12" Check Valves 19 12" Butterfly Valves with manual operator Tanks and Appurtenances 20 Tank Foundation Excavation & Engineered Backfill 21 Tank Foundation Gravel Pad 22 Tank -Two Bolted Steel Tanks (each tank with 1.4 MG nominal capacity) 23 24" Ribbed HDPE -Overflow Piping 24 Overflow Pipe Anchor Blocks 25 Temporary Tank Site Security Fencing (8 ft high with concertina wire) Pump Station and Pressure Control System 26 Gunite 27 Concrete Pad 28 Asphalt Concrete 29 Aggregate Base 30 12" & 14" Butterfly Valve 31 12" Check Valve 32 14" Cla-Val with Controls 33 36" Steel CML&C Pipe Header 34 3" Combination Air Release Valve 35 1" Drain Assembly 36 1" Vent Assembly 37 Pipe Couplings 38 Vertical Turbine Pump (40 HP) and Pump Cans 39 14" Steel Sch 30 Epoxy Lined and Coated Pipe & Fittings 40 12" Steel Standard Wt. Epoxy Lined and Coated Pipe & Fittings 41 24" Steel Sch 20 Pipe Epoxy Lined and Coated Pipe & Fittings 42 Pressure Gauge Assemblies 43 Pipe Support -24 inch 44 Structural Steel Trusses for Pump Suction Cans and Piping 45 Pressure Sensor and Vault Modifications 46 Electrical/ Instrumentation 47 Security Equipment Bypass Overflow Facility 48 24" HDPE Pipeline -Overflow to Storm Drain 49 Air-Gap Outlet to Storm Drain so 12" Ribbed HDPE Storm Drain Realignment and Inlet Headwall 4 of 4 3-9-21 150 of 151 April 20, 2021, Item #5..a. u, ..a. 0 .... ..a. u, ..a. Task 1.0 2.0 3.0 4.0 5.0 Task/Subtask Description Bid Phase Support Attend pre-bid meeting Addenda {2) Respond to auestions Review/comment on bids Construction Phase Support Attend pre-construction meeting Submittal Reviews (50/30) RFls Attend construction meetings (7) Record Drawings Start-up Phase Support Attend meetings (2) Provide technical input Trial Operation Phase Support Attend meetings {3) Provide technical input Project Management during Bid/Construction Phases Project Management Task Subtotal -Hours Task Subtotal -Costs CITY OF POWAY -CLEARWELL BYPASS PROJECT ENGINEERING SERVICES DURING BID AND CONSTRUCTION PHASES INFRASTRUCTURE ENGINEERING CORPORATION -FEE ESTIMATE Senior Project Senior Project Senior Project Senior Project Engineer Ill/ Senior Designer Manager Manager Manager Engineer CAD Ill Designer D. Payne R. Weber A. Egense R. Kennedy D. Aruta C. Minerman $240.00 $240.00 $240.00 $180.00 $165.00 $180.00 2 2 2 2 8 4 8 8 2 4 4 4 4 2 2 2 2 2 8 8 72 54 24 4 4 4 16 16 8 14 14 14 2 4 8 8 16 2 8 8 2 8 8 4 12 2 12 2 8 16 8 16 56 38 88 140 106 so $13,440 $9,120 $21,120 $25,200 $17,490 $9,000 Subtask Subtask Total Direct Cost Subcontract Labor-Hours Labor Cost Cost $12,240 6 $1,320 $0 $0 $1,320 32 $6,480 $0 $0 $6,480 12 $2,640 $0 $0 $2,640 8 $1,800 $0 $0 $1,800 $78,013 6 $1,320 $0 $0 $1,320 166 $30,030 $0 $20,053 $50,083 52 $9,840 $0 $0 $9,840 42 $9,240 $450 $0 $9,690 38 $7,080 $0 $0 $7,080 $11,110 18 $3,840 $250 $0 $4,090 34 $7,020 $0 $0 $7,020 $11,170 14 $3,360 $250 $0 $3,610 34 $7,560 $0 $0 $7,560 $3,840 16 $3,840 $0 $0 $3,840 478 :::::>-<: ::::::>< --_>-<._ $95,370 $950 $20,053 $116,373 TOTAL ENGINEERING SUPPORT SERVICES $116,373 Page 1 of 1 3/9/2021