Loading...
Item 20 - Approval of Second Amendment to Agmt with Kennedy Jenks Cons., Inc., for Program Mgmt Services, RFQ 20-001July 20, 2021, Item #20DATE: TO: FROM: CONTACT: SUBJECT: Summary: AGENDA REPORT CityofPoway July 20, 2021 Honorable Mayor and Members of the City Council Eric Heidemann, Director of Public Works ~ \>. Shadi Sarni, Principal Civil Engineer, Public Works ?5 (858) 668-4717 or ssami@poway.org CITY COUNCIL Approval of a Second Amendment to the Agreement with Kennedy/Jenks Consultants, Inc., for Program Management Services, RFQ No. 20-001 To improve the reliability, redundancy and resiliency of the City of Poway's potable water system, the City is embarking on a significant capital improvement program referred to as the Water Infrastructure Improvement Program (Program). The Program includes substantial improvements to the ten (10) million-gallon storage reservoir (the Clearwell) at the Lester J. Berglund Water Treatment Plant, a new San Diego County Water Authority (SDCWA) treated water connection and pipelines providing redundancy to the existing single transmission pipeline on Lake Poway Road. The Lester J. Berglund Water Treatment Plant Clearwell Bypass Project is the first project in a series of projects that make up the Program. The Clearwell Bypass Project enables the replacement of the Clearwell by bypassing it. The bypass system has been designed and advertised for bids. Bids were opened on June 28, 2021. Construction is anticipated to begin in late September/early October 2021, following the City Council award of the construction contract to the lowest responsible bidder and approval of all contractor submittals and requirements. The specialized services of a construction management team and inspector with expertise in this field are essential for successful project delivery. The Program has been discussed at City Council meetings on a number of occasions. The Program was brought to the City Council as an informational item, to provide updates and to request approval of the various components on March 18, 2020, June 16, 2020, October 20, 2020, November 17, 2020, March 16, 2021, April 20, 2021, and June 1, 2021. On May 21, 2020, the City released a Request for Qualifications to receive Statements of Qualifications from qualified consulting firms with expertise in providing program management services. On June 3, 2020, nine interested firms attended the City's mandatory pre-proposal meeting. On June 18, 2020, the City received five (5) Statements of Qualifications. Based on the statements, three (3) firms were shortlisted to move forward to in-person interviews. Interviews took place on July 7, 2020. Based on the interviews, City staff selected two (2) firms to move forward in the process and requested that the firms submit proposals for program management services, as part of Phase 2 of the RFQ process. An evaluation committee reviewed the proposals based on the criteria set forth in Phase 2 of the RFQ, 1 of78 July 20, 2021, Item #20which included thoroughness of the proposal, firm and project team qualifications, project understanding and project experience. Based on the qualifications and responsiveness of the firms, Kennedy/Jenks Consultants, Inc. was selected to perform the program management services for this Program. The proposals received included scope and fee for all phases and components of the Program. The various phases consist of program management services during planning, pre-design, design, and construction for the Clearwell Bypass, the Clearwell Replacement and the SDCWA Treated Water Connection projects. The scope of work also included the preparation of a Planning Study for the SDCWA Treated Water Connection and a Preliminary Design Report for the Clearwell Replacement Project. Staff discussed the contracting strategy and determined that the most effective and efficient approach to implement the program is a phased approach. The program management services were divided into several agreements for each phase of each project. The phased approach allows for a more accurate scope and fee proposal by having the information from the previous phase and the requirements for the following phase available to develop the proposal. The scope of the first agreement for program management services consisted of program planning and program management administration of the planning phase for the Clearwell Bypass Project. An agreement with Kennedy/Jenks was awarded by the City Manager in the amount of $49,900 on September 1, 2020. On November 17, 2020, the first amendment to the agreement with Kennedy/Jenks was authorized by the City Council to increase the agreement amount to $1,607,294. The scope of this amendment consisted of program management administration of the pre-design phase and program pre-design work. The pre-design work consisted of preparing a Planning Study for the SDCWA Treated Water Connection and a Preliminary Design Report for the Clearwell Replacement Project. These documents have further defined the design requirements of the two projects, therefore facilitating the development of a more accurate scope and fee for design level program management services. As we make progress with the Program, we will continue to bring the various phases of the various projects to City Council for approval. Following the phased approach and having completed the design of the Clearwell Bypass Project, we now have a better understanding of the construction management and inspection services required to construct the plans and specifications developed. To advance the Program, approval is requested for a second amendment to the agreement with Kennedy/Jenks, in the amount of $921,092. This will bring the agreement to a not-to-exceed amount of $2,528,386. The scope of the second amendment includes inspection and program management services for the Clearwell Bypass Project. Recommended Action: It is recommended that the City Council approve the Second Amendment to the Agreement for Program Management Services, RFQ No. 20-001 to Kennedy/Jenks Consultants, Inc. and authorize the City Manager to execute the necessary documents. 2 of78 July 20, 2021, Item #20Discussion: The Lester J. Berglund Water Treatment Plant (WTP) Clearwell is a ten million-gallon storage reservoir that stores the treated water produced at the WTP prior to discharge into the water distribution system. Having been built in 1964, the Clearwell has reached the end of its useful life and in order to replace it, the clearwell will need to be taken out of service and bypassed. To address this need, and incorporate redundancy in the potable water system, the City has undertaken a significant water infrastructure improvement program. The Program includes the Clearwell Bypass Project, which is an enabling project for the replacement of the aging Clearwell; the Clearwell Replacement Project, which consists of replacement of the WTP's 10 million-gallon Clearwell; and addition of the City of Poway's first treated water connection with San Diego County Water Authority (SDCWA). To ensure adequate resources for the successful development and completion of the Program, the City requested the services of a program management firm that acts as an extension of City staff. The Clearwell Bypass Project consists of two temporary storage tanks, a temporary pump station, a temporary pressure regulating station, bypass pipelines and appurtenances. The bypass system has been designed and will start construction following the award of construction contract to the lowest responsible bidder, which is also being brought before the City Council at this July 20, 2021 Council Meeting. Specific experience and expertise in inspection and construction management services are needed during the construction phase of the Clearwell Bypass Project. Kennedy/Jenks is able to provide such services for the construction of the bypass system for the duration of construction to ensure conformance with the contract documents, as well as City standards and regulations. Kennedy/Jenks will also engage a sub-consultant, Ninyo & Moore, for specialty inspections and geotechnical materials testing. Kennedy/Jenks' construction management team will prepare a Construction Management Manual and quality review checklists and will participate in bi-weekly coordination meetings to monitor the progress of construction. They will also assist in any change order negotiations with the contractor assigned to the project and ensure adherence to the construction schedule and budget. Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA) Fiscal Impact: Sufficient funds are budgeted in the Capital Improvement Program for Program Management Services (WTR0027, WTR0028, and WTR0029), to authorize the Amendment in the amount of $921,092. Public Notification: None. 3 of78 July 20, 2021, Item #20Attachments: A. Agreement with Kennedy/Jenks Consultants, Inc. B. First Amendment to the Kennedy/Jenks Consultant Agreement for Pre-Design work C. Second Amendment to the Kennedy/Jenks Consultant Agreement for Construction Management and Inspection work Reviewed/ Approved By: Wendy serman Assistant City Manager 4 of78 Reviewed By: Alan Fenstermacher City Attorney City Manager July 20, 2021, Item #20City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this 1st day of September, 2020, by and between the CITY OF POWAY (hereinafter referred to as "City") and Kennedy/Jenks Consultants. (hereinafter referred to as "Consultant'1). RECITALS WHEREAS, City desires to obtain the services of a private consultant to perform Program Management Services for a Capital Improvement Program (Project) related to major water delivery, storage and conveyance systems; and WHEREAS, Consultant is a(n) engineering consultant and has represented that Consultant possesses the necessary qualifications 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 MUTUALLY AGREED THAT CITY DOES HEREBY RETAIN CONSUL TANT ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. 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 shall be as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Termination. 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 shall 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. Termination for cause shall be effected by delivery of written notice of termination to Consultant. Such termination shall be effective upon delivery of said notice. 5 of78 ATTACHMENT A July 20, 2021, Item #205. 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 disclose any part thereof without 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; or (iv) has been or is hereafter rightfully disclosed to Consultant by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Consultant shall not disclose any reports, recommendations, conclusions or other results 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 comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Office Space and Clerical Support. Consultant shall provide 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 this Agreement, that it has not paid or agreed to pay any company or person, other than a bona fide employee, 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 shall be the property of City and shall be delivered to City by Consultant upon demand. 9. Conflict of Interest and 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 City of Poway. Consultant shall at all times comply with the terms of the Political Reform Act and the local conflict of interest code. Consultant shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming 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 might perform services for the City. 2 6 of78 July 20, 2021, Item #20"Consultant" means an individual who, pursuant to a contract with a state or local agency: (A) Makes a governmental decision whether to: 1. Approve a rate, rule or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application, certificate, approval, order, or similar 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 guidelines for the City, or for any subdivision thereof; or (B) Serves 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: [gJ 1. Consultant/Contractor will not be "making 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 B above. As a result, Consultant/Contractor shall be required to file a Statement of Economic Interest wi:i::-k of the City of Poway in a timely manner as required by law. Departme Director 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 the contract period and for three (3) 3 7 of78 July 20, 2021, Item #20years 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 have 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 insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 15. Indemnification. (a) For Claims (as defined herein) other 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, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including reasonable attorneys' 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 hold 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 8 of78 July 20, 2021, Item #20( c) The foregoing obligations of Consultant shall not apply to the extent that the Claims arise from the sole negligence or willful 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 15 shall not be limited in any way by any limitation on the amount or type of damages, 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 of 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 take such action as is necessary to make a claim under any such insurance policy, Consultant shall reimburse 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 right 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. 16. 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 obligations 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, expressed 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 oral or written notice to Consultant to such effect. 5 9 of78 July 20, 2021, Item #20Consultant'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" attached 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, registered 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 brought 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 Civil Procedure section 394. The prevailing 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 the subject of such an action is compensation claimed by Consultant in the event of termination, Consultant's damages shall be limited to compensation for the 60-day period for which Consultant would have been entitled to receive compensation if terminated without cause, and neither party shall be entitled to recover their litigation expenses. 21. Gender. Whether referred to in the 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 valid 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 California Public Employees' Retirement System (CalPERS) and shall not become members of CalPERS while providing services to City. 6 10 of 78 July 20, 2021, Item #20Contractor further provides that in the event Contractor assigns a retired annuitant receiving a pension benefit from CalPERS to perform services for City, the retired annuitant is in full compliance with Government Code 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. 25. Severability. If any provision of this Agreement is determined by any court of competent jurisdiction or arbitrator to be invalid, illegal, or unenforceable to any extent, that 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 11 of 78 July 20, 2021, Item #20IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY OF POWAY KENNEDY/JENKS CONSULTANTS ATTEST: -rk •!!..~ ~ 'v(, 'p_~ APPROVED AS TO FORM: OL-1vfdt:. By:-------------Alan Fenstermacher, City Attorney 8 12 of 78 July 20, 2021, Item #20A. "SPECIAL PROVISIONS" EXHIBIT "A" Scope of Services. Consultant agrees to perform consulting services as required by City, which shall consist of the process safety management services further described in the Scope of Services, which is included in this document as Attachment 1, and incorporated by reference, as if its contents were fully set forth herein. Consultant shall provide the necessary qualified personnel to perform the services. 8. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Schedule submitted which is included in this document as Attachment 2. Total fee is not to exceed $49,900. 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 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. C. Term of Agreement. This Agreement shall be effective from the period commencing September 1, 2020, and ending August 21, 2022, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." This Agreement may be extended for up to two additional one-year period upon approval in writing of the City Manager and Consultant. Each extension will be dependent on the appropriation of funds by the City Council. The maximum length of the Agreement can be up to four (4) years. (The length of the Agreement may vary depending upon the award of Agreement and the availability of Consultant to provide all necessary insurance and documentation to start work). The start date may vary depending upon the date of the City Council's acceptance of the new Consultant. Upon expiration or termination of this Agreement, Consultant 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. 9 13 of 78 July 20, 2021, Item #20D. 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 Liability, including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Liability $2,000,000 Bodily Injury and Property Damage combined each occurrence and $4,000,000 aggregate. (b) Automobile Liability, including owned, hired, and non-owned vehicles: $1,000,000 combined single limit. (c) Consultant shall obtain and maintain, during the life of the Agreement, a policy of Professional Errors and Omissions Liability Insurance with policy limits of not less than $5,000,000 combined single limits, per claim and annual aggregate. ( d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall 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.) "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to City." (c) Primary Coverage. "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 insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. 10 14 of 78 July 20, 2021, Item #20E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: To City: To Consultant: 15 of 78 11 City of Poway P.O. Box 789 Poway, CA 9207 4 Kennedy/ Jenks Consultants 9325 Sky Park Ct., Suite 300 San Diego, CA 92123 July 20, 2021, Item #20EXHIBIT "B" Cal Gov Code§ 7522.56 Deering's California Codes are current through all 1016 chapters of the 2018 Regular Session and the November 6, 2018 Ballot Measures. Deering's California Codes Annotated> GOVERNMENT CODE> Title 1 General> 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 any 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 by, a public employer in the same public retirement system 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 without 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 limited duration. ( d)Appointments of the person authorized under this section shall not exceed a total for all employers in that public retirement 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 rights under this section with respect to the employment unless he or she reinstates from retirement. (e) 16 of 78 (!)Notwithstanding subdivision (c), any retired person shall 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 compensation arising out of prior employment subject to this section with a public employer. A retiree shall certify in writing to the employer upon accepting an offer of employment that he or she is in compliance with this requirement. 12 July 20, 2021, Item #20(2)A retired person who accepts an appointment after receiving unemployment insurance compensation 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 period 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: (l)The employer certifies the nature 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 necessary to fill a critically needed state employment position before 180 days have passed and the appointment has been approved by the Department of Human Resources. The department may establish a process to delegate appointing authority to individual state agencies, but shall audit the process to determine if abuses of the system occur. If necessary, 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 180 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 necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public 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 collective bargaining agreement with the California State University that existed prior to January 1, 2013, or has been included in subsequent agreements. ( 4)The retiree is a public safety officer or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter. (g)A retired person who accepted a retirement incentive upon retirement shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement and subdivision (f) shall not apply. 13 17 of78 July 20, 2021, Item #20(h)This section shall not apply to a person who is retired from the State Teachers' Retirement System, and who is subject to Section 24214, 24214.5 or 26812 of the 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 employer 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 Stats 2012 ch 296 § 15 (AB 340). effective January 1, 2013. Amended Stats 2013 ch 528 § 11 (SB 13), effective October 4, 2013 (ch 528 prevails); ch 76 § 75 (AB 383), effective January 1, 2013; Stats 2014 ch 238 § 1 (AB 2476), effective January 1, 2015. Annotations Notes Amendments: Note-Amendments: 2013 Amendment: Substituted (1) "have passed" for "has passed" in the first sentence of subds (f)(l) and (f)(2); (2) "or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter" for "of firefighter" in subd (f)(4); and (3) "Judges' Retirement System" for "Judges' Retirement System I" in subd (i). 14 18 of 78 July 20, 2021, Item #20SIGNATURE SHEET Name of Proposer/ Company: Kennedy/Jenks Consultants, Inc. Address: 9325 Sky Park Ct., Suite 300 San Diego, CA 92123 Telephone No.: ( 858 ) 676-7500 Facsimile No.: (____§_§_§__) 292-1694 Email: __ K_e_it_hL_o_n_d_o_n@_K_e_n_n_ed_y_J_e_n_ks_._co_m ______________ _ State of California 42489 I · Consultant's License No. ___________ Classifications(s) Civi Engineer Expiration Date: March 31, 2022 Type of Firm (select one): D Individual D Partnership Ii] Corporation D M/WBE D Incorporated □Traded D Sole Owner D Other Department of Industrial Relations Registration Number: _1_0_0_00_0_9_7_2_5 ____ _ SSN or Federal ID Number: 94-214-7007 --------------------Receipt of Addenda:# 1 # __ # __ # ___ is hereby acknowledged. ~; W Initials By signing below, I attest that I am an authorized representative / agent, that I am authorized by my signature to bind this company contractually and certify under penalty of perjury the accuracy of the representations made on the Bid and related forms. DATE: 13 June 2020 SIGNATURE: 7c&!--PRINTED NAME: __ K_e_ith_Lo_n_d_o_n ________________ _ TITLE: President/CEO 19 of 78 July 20, 2021, Item #20NON-COLLUSION AFFIDAVIT To the City Council, City of Poway, California: The undersigned in submitting a proposal for performing the following work by Agreement, being duly sworn, deposes and says: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with such Agreement, for: PROGRAM MANAGEMENT SERVICES Business Name: Kennedy/Jenks Consultants, Inc. Business Address: 9325 Sky Park Ct., Suite 300 San Diego, CA 92123 Signature of Proposer: ~,+----"-~-.-c-...~-,....----Place of Residence: _....__ ________ _ Subscribed and sworn befor me this ___ _ ---r---------,State of California My commissi (This affidavit shall be executed by the successful Proposer in accordance with instructions in the Federal Requirements, but Proposer may execute the affidavit on this page at the time of submitting proposal.) 3 e.e_ 20 of 78 32 16 July 20, 2021, Item #20JURAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this ..1§_ day of _J_u_n_e ____ _ 20~ by -~____,::;...e_\-\--=-'h.:.._.:...__A_;_. __;h_· ~o-~_a._;_:_:a::;...;~-----------proved to me on the basis of satisfactory evidence to be the perso~who appeared before me. Signature OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Noll,)-co \h.1 s.\o(>...'.) (Title or descripUoo of attached document) A£ f\ &a. V ~-\ {TiUe or descripflon of attached document continued) (Seal) \ {)-tlo~a)~ Number of Pages __ Document Date. ___ _ Additional infonnation 20·15 Vers1or; www.NotaryC!asses.corn 800-873-9865 21 of 78 r~~;~~~~ s. K. STUART 1 u :~. · Commission No.21608"0 ~ ~ ~· ;'.;? NOTARY ?UBllC-CALIFORN!A -I ' · ruveRs1oe cou~----t "·••·•••' My Comm. Expires AUGU82_~ INSTRUCTIONS The wording of aH Jurats completed in California after January 1, 2015 must be in the form as sel forth within this Jural There are no exceptions. If a Jurat to be completed does not fo/Jcw this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a sepsrate JuaJt form such as th;s one with does contain the proper wording. In addition, the notary must requfre an oa(h or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation, If the document was previously signed, it must be re-.signed In front of the notary public during the Jurat process. • State and county information must be the state and county where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of the document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal If a sufficient area permits, otherwise complete a different jurat form. ❖ Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document with a staple. July 20, 2021, Item #20SUBCONSULTANT LIST If all work is to be done without Subconsultants, write "none" here: ______ _ Name under which Class/License Address of Office or Type of Work Subconsultant is Number Shop and Telephone No. Subconsultant Will Licensed Do Jennifer R. Mael, PE Not Applicable 9418 Mast Blvd, Hydraulic Analysis Mission Consulting Santee, CA 92071 Services 619-334-4099 Jeff Becker Not Applicable 3551 Ottawa Avenue Project Controls/ Clear Control Services San Diego, California 92117 Scheduling 858-232-6040 Amy L. Mila de la Roca Not Applicable 7578 El Cajon Boulevard Environmental Helix Environmental La Mesa, CA 91942 619-462-1515 Sarah Rossetto Not Applicable 1450 Frazee Rd Suite 200, Community Outreach Katz & Associates San Diego, CA 92108 858-452-0031 Gary Stine Not Applicable 3592 Desert Rose Drive Technical Advisor Stine Solutions Loveland, CO 80537 Water Authority (760) 703-6751 (cell) 1. Suppliers Name of Supplier Address & Telephone No. Type of Material 22 of 78 July 20, 2021, Item #20ATTACHMENT 1 DETAILED SCOPE OF WORK 1. Planning Program Administration (Task 1) 1.1. Data Collection & Review (included in Task 2.1) 1.2. Program Plan (Develop, Review, Evaluate, Monitor, Coordinate, Analyze and Report on the Projects Throughout the Program) 23 of 78 1.2.1. Meetings/Reporting 1.2.1.1. Meetings. This task includes attending and participating in a program kick-off/project workshop meeting (1 meeting/5 people/2 hours), bi-weekly coordination conference calls (5 meetings/1 people/1 hour), and other meetings (2 meetings/2 people/2 hours) as necessary. This task excludes the meetings specifically identified in Task 2. 1.2.1.2. Meeting Scheduling and Materials. KJ will schedule project meetings, create meeting agendas, and prepare meeting minutes. This task assumes preparation of meeting materials for the meetings included in Task 1.2.1.1, except for the bi-weekly coordination conference calls. 1.2.1.3. Monthly Progress Reports and Invoicing. KJ will prepare monthly progress reports and a summary of activities. This task assumes submittal of up to 2 monthly progress reports, which includes a summary of activities, budget, schedule and monthly invoicing, in a format requested by the City. 1.2.2. Master Program Schedule 1.2.2.1. Develop master program schedule & program phasing. KJ will develop the master program schedule, using MS Project, as necessary to track the phases of the proposed activities and projects at the appropriate level of detail and timing, including public outreach and CEQA activities. 1.2.3. Data & Document Management 1.2.3.1. Develop and implement a data/document structure & MS Teams page. KJ will coordinate the dissemination of data and studies to the City and other external consultants. This task assumes the use of the Microsoft Office 365 Teams environment as a project portal to post and share data and studies with City staff and external consultants. This task assumes that KJ will host the Teams site and will control/authorize access by the external parties. This task assumes that the City is already using Teams and the need for additional software purchases is not anticipated. 19 July 20, 2021, Item #202. Planning (Task 2) 2.1. Data Collection & Review. KJ will review available information pertaining to the initial phase of the Program as provided by the City. KJ will provide the request for information prior to the kick-off meeting to include applicable master plans, facilities plans, financial plans and budgets, studies, files, data, plans, and maps. If needed, KJ will acquire mylar drawings for scanning if those drawings have not been scanned. 2.2. Review of the Preliminary Design Reports (by others). KJ will provide review comments for the Bypass Tank PDR curre~tly being prepared by IEC. Also included with this task, KJ, with the assistance of Mission Consulting SeNices (assumed to be under separate contract with the City of Poway), will re-evaluate alternative tank sites for the 865 Pressure Zone. 2.3. Planning Efforts for Preliminary Design Reports 24 of 78 2.3.1. Treated Water Connection & Related Facilities. KJ will perform the following sub-tasks to initiate the preparation of a PDR (up to a 10% design level) suitable for project definition: • Pipeline alignment analysis • Pump station location and connection to utilities and proposed pipelines • Hydraulic design requirements • Evaluation to re-purpose existing City facilities 2.3.2. SDCWA Flow Control Facility. KJ, with support from Stine Solutions, will perform the following sub-tasks to initiate the preparation of the SDCWA Facility Planning Study in conjunction with the SDCWA: • KJ will conduct a kickoff meeting with City and SDCWA staff to discuss project objectives and request engineering, operational, environmental, and right-of-way requirements from both the City and the SDCWA. • KJ will review existing as-built drawings of the Ramona pipeline, recent operating flows to existing seNices along the Ramona pipeline, and anticipated changes in operation of existing FCF's along the Ramona pipeline by either the City of San Diego, Olivenhain MWD, or Ramona MWD. 20 July 20, 2021, Item #202.4. Storage Criteria Technical Memorandum 2.4.1. Revise and update the storage criteria for the future master planning analysis. KJ will manage and coordinate the work activities of Mission Consulting Services for this task. Mission Consulting Services, under separate contract with the City of Poway, will provide a Technical Memorandum to update the City's reservoir storage criteria for master planning analysis. 2.5. Hydraulic Model Update 25 of 78 2.5.1. For the proposed hydraulic model update, KJ will manage and coordinate the work activities of Mission Consulting Services for this task. Mission Consulting Services, under separate contract with the City of Poway, will provide a Model Update Technical Memorandum to document the procedures and calibration achievement levels for the City's hydraulic model update, including the verification of the model accuracy based on last 5 years of water demand data and evaluation of the maximum day water demands and peaking factors based on the last 5 years of water demand data. 21 July 20, 2021, Item #20N 1-z LU :iE :I: u s 12 C •...UIHbJ • ~ "1111S•'•1,-tol. J_ >, -0 a, ~ :x: !2 ...... ~ ...... tqn1 ...... , .. ., ft:l•J. "'•!l"to1i = pu1101f!,.p11,i:. lt'IINMIIO:l = -<•o.o:. Hl•l>OHW = 1'11•)1: ,.::.1.uts. tu11,1111ue ; llotU!f'I ~ tau • 11M1.uvelu11 1. ,.11.,..u,..,. ! IHtnJ Jo11r = .:: JUn■H'W ~ ,-ps--1113 :;: Jettct•M"f I ... ,~uJ;; IN::: .. ~~:~ i l"P~lkr3 -26 of 78 :. I :l I j ;. i ! I cl :. :II ~I ~, § ·1 r11 :,;I ;I ;; : I ! I ir~I 'T ~ § ~ .1 I I:; ~ ~I I I I I ! . , I ~ ;i[ ~ r :. 1: I :: I ~ r1 ~,r :. o. I :i/ !ii r1 :. ~ I I I !ii s: 21 ~ :. .. :. ~ !! I t: :.1 !l r r I ~ ~ i I I ::i S :. ~I :;; ~ ~ Ir :i1 :i ! i :;; !ii !ii !ii !ii ~ :. July 20, 2021, Item #20FIRST AMENDMENT TO STANDARD AGREEMENT FOR SERVICES THIS FIRST AMENDMENT TO THE CONTRACT (the "First Amendment") is made and entered into effective this 17th day of November, 2020, by and between the CITY OF POWAY (hereinafter referred to as "City") and Kennedy/Jenks Consultants, Inc. (hereinafter referred to as "Consultant"). RECITALS 1. CITY and CONSULTANT entered into that certain "STANDARD AGREEMENT FOR SERVICES," dated September 1, 2020, (the "AGREEMENT"), by which CITY and CONSUL TANT established the terms and conditions for providing services to CITY. 2. The AGREEMENT has a term of two (2) years, and further provides, inter a/ia, that the AGREEMENT may be extended for two additional one-year terms upon approval of the CITY's City Manager. 3. CITY and CONSUL TANT now agree to amend the compensation and reimbursement provisions of the AGREEMENT and increase the AGREEMENT amount from a not-to-exceed amount of $49,900 to a not-to-exceed amount of $1,607,294, revise the Scope of Work in accordance with Attachment 1, and amend the term of the AGREEMENT to terminate November 16, 2022. 4. This FIRST AMENDMENT TO STANDARD AGREEMENT FOR SERVICES (the '1FIRST AMENDMENT") is necessary to extend the term of the AGREEMENT and amend the reimbursement provisions of the AGREEMENT. NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: Section 1. Section B and Section C of EXHIBIT "A" ('SPECIAL PROVISIONS") of the AGREEMENT are amended to read as follows: 27 of 78 8. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Schedule submitted which is included in this document as Attachment 2. Total fee is not to exceed $1,607,294. Consultant1s 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 1 ATTACHMENT B July 20, 2021, Item #20incurred, 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. C. Term of Agreement. This Agreement shall be effective from the period commencing November 17, 2020, and ending November 16, 2022, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." This Agreement may be extended for up to two additional one-year period upon approval in writing of the City Manager and Consultant. Each extension will be dependent on the appropriation of funds by the City Council. The maximum length of the Agreement can be up to four (4) years. Upon expiration or termination of this Agreement, Consultant 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. Section 2. Except as otherwise amended by this FIRST AMENDMENT, all other terms and conditions of the AGREEMENT shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this FIRST AMENDMENT to be executed the day and year first above written. CITY OF POWAY KENNEDY/JENKS CONSULTANTS (} Date: \'2 lot l '2oz_o Date: N DVbr-b'-r I g I '.2<. 'Z--o ATTEST: APPROVED AS TO FORM: By: (JL. ~-Alan Fenstermacher, City Attorney 2 28 of 78 July 20, 2021, Item #20ATTACHMENT 1 INTRODUCTION The following is a detailed scope of work for Kennedy Jenks Consultants (KJ) to provide Program Management services for the City of Poway (City) as an amendment to the current September 1, 2020 City of Poway Agreement for Services. The estimated hours and fee for Program Management services is provided in Attachment B. Our scope of work was organized to respond to the tasks outlined in the City's Scope of Services and your request for modifications, dated August 20, 2020. In addition, the scope of work was modified to reflect the preliminary planning work performed separately under the September 1, 2020 City of Poway Agreement for Services. The scope of work is separated by the following two primary tasks: Task 1-Program Administration and Task 2 -Pre-Design. The scope of work also includes a portion of Task 3 -Design Management for the bypass pipeline and tank facility only. As-needed tasks, for public outreach and evaluation of the emergency inter-connections with other water agencies is also provided. The primary tasks are further defined into sub-tasks based on the expectations and requirements stated in the RFP, our understanding of the Program, and our experience with similar programs. Technical Memorandum (TMs) developed for technical tasks are intended to be succinct documents to memorialize work performed and the Preliminary Design Reports (PDRs) are intended to serve as the bridging documents for the project delivery teams. A 10% level of design is assumed for the purpose of scoping and providing a basis for design, as described in the City's Scope of Services. For the final design engineering services provided by other consultants, the PD Rs, survey and right of way mapping will be used for informational purposes only and the final design engineering consultants will be required to review, validate and modify the PDRs, survey and right of way mapping as necessary and agreed to by the City, which will be their basis for final design. The final design engineering consultants will be solely responsible for all aspects of their project design. The agreement for Program Management services is assumed to have a duration of 15 months. During this period, a number of meetings will be scheduled, including but not limited to: (1) regularly occurring meetings with City staff, (2) presentations to the City Council at regulator meetings or specialty workshops, (3) recurring meetings with the City's outside consultants, (4) task kick-off meetings, (5) focused task meetings with the technical team, (6) technical workshops, (7) presentations of initial and final outcomes, (8) meetings with DOW, SDCWA and other agencies, (9) CEQA public hearings and (10) stakeholder workshops to solicit input from the community and/or potential project partners. All meetings and workshops will include an agenda, materials and minutes as deliverables. KENNEDY/JENKS CONSULTANTS, INC 29 of78 July 20, 2021, Item #20SCOPE OF WORK ASSUMPTIONS Our scope of work is based on the following Program assumptions: • Task 1 Program Administration, duration is 15 months (to match the duration of Task 2) • Task 2 Pre-Design, duration is 15 months (based on completion of a Mitigated Negative Declaration) • Key schedule considerations are as follows: o PDR completion of the SDCWA Treated Water Facilities prior to April 2021 o Defining the proposed projects (location and description of facilities) prior to the initiation of the CEQA analysis • Task 3 Design Management and Task 4 Construction Management are excluded, except where otherwise noted • The proposed facilities to be designed & constructed, via subsequent phases of work, will generally consist of three construction bid packages 30 of 78 o Package #1 -Clearwell Upgrades ■ Clearwell Bypass Pipeline -900 LF of 36,, welded steel pipeline {assuming final design is already under contract with IEC) ■ Bypass storage tank -(1) 2.5 MG tank located on the City' property, including site grading and connection to the clearwell bypass pipeline (assuming final design is already under contract with IEC) • The bypass tank is required to be operational prior to demolition of the clearwell facility ■ This package will include the demolition of the existing clearwell facility o Package #2 -Clearwell Replacement ■ {1) concrete tank, approximately 10 MG, with two separate cells • Site grading, paving and facility sizing will be dependent on the future determination of the storage requirements • Inlet, outlet & overflow connection piping ■ Package #1 is required to be completed prior to the start of Package #2 o Package #3 -Poway Treated Water Facilities • Treated water pump station -24 cfs capacity • Building with standby generator • Variable frequency drive pumps are acceptable • Site grading/paving ■ SDCWA Treated Water Connection/Flow Control Facility (to be designed & constructed by the City of Poway) • Flow Control Facility -assumes 24 cfs capacity available • Connected to the Ramona pipeline, potentially with a forebay facility 2 f<ENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #20TO • Assumes no SDCWA system improvements • Pipeline from SDCWA FCF to the treated water pump station -approximately 4,000 LF of 36" welded steel pipeline ■ Pipeline from the treated water pump station to the clearwell tanks -approximately 2,500 LF of 36" welded steel pipeline, to be designed as a redundant pipeline facility • CEQA is based on preparing a notice of exemption for Package #1 & #2 and preparing a separate initial study and mitigated negative declaration (IS/MND) for Package #3 o The City will be the lead agency o A public scoping meeting will not be provided o Technical studies will be initiated during the pre-design phase, once the facility locations are finalized • NEPA is based on preparing a categorical exclusion, which satisfy the SWRCB's and Bureau of Reclamation's CEQA plus requirements, if required for Package #3 • Grant funding o Grant administration, after grant award, is included in Task 2 • Property acquisition services are not included in the scope of services • As-needed services, to be provided at the City's request consist of the following items: o Public outreach o Emergency inter-connection evaluation with adjacent water agencies FEE SCHEDULE ASSUMPTIONS Our fee schedule and not-exceed cost estimate were based on KJ's 2020 billing rates and the following assumptions: • Billing rates included in our not-to-exceed cost estimate will be maintained for work performed in this scope of work and subsequent authorizations until August 31, 2022. At that time, we will submit a request for escalation to our billing rates and the overall not-to-exceed cost, as appropriate, utilizing the methodology contained in Page 1, Section 1 of the City's Request for Qualifications, dated May 2020. • KJ's not-to-exceed cost estimate is based on minimal program support provided by City staff. It is assumed that the City's Principal Civil Engineer will function as the City Program Director/Coordinator. It is also assumed that minimal support staff would be provided by the City. • Surveying and potholing services provided by KJ will be based on prevailing wage rates, in effect at the time of the performance of the services. 3 KENNEDY/JENKS CONSULTANTS, l~JC 31 of 78 July 20, 2021, Item #20:I / j DETAILED SCOPE OF WORK 1. Program Administration (Task 1} 32 of78 1.1. Data Collection & Review (included in Task 2.1) 1.2. Program Plan (Develop, Review, Evaluate, Monitor, Coordinate, Analyze and Report on the Projects Throughout the Program} 1.2.1. Meetings/Reporting 1.2.1.1. Meetings. This task includes attending and participating in bi-weekly coordination conference calls (33 meetings/2 people/1 hour), City Council meetings (1 meeting/2 people/2 hours}, and other meetings (3 meetings/2 people/2 hours} as necessary. This task excludes the meetings specifically identified in Task 2 and the as-needed services. 1.2.1.2. Meeting Scheduling and Materials. KJ will schedule project meetings, create meeting agendas, and prepare meeting minutes. This task assumes preparation of meeting materials for meetings included in Task 1.2.1.1. 1.2.1.3. Monthly Progress Reports and Invoicing. KJ will prepare monthly progress reports and a summary of activities. This task assumes submittal of up to 15 monthly progress reports, which includes a summary of activities, budget, schedule and monthly invoicing, in a format requested by the City. 1.2.2. Master Program Schedule 1.2.2.1. Develop master program schedule & program phasing. KJ will develop the master program schedule, using MS Project, as necessary to track the phases of the proposed activities and projects at the appropriate level of detail and timing, including public outreach and CEQA activities. 1.2.2.2. Perform monthly critical path analysis and reporting. KJ will provide a program schedule that is updated monthly to produce an accurate critical path and will also provide milestone reporting to track the critical milestones related to the critical path. 1.2.2.3. Perform monthly program resource analysis. KJ will resource load the program schedule to facilitate cash flow forecasting. The resources will be updated on a monthly basis to evaluate if adequate resources are provided. The program schedule will be cost loaded for the appropriate resources to facilitate cash flow projections on a monthly basis. 1.2.3. Quality Plan & Administrative Procedures 1.2.3.1. Prepare Management & Administrative Support Plan. KJ will prepare and implement a Management & Administrative Support Plan for the Program which will define the administrative procedures to be used. 1.2.3.2. Prepare QA/QC Plan. KJ will prepare and implement a Quality Plan for the Program, including conducting quarterly audits. 4 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2033 of78 1.2.3.3. Conduct Risk Management Analysis. KJ will develop a risk management process for the Program. The risk management process will include the following: • Prepare an initial risk register identifying potential risk factors, along with the impact, likelihood, and potential mitigation measures for each of the risks. • Conduct bi-monthly risk management meetings to discuss work done to mitigate high impact/high likelihood risks and to identify other potential risks. The meetings are assumed to be two (2) hours in length for the duration of the program. • Prepare a risk management report following each meeting that includes an updated risk register, a list of mitigation activities over the previous two months and a list of planned mitigation activities over the next two months. 1.2.3.4. Conduct Change Management Analysis. KJ will manage and track changes in scope and/or budget and maintain a change log. This task includes the development of a change log and a change management workflow process. 1.2.4. Data & Document Management 1.2.4.1. Develop and implement a data/document structure & MS Teams page. KJ will co9rdinate the dissemination of data and studies to the City and other external consultants. This task assumes the use of the Microsoft Office 365 Teams environment as a project portal to post and share data and studies with City staff and external consultants. This task assumes that KJ will host the Teams site and will control/authorize access by the external parties. This task assumes a data/document process workshop, led by KJ, to understand the City's requirements for the Teams' environment, security, objectives, and reporting priorities. The outcomes of the workshop will be used to develop a Program Teams Site for enhanced document management including project data migration, finalization and implementation of site hierarchy, permissions and access. This task assumes that the City is already using Teams and the need for additional software purchases is not anticipated. 1.2.5. Program Budget & Cash Flow Projection 1.2.5.1. Develop master program budget and perform monthly budget tracking and cash flow analysis. KJ will develop a master program budget using Microsoft Excel to develop and track the program budget, projected costs and expenditures. 1.2.5.2. Prepare Project Level Cost Estimates. KJ will provide project level capital and O&M cost estimates as part of Task 2.5. --• -•• --- --- •••-•••- •• ·¥ - •• •• .. •••••-••••v•••-••-• KENNEDY/JrnKS cmlSULTANTS, INC July 20, 2021, Item #201.2.5.3. Assist with potential financing activities. KJ will provide assistance to the City regarding potential financing, bond sales or other financial related activities for Program funding (see Task 2.9 for additional details). We assume a total of 120 hours of support for this task. 2. Pre-Design (Task 2) 2.1. Data Collection & Review. KJ will review available information pertaining to the Program as provided by the City. KJ will provide the request for information prior to the kick-off meeting to include applicable master plans, facility plans, financial plans and budgets, studies, files, data, plans, and maps. If needed, KJ will acquire mylar drawings for scanning if those drawings have not been scanned. 2.2. Review of the previously completed Preliminary Design Reports. This task is excluded from the scope of work as it was previously completed. 2.3. Geotechnical desktop review and assessment. KJ will review the available geotechnical data and reports within the project area to assess the geotechnical design requirements for the final design activities. Available geotechnical reports will be reviewed and assessed in the context under which the project site presently exists and KJ will offer our professional opinion on the relevant information as it relates to planned work and the potential need for supplemental data to support the pre-design activities and the solicitation of final design services. The PD R's prepared under Task 2.5 will include a description of the regional geology, general descriptions of the geologic units, groundwater considerations, recommendations/suggestions for supplemental geotechnical data collection and analysis to more succinctly define site conditions relevant to the planned work and potential geologic hazards that could affect the projects. 2.4. Base Mapping & Utility Verification 34 of 78 2.4.1. Provide aerial surveying and topography for the project areas. O'Day Consultants, as a subconsultant to KJ, will provide survey and right of way mapping services to develop aerial imagery, topographic and right-of-way information necessary (exclusive of utilities) to define the proposed facility locations in Task 2. Although this survey and mapping information will be provided for the final design engineer(s} information, the survey and mapping services required to support the final design in Task 3, will be the sole responsibility of the final design engineer(s). It is assumed that the preparation legal documents will not be required for property or easement acquisition. KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #202.4.2. Provide utility verification of existing facilities (fatal flaw analysis) prior to final design. KJ will contact Underground Service Alert to determine the utility owners within the project limits and send formal requests to each utility owner requesting record drawings and any future utility plans. KJ will prepare a master list of utility verifications to be performed by the final design engineers. KJ will perform a visual inspection of the project limits with City staff to identify any constraints. KJ will prepare a potholing plan based on the provided record drawings for the fatal flaw analysis. Underground Solutions, Inc. (USI), as a subconsultant to KJ, will provide potholing services. For scope purposes, fifteen (15) potholes will be performed with a maximum depth of 10 feet. A pothole report will be prepared documenting the potholed utility depth from ground surface to the bottom of pipe, pipe material and diameter. The pothole location will be marked in the field and will be surveyed to determine the coordinates of the pothole location. USI will obtain encroachment permits from the City. It is assumed that traffic control will be in accordance with the Watch Manual and traffic control plans are not required. Perma-Patch will be used for asphalt restoration. It is assumed that the final design engineer will be solely responsible for utility research, detailed plotting of existing utilities, and existing utility conflict resolution. 2.5. PDR/Basis of Design Report (includes design criteria & standards) 35 of78 2.5.1. Package #1 -Clearwell Upgrades. This task is excluded from the scope of work as this work is being prepared by IEC. 2.5.2. Package #2 -Clearwell Replacement. KJ will prepare a PDR (up to a 10% design level) suitable for project definition, preliminary environmental assessment and solicitation for final design services. The PDR will include the following topics: • Design criteria, including preliminary assessment of likely geotechnical/soil conditions in the project area based on previously available information • Code and standard reference requirements • Regulatory/permitting requirements • Tank location and connection of new inlet, outlet, drain and overflow piping to existing systems • Tank design considerations • Preliminary location of construction area, staging area, and site access for contractor usage • Planning level implementation plan, phasing and schedule • Preliminary operational strategies • Planning level construction cost estimates and O&M cost estimates • Calculations KENNEDY/JENf<S CONSULTANTS, INC July 20, 2021, Item #2036 of 78 • Preliminary drawings o Civil Site Plan/Piping Plan o Structural Floor Plan o Civil/Structural Section The preparation of the PDR for Task 2.5.2 is based on the following assumptions: • The revised March 2020 Evaluation of Clearwell Alternatives, prepared by Infrastructure Engineering Corporation, will be incorporated into this PDR. • Reservoir sizing will be confirmed by KJ with the City. • Surveying and mapping will be provided under Task 2.4.1. • Existing available geotechnical information is relevant to the immediate area of the project work. • Preliminary pipeline sizing and working pressure will be provided. Surge analysis will not be performed during predesign phase. • Existing City-owned utility information, preferably recorded in GIS, will be provided by the City. • Preliminary utility research will be performed under Task 2.4.2. • A construction cost estimate will be prepared as a Class 4 estimate. • The estimated design and construction phase durations will be included. • It is assumed that the delivery of the tank design will be through a conventional Design-Bid-Build procurement approach, and thus the level of completion for the PDR will be to a suitable level for this type of procurement method. Specifications, bid documents, vendor pre-qualification, and equipment selections are not included under this task. • It is assumed that three (3) task-specific meetings are included in this task, to define the tank sizing, to discuss the tank design requirements and to review the draft PDR comments. Draft and Final PDR documents will be provided in both hardcopy (up to S} and electronic (PDF) formats. 2.5.3. Package #3 -Treated Water Connection & Related Facilities. KJ, with support from Mission Consulting Services, will prepare a PDR (up to a 10% design level) suitable for project definition, preliminary environmental assessment and solicitation for final design services. The PDR will include the following topics: • Design criteria, including preliminary assessment of likely geotechnical/soil conditions in the project area based on previously available information • Code and standard reference requirements • Regulatory/permitting requirements • Pipeline alignment analysis • Forebay location and sizing, if required • Pump station location and connection to utilities and proposed pipelines ------------------······--·-···------------------------------· ---------8 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2037 of78 • . Pump station design considerations, including preliminary pump sizing, valve selection and configuration, electrical schematic, instrumentation and controls P&ID and flow diagram • Hydraulic design requirements • Evaluation to re-purpose existing City facilities • Preliminary location of construction area, staging area, and site access for contractor usage • Planning level implementation plan, phasing and schedule • Preliminary operational strategies • Planning level construction cost estimates and O&M cost estimates • Calculations • Preliminary drawings o Pump Station • Civil site plan/yard piping • Mechanical plan • Electrical single line diagram • l&C P&ID o Pipelines • Overall aerial with known utilities ■ Typical street/pipe cross sections • Major crossings (i.e., SDCWA First Aqueduct) The preparation of the PDR for Task 2.5.3 is based on the following assumptions: • KJ will identify and evaluate up to two (2) alternative alignments for each of the two (2) pipelines focusing on critical crossings of roadways, drainage courses and major utilities. The alternatives will be evaluated by considering up to ten criteria, to be determined in conjunction with the City. It is assumed that the pipeline routing and alignment analysis will be based on existing available right of way and ensuring that the pipelines will provide water system redundancy. • A hydraulic profile for the pipeline will be developed for the purposes of determining pump station design criteria. • Existing available geotechnical information is relevant to the immediate area of the project work. • Preliminary pipeline sizing and working pressure will be provided. Surge analysis will not be performed during predesign phase. • Preliminary design drawings will depict the plan view alignment following the preferred pipeline alignment and pump station location. • Surveying and mapping will be provided under Task 2.4.1. KEf\JNEDY/JENl<S CONSULTANTS, INC July 20, 2021, Item #2038 of78 • Existing City-owned utility information, preferably recorded in GIS, will be provided by the City. • Preliminary utility research will be performed under Task 2.4.2. • The alignment analysis will identify any known areas requiring special construction (e.g. tunneling). • A construction cost estimate will be prepared as a Class 4 estimate. • The estimated construction duration of the recommended pipeline alignment and pump station will be included. • It is assumed that the delivery of the final design will be through a conventional Design-Bid-Build procurement approach, and thus the level of completion for the PDR will be to a suitable level for this type of procurement method. Specifications, bid documents, vendor pre-qualification, and equipment selections are not included under this task. • It is assumed that four (4) task-specific meetings are included in this task, to define the alignment evaluation and pump station design criteria, to discuss the results of the hydraulic design analysis, to discuss the findings of the alignment study and to review the draft PDR comments. Draft and Final PDR documents will be provided in both hardcopy (up to 5) and electronic (PDF) formats. 2.5.4. Package #3 -SDCWA Flow Control Facility. KJ, with support from Stine Solutions, will prepare a PDR/Planning Study (up to a 10% design level) suitable for project definition, compliance with SDCWA requirements, preliminary environmental assessment and solicitation for final design services. The PDR will the following topics: • Design criteria, including preliminary assessment of likely geotechnical/soil conditions in the project area based on previously available information • Code and standard reference requirements • Regulatory/permitting requirements • SDCWA system analysis, including surge analysis • Flow control facility {FCF) location and connection to utilities and proposed pipelines • Hydraulic design requirements • Preliminary location of construction area, staging area, and site access for contractor usage • Planning level implementation plan, phasing and schedule • Preliminary operational strategies • Planning level construction cost estimates and O&M cost estimates • Calculations • Preliminary drawings KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2039 of 78 TO \_,1 11.'l o FCF ■ Civil Site Plan/Major connection piping ■ Mechanical plan ■ l&C-P&ID The preparation of the PDR for Task 2.5.4 is based on the following assumptions: • KJ will conduct a kickoff meeting with City and SDCWA staff to discuss project objectives and request engineering, operational, environmental, and right-of-way requirements from both the City and the SDCWA. • Surveying and mapping will be provided under Task 2.4.1, up to the location of the FCF. • Existing available geotechnical information is relevant to the immediate area of the project work • KJ will review existing as-built drawings of the Ramona pipeline, recent operating flows to existing services along the Ramona pipeline, and anticipated changes in operation of existing FCF's along the Ramona pipeline by either the City of San Diego, Olivenhain MWD, or Ramona MWD. • KJ will evaluate pipeline performance for typical winter and summer months by obtaining actual deliveries for each FCF for one week in each of Nov, Dec, Jan (winter) and July, Aug, Sept (summer) for the last three years of record to determine the hydraulic operating conditions for the Ramona Pipeline. • KJ will superimpose water demands from the City and determine what improvements are required to provide the requested flow capacity. • Preliminary utility research will be performed under Task 2.4.2. • KJ will develop alternatives in conjunction with the hydraulic analysis, to determine the location and size of the FCF. The alternatives analysis will be limited to two locations for the FCF, adjacent to Ramona #3 and another location to be determined. The type of FCF to be analyzed will be a stand-alone FCF or a new combined Ramona #3 & Poway FCF. • KJ will perform a preliminary hydraulic analysis and calculations from the SDCWA's second aqueduct for various combinations of flows to each service connection and the required pipeline sizes. • A construction cost estimate will be prepared as a Class 4 estimate. • The estimated design and construction duration of the FCF will be included. • In addition the kick-off meeting, it is assumed that KJ will conduct four (4) workshops with City and SDCWA staff for this task, to define evaluation criteria and O&M requirements, review the preliminary alternatives analysis (City only), review the preliminary alternatives analysis {City and SDCWA}, and to review the draft PDR comments. Draft and Final PDR documents will 11 KENNEDYiJENl<S CONSULTANTS, INC July 20, 2021, Item #20Divi be provided in both hardcopy (up to 5 to both the City and SDCWA) and electronic (PDF) formats. 2.6. Storage Criteria Technical Memorandum & Capacity Assessment Technical Memorandum 2.6.1. KJ will review and coordinate the work, under separate contract between the City and Mission Consulting Services, to provide a Technical Memorandum to update the City's reservoir storage criteria for master planning analysis, as follows: • Coordinate Mission Consulting Services storage analysis of the City's distribution system. • Review the proposed changes to the storage criteria. • Review and provide one (1) round of review comments for the Technical Memorandum documenting the storage criteria, any proposed changes, and the results of the storage analysis using the existing and proposed criteria, including coordinating the submittal of the final Technical Memorandum. 2.6.2. KJ will review and coordinate the work, under separate contract between the City and Mission Consulting Services, to provide a Technical Memorandum to evaluate the City's capacity assessment for compliance with Title 22 Section 64554, as follows: • Coordinate and review the assessment analysis. • Review and provide one (1) round of review comments for the Technical Memorandum documenting the capacity assessment, including coordinating the submittal· of the final Technical Memorandum. 2.7. Hydraulic Model Update/Planning/Water Quality Modeling 40 of78 2.7.1. KJ will review and coordinate the work, under separate contract between the City and Mission Consulting Services, to update the City's hydraulic model and prepare a Model Update Technical Memorandum to document the procedures and calibration achievement levels for the City's hydraulic model update, as follows: • Coordinate and review the hydraulic model update. • Review and provide one (1) round of review comments for the Technical Memorandum documenting the calibration of the hydraulic model update, including coordinating the submittal of the final Technical Memorandum. 2.7.2. Mission Consulting Services, as a subconsultant to KJ, will update and run the City's hydraulic model for the treated-water connection analysis, which will be completed as follows: • Attend one (1) meeting with the City and KJ to discuss the proposed treated-water connection with SDCWA. KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2041 of 78 • Prepare an analysis of the proposed treated water connection with SDCWA. Using the previous analysis as a reference, add the connection to the hydraulic model, along with any proposed piping and appurtenances that would be required. Analyze the City1s system under three (3) separate scenarios. These are anticipated to be: o Base-loading the WTP and peaking from SDCWA o Base-loading SDCWA and peaking from the WTP o Combination/other • Prepare a blending analysis of the three treated-water connection scenarios showing the distribution of the SDCWA water into the City's system. • Prepare a draft Technical Memorandum to document the findings of the treated-water connection modeling results. Respond to one (1) round of comments and submit a final Technical Memorandum. 2. 7.3. Develop operational model of the Treatment Plant and the proposed SDCWA FCF. KJ, with the support of Stine Solutions, will provide a Technical Memorandum to determine the sizing and how the proposed flow control facility will be operated in conjunction with the Treatment Plant. The operational model would consist of calculating monthly operating expenses for a range of flows from the FCF. For each flow rate from the FCF a corresponding flow and variable cost for treatment at the plant would be calculated. It is envisioned that a simple spreadsheet model would include the following: • For the flow from the FCF o Pumping cost {energy) for the new pump station o The treated water surcharge from the SDCWA (currently $295/AF) • For flow through Treatment Plant o Pumping cost for raw water delivery o Plant electrical and Chemical costs per acre foot Neither construction costs associated with new facilities nor fixed costs associated with operation and maintenance of Treatment Plant or any pump station would be included as these are fixed and therefore the same for all scenarios. The 12-month simulations would take each month's flow demand and allocate to the new FCF or the Treatment Plant. A series of runs assuming constant flow from the FCF would be initiated. • One series with constant flow from the FCF at three separate flow rates • One series with variable flows from the FCF at 10%, 20%, 30% and 40% of each month's total demand 13 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #20Results would be presented in cost per month and total cost per year. Completion of model will require: • Coordination meeting with City staff, including treatment plant and system operators, to develop pertinent facility cost information • Selection of the monthly demands • Preliminary hydraulic analyses to determine available head at FCF • Preliminary hydraulic analyses of the delivery pipeline to clearwell (alternative diameters) • Developing the preliminary sizing of the treated water pump station • Initial analysis and review with City staff, including treatment plant and system operators, and the SDCWA (two meetings) • Finalize runs and prepare technical memorandum • Technical memorandum review meeting with City staff, including treatment plant and system operators 2.8. Water Quality Planning 2.8.1. Provide Water Quality Planning/Support. In conjunction with Task 2.7.1 & 2.7.2, KJ, with assistance from Trussell Technologies, will provide a Technical Memorandum to evaluate the potential water quality issues associated with blending SDCWA treated water with City's water produced from the Berglund Water Treatment Plant for the various operating scenarios for compliance with drinking water regulations and minimizing operating risks. 2.9. Provide Potential Funding Assistance 42 of 78 2.9.1. Identify potential funding sources. KJ will prepare a list of potential funding sources, such as State or Federal Grant or Loan programs and infrastructure funding source options, including the required submittal requirements. 2.9.2. Prepare funding applications. KJ will development the required materials and assist the City in completing and submitting the required applications. For scope purposes, it is assumed that KJ will prepare one federal grant application (Bureau of Reclamation WaterSMART or similar), one SWRCB Drinking Water State Revolving Fund application and one state grant application (Proposition 1 Integrated Plan Implementation Grant or similar). This task will include processing the applications through completion of the funding agreements. 2.9.3. Provide funding documentation. If the issuance of bonds is considered by the City, KJ will assist the City as needed in developing construction estimates, schedules, exhibits, etc. For scope purposes, this subtask assumes one loan application, to iBank, will be prepared and the project engineering related information will be prepared under Task 2.5. It is assumed the financial information needed for the iBank application will be provided by the City. Other Program financial support will be provided by Task 1.2.5.3. 14 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #202.9.4. Provide recommended funding plan. KJ will prepare a memorandum summarizing the recommend approach for funding the proposed Program. KJ will prepare a memo to summarize available funding opportunities with details on the anticipated timelines for applications, requirements applicable to each program, the process and level of effort to apply, and level of funding possible. The memo will conclude with a matrix matching projects/project elements to potential funding programs. 2.9.5. Grant Administration. KJ will provide grant administration, after execution of the grant agreements in Task 2.9.2. It is assumed that the grant administration duration is 3 years. The estimated cost is $2,500/month for the Bureau of Reclamation and Proposition 1 grants combined and $3,800/month for the State Revolving Fund grant which also includes labor compliance and monitoring. 2.10. Develop Preliminary Permitting Plan. As part of Task 2.5, KJ will develop a preliminary permitting plan that identifies all permits required for changes to the City's Drinking Water Supply Permit and for the construction of the Program facilities including information related to the cost, duration and scope for the permit applications. KJ will provide support and documentation required to assist Poway staff with long lead permit applications, i.e. 6 months or longer to obtain. All other permits identified will be coordinated by KJ and obtained by the final design engineer as part of the future Task 3. It is assumed that the City will pay for all permit fees. 2.11. Provide CEQA/NEPA Services. HELIX, as a subconsultant to KJ, will provide the CEQA/NEPA services as described below. It is assumed that all work outlined in HELIX's scope will be completed within 12 months from the date of receiving the notice to proceed from the Program Manager, and that up to 6 hours per month of HELIX's Project Manager time will be required for management and coordination efforts. HELIX's Project Manager and key members of the project team {as appropriate) will participate in team monthly conference calls with the project team to facilitate the exchange of information, enhance coordination among the team members, and provide a progress update on technical analyses and the CEQA document. Monthly calls are assumed to occur during the CEQA process, which is expected to last up to 12 months. Up to 2 face-to-face meetings of HELIX's Project Manager with staff from the project team are also included. A total of 24 hours of HELIX's Project Manager time and up to 8 hours of technical specialist time to participate in teleconferences and meetings with the project team is included. 43 of 78 2.11.1. Technical Studies/Environmental Assessment/Initial Study. Technical studies will be completed based on available digital baseline data and project plans. To the extent that necessary project design information is not yet available, KJ, HELIX, and other project team members will develop reasonable assumptions to use in the technical analyses. Technical studies will include analysis of a single version of the project description. HELIX will submit an electronic copy of each draft July 20, 2021, Item #2044 of78 report described below in subtasks of Task 2.11.1 to the project team for review. HELIX will revise the draft reports based on a single set of consolidated comments on each report provided by the project team and submit an electronic version of the reports to the project team for submittal to the City. HELIX will address one additional round of minor comments for a total of three iterations of each report. 2.11.1.1. Aesthetics/Visual Simulations. HELIX will prepare two visual simulation graphic suites showing the proposed SDCWA turnout & flow control facility and pump station. Each graphic suite will include three views from a single point showing (a) the existing condition, (b) the proposed project condition immediately after construction, and (c) the anticipated condition approximately 10 years following project construction, after proposed landscaping has matured. The simulations will be prepared by creating a 3D model of the proposed site improvements and integrating that data with photographs taken from established photo points. It is anticipated that photo points for the simulations will be located at the intersection of Espola Road and Green Valley Truck Trail for the FCF, and a location to be determined for the pump station. Wireframe models of the views from the proposed photo points will be provided for project team approval. Upon approval, georeferenced pre-project photographs of the existing conditions will be collected. Final visual simulations and a map identifying the viewpoints will be incorporated into the CEQA document; a separate report will not be completed as part of this task. 2.11.1.2. Air Quality, Greenhouse Gas, and Energy Analysis. HELIX will prepare an air quality technical letter report. HELIX will quantify the project's construction and operation-related energy consumption, criteria pollutant, and greenhouse gas emissions using an approved methodology such as the California Emissions Estimator Model (CalEEMod) or Roadway Construction Emissions Model (RCEM). Maximum daily criteria pollutant and annual GHG emissions will be compared to the San Diego Air Pollution Control District's Thresholds of Significance. In the event that emissions exceed these adopted thresholds, mitigation measures will be identified to reduce impacts. The technical letter report will also include an air quality conformity analysis to meet the CEQA-Plus requirements for the federal Clean Air Act (CAA). An air quality conformity analysis is required for criteria pollutants for which the San Diego Air Basin (SDAB) is classified non-attainment or maintenance. A determination will be made whether annual emissions are below the de minimis level for the specified criteria pollutants. If the emissions exceed these thresholds, then HELIX will determine if the project conforms to the State's July 20, 2021, Item #2045 of78 Implementation Plan. Exposure to toxic air contaminants, odors, and consistency with regional air quality plans will be addressed qualitatively. If potential significant impacts are identified, HELIX will recommend appropriate mitigation measures. 2.11.1.3. Biological Resources Technical Study. General Biological Survey and Preliminary Jurisdictional Delineation. HELIX will conduct a general biological survey to map existing vegetation communities, preliminarily map potentially jurisdictional aquatic resources, evaluate habitat suitability for special-status species, and note other sensitive biological resources that occur or may occur on site and in the immediate vicinity. Biological Resources Technical Report. HELIX will review the proposed conceptual development areas of the project against the biological survey results to identify development constraints and will provide recommendations for avoidance/minimization to the project team via email. The recommendations will identify areas of the site to avoid, if feasible, and assist the project team's preparation of the preliminary construction drawings for submittal to the City. Following approval of the Preliminary Drawings and per project team authorization, HELIX will prepare a biological resources technical report as part of the project environmental review by the City. The report will describe the assessment survey methods and results, the potential for sensitive plants and animals to occur, calculate and evaluate project impacts, identify potential issues for impacting sensitive resources, and recommend practicable mitigation measures in accordance with Appendix G of the CEQA Guidelines. Based on the project affiliation with the San Diego County Water Authority (SDCWA), the report will also discuss the SDCWA Subregional Natural Community Conservation Plan/Habitat Conservation Plan (NCCP/HCP; SDCWA HCP) and the Poway Subarea Habitat Conservation Plan/Natural Community Conservation Plan {Poway HCP), as applicable. Additionally, to demonstrate compliance with NEPA and conformance with federal policy, HELIX will incorporate specific biological resources analysis into the technical report to support review of the project pursuant to CEQA-Plus requirements. As-Needed Support. This task includes 12 hours for HELIX Biology Project Manager and Principal Biologist time to provide as-needed support at the specific direction of the project team to assist in conceptual mitigation planning with SDCWA and the City, prepare additional materials, cost estimates, or participate in phone/e-mail correspondence and attend meetings. ----·-············--•----·····-·· ··----···--·-··-·-·--·-··-·---·--··--········--···-······------17 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2046 of 78 i( 2.11.1.4. Cultural Resources. HELIX will conduct a cultural resources survey that will include the following: work with the project team and regulatory agency staff to define the cultural resources Area of Potential Effect (APE); obtain and review a records search from the South Coastal Information Center (SCIC; assumed to not exceed $500}, the California Historical Resources Information System (CHRIS) repository for San Diego County; contact the Native American Heritage Commission (NAHC) for a Sacred Lands File search and list of Native American contacts; conduct outreach by mail to the Native American contacts provided by the NAHC; and conduct a reconnaissance-level survey of the proposed project components. A Native American tribal monitor will be included in the field survey, as a subcontractor to HELIX. The results of the archaeological survey are assumed to be negative. Should archaeological sites be encountered during the reconnaissance-level survey, additional documentation and/or testing may be required. The scope and cost of such additional work would be based on the extent and nature of cultural material found and will require a contract modification. Upon completion of the cultural resources survey, HELIX will prepare a draft cultural resources technical report addressing both CEQA and Section 106 of the National Historic Preservation Act, making it appropriate to support a CEQA or CEQA Plus document, as well as a NEPA document. The report will detail the methods and results of the cultural resources survey, as well as anticipated project impacts and recommendations for additional cultural resource investigations or mitigation measures, as necessary. This scope assumes that the City will take the lead in the Native American consultation process required by Assembly Bill (AB) 52. HELIX will support the City's efforts, including, if requested, incorporating the above-noted Native American outreach into the AB 52 consultation process and attending up to two meetings/conference calls with the City and Native American tribal representatives. 2.11.1.5. Noise/Vibration Impact Analysis. HELIX will review preliminary project documentation and prepare a site map identifying potential areas for significant noise impacts. This will include specification of the applicable City noise requirements for the project-specific function. Preliminary planning will identify expected project construction and operational noise impacts and provide reasonable and feasible mitigation measures, if needed. If noise-sensitive species are determined to be in the vicinity of the project, recommended mitigation and/or distances will be provided. The results of this analysis will be incorporated into the CEQA document; a separate report will not be prepared. KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #2047 of 78 2.11.1.6. Initial Study. HELIX will prepare an initial study (IS) in accordance with Appendix G of the State CEQA Guidelines. The Draft IS will include a description of the project, an IS checklist, and supporting figures. The IS checklist will include detailed discussions of environmental resource or issue areas that may be significantly affected by the project, as well as measures to mitigate those impacts to less-than-significant levels, as applicable and feasible. In addition, brief explanations of why the project would not result in significant effects on other issues would be provided. Impacts related to aesthetics, air quality/greenhouse gas emissions/energy, biological and cultural resources, and noise/vibration will be addressed based on the results of the technical analyses presented above. Other topics (e.g., traffic) will be addressed qualitatively, based on readily available information and our experience with similar projects. 2.11.2. Mitigated Negative Declaration. 2.11.2.1. Administrative Draft and Public Review MND. HELIX will prepare a Mitigated Negative Declaration (MND) in accordance with CEQA and the State CEQA Guidelines. The Draft MND will include a description of the project, an IS checklist and supporting figures, and mitigation measures, if applicable. HELIX will produce an electronic copy of an Administrative Draft IS/MND for the project team's review. Upon incorporation of appropriate revisions, HELIX will produce a screencheck version of the public review IS/MND as an Acrobat PDF. Upon the City's approval of the screencheck Draft IS/MND, HELIX will prepare the Notice of Intent to Adopt an MND (NOi) and produce up to 10 printed copies of the document for distribution as well as an electronic version to be posted on the City's website. Technical studies will be included in electronic format on CDs in a pocket of the IS/MND. It is assumed that HELIX will submit copies of the NOi, Notice of Completion, 15 copies of the Summary Form, and 15 CDs of the IS/MND to the State Clearinghouse. HELIX will arrange for the publication of the NOi in a local newspaper, with the assumption that the City will be responsible for the cost of publication. HELIX will also work with the City to comply with the State's pandemic/social distancing guidance on the publication/distribution of CEQA notices (such as NOls) that is applicable when the NOi is ready for distribution. 2.11.2.2. Administrative Draft Final and Final IS/MND. In consultation with the project team, HELIX will respond to substantive comments received on the content of the Draft 15/MND during public review of the document. This effort is anticipated to require a maximum of 24 hours of the Project Manager's time and six hours of a Principal Planner's time. An --------------·-----···--· 19 KENNEDY/JENKS CONSULTANTS, INC July 20, 2021, Item #20CES introduction, responses, revisions to the Draft 15/MND (as needed), and a Mitigation Monitoring and Reporting Program {MMRP) will be incorporated into the final document. HELIX will submit an Administrative Draft version of the Final IS/MND and revise once per comments received from the project team (assumed not to be substantive or alter the analysis). A screencheck version of the Final 15/MND and MMRP will be prepared and sent to the project team electronically for final approval. Upon approval, HELIX will produce and distribute up to five printed copies of the Final 15/MND. Technical studies will not be printed unless otherwise stated but will be provided on CDs. HELIX also will prepare the Notice of Determination (NOD) and file with the County Clerk and mail to the State Clearinghouse. It is assumed that City will pay the applicable County Clerk and CDFW filing fees. Upon request by the City, HELIX's Project Manager will attend a City Council hearing on the project's MND. 2.11.3. Notice of Exemption. Should the City determine that the Clearwell Replacement Project is exempt from CEQA, HELIX will prepare a Notice of Exemption (NOE) form for the proposed project. The form will be accompanied by an attachment that briefly describes the project location, purpose, and description (based on information provided by the project team), as well as identification of the applicable Categorical Exemption(s) under CEQA. HELIX will submit the draft form and attachment for one round of review prior to finalizing the document. Following City approval of the NOE and project, HELIX will file the form with the County Clerk. It is assumed that the City will pay the applicable County Clerk filing fee. Proof of filing and a receipt for the filing fee will be provided to the City. 2.11.4. NEPA Checklist. In the event that federal funding is secured by the City from the Bureau of Reclamation {BOR) WaterSMART Program, additional environmental review pursuant to NEPA would be required. The BOR will be the federal lead agency for NEPA compliance and will review technical documentation to ensure that natural resources, cultural, and socioeconomic concerns are appropriately addressed. Documentation needed to comply with Part 46 of the Code of Federal Regulations (CFR), BOR's NEPA Handbook, Federal Cross-Cutter Checklist {CEQA-Plus) and other applicable U.S. Department of Interior guidance. This scope of work assumes that the project would qualify for a Categorical Exclusion (CatEx) from NEPA pursuant to 43 CFR 46.210, which lists actions that do not require environmental analysis under NEPA. HELIX will prepare a CatEx Checklist to satisfy the NEPA requirements for the project using the analysis in the IS/MND and technical studies. Should it be determined that an Environmental Assessment is needed, HELIX would coordinate with the project team to develop a separate scope and fee as part of the funding efforts ____ , ,_, ____________ ,,, _______ _ ------------------------20 _____________________ -KENNEDY/JENKS CONSULTANTS, INC 48 of 78 July 20, 2021, Item #20for the project. A screencheck version of the CatEx will be submitted electronically (.docx and .pdf) to the City for review. Upon completion of revisions, HELIX will provide an electronic version of the finalized document to the City for distribution to the BOR. 2.11.5. CEQA Plus. If the project would receive State Revolving Fund (SRF) funding through the State Water Resources Control Board (SWRCB), HELIX will prepare the SRF Federal Cross-cutting Environmental Regulations Evaluation Form for Environmental Review and Federal Coordination (commonly referred to as CEQA Plus) based on information included in the IS/MND and supporting documentation for federal regulations, including the technical reports for biological resources and cultural resources, and the air quality emissions modeling. The Evaluation Form will address other topics listed in the checklist, including environmental justice, farmland protection, floodplain management, and preparation of the official 100-year floodplain map. As part of this task, HELIX will also prepare a Climate Change worksheet, letter report summarizing an alternatives analysis, and draft letter for submittal by the SWRCB to the State Historic Preservation Officer (SHPO) requesting SHPO concurrence on the findings related to cultural resources. HELIX will submit the Environmental Application with supporting documentation to the City for review and revise based on comments received, within the limits of an 8-hour professional staff budget. HELIX will then submit the revised Environmental Application to the SWRCB electronically via the Financial Application Submittal Tool (FAAST) website. Following SWRCB distribution for federal agency review, HELIX will prepare the final SRF Program submittal package based on any comments received by federal agencies during review, including any coordination or responses to comments, within the limits of a 6 hour professional staff budget. This scope of work assumes that no revisions will be required to the adopted MND. HELIX will submit all final documents to the SWRCB electronically via the FAAST website. 2.12. Evaluate Alternative Project Delivery Methods. KJ will evaluate alternative project delivery methods, such as Design-Bid-Build, CMAR, or Design-Build, for various components of the Program. 2.13. Provide Final Program Plan. KJ will prepare a Final Program Plan incorporating the preliminary design reports, environmental assessment and funding plan. 21 KENNEDY/JENKS CONSULTANTS, INC 49 of 78 July 20, 2021, Item #203. Design Management (portion of Task 3 for the Clearwell Bypass Pipeline and Tank only) 3.1. Develop Design Standards & Design Criteria {included in Task 2.5) 3.2. Monitor & Review Final Design Consultants (schedule analysis included in Task 1.2.1) 3.2.1. Package #1-Clearwell Upgrades so of78 3.2.1.1. 60% Design Review. KJ will provide an initial review of the 60% design submittal to confirm consistency with the 60% design requirements. Following the initial review, KJ will provide comments either for the design consultant to resubmit the 60% design submittal or approve the submittal for the City's and KJ's formal 60% design review. KJ will prepare 60% design review comments and will conduct one (1) 60% design review meeting to discuss review comments with the City and the design consultant. KJ will review the design consultant's progress against the CPM/project schedule and recommend corrective action, if needed, to the City. 3.2.1.2. 90% Design Review. KJ will provide an initial review of the 90% design submittal to confirm consistency with the 90% design requirements. Following the initial review, KJ will provide comments either for the design consultant to resubmit the 90% design submittal or approve the submittal for the City's and KJ's formal 90% design review. KJ will prepare 90% design review comments and will conduct one (1) 90% design review meeting to discuss review comments, the value engineering analysis, and the constructability review analysis with the City and the design consultant. KJ will review the design consultant's progress against the CPM/project schedule and recommend corrective action, if needed, to the City. 3.2.1.3. 100% Design/Bid Readiness Review. KJ will provide a bid readiness review of the 100% design submittal. KJ will prepare 100% design review comments and attend one (1) 100% design review meeting to discuss review comments to be incorporated into the bid package. 3.2.1.4. Permitting Assistance. KJ will coordinate permitting approval between the design consultant, the City, and the appropriate permitting agencies. This task assumes that the design consultant will be solely responsible for permit acquisition and the permitting fees will be paid by the City. Our proposal assumes up to 24 hours of support for this task. 3.2.1.5. Constructability Review. In conjunction with both the 60% and 90% design reviews, KJ will perform two (2} constructability reviews and will provide comments to be incorporated by the design consultant. 3.2.1.6. Value Engineering Analysis. In conjunction with the 90% design review, KJ will perform a value engineering analysis and will provide comments to be incorporated by the design consultant. ---------·--·-·-------------22 KENNEDY /JENKS CONSULTANTS, INC July 20, 2021, Item #203.2.1.7. Provide final bid ready documents. KJ will verify that the design consultant has a completed a bid ready package for the Clearwell Upgrades that incorporates the final plans, specifications, and supporting documents required for the project, including the City's standard bidding documents. 3.3. Integration of Design with SCADA & CMMS 3.3.1. Package #1 -Clearwell Upgrades. KJ will identify the required SCADA integration and CMMS requirements in the Design Consultant's scope to incorporate into the Final Design of the Clearwell Upgrades. KJ will coordinate with the Design Consultant to integrate the design of the Clearwell Upgrades with the City's existing SCADA and CMMS systems, as required. As-Needed Tasks: 1.3. Public Outreach 1.3.1. Pre-Design Phase. Katz & Associates (K&A), as a subconsultant to KJ, will prepare a communication plan and a stakeholder contact information database to guide communication and outreach activities to assist the City staff during the Program. Included with this task will developing a key message platform and public information document, guidelines for interacting with the news media, procedures to respond to questions and conducting a kick-off workshop between the City, KJ and K&A. 1.3.2. CEQA Phase. If required, K&A will conduct a public scoping meeting with the assistance of KJ and Helix Environmental Planning (HELIX). If the meeting can be completed in person, the recommended format for a public scoping meeting is an open house meeting with poster stations staffed by project team members. If the meeting must be completed virtually, a series of subject matter presentation modules and Q&A discussions can be implemented. Materials would include a fact sheet, Frequently Asked Questions document and posters/visuals. K&A would develop a meeting logistics plan and a meeting summary. K&A will assist the City and KJ with informational materials development, meeting logistics, planning and implementation. This task assumes the City would provide the meeting venue or pay for the virtual meeting platform. This task also assumes that the City would print and pay for the mailing of the meeting notices. 2.14 Emergency Interconnection with other Agencies 51 of 78 KJ, with the assistance of Mission Consulting Services, will prepare a Technical Memorandum to evaluate potential emergency interconnections with adjacent water agencies including an evaluation of water quality issues. -------·-······---------·---------------------23 f<ENNEOY /JENKS CONSULTANTS, INC July 20, 2021, Item #20N t-z w :s J: 0 ~ ~ ~=:~,~10 I 2 --! 0--------+----1------<C---'--+----'-____._____,---+-_,____,_____,____,_,__,____,_--'-'---'--'-f-·----i::l-:-+-+~-1-~---1-+~---l-~--------·-------------1--l-➔--+--l-+---+-➔--+----+-➔-1--1-+----l--l--l--11~-1-_ ! r1 " ~i ~ ~I O ~I f i §0,§i;E"~/0 I .__----4-4-f-l-+-l--l-f-l-+-+-l-l~-l-1---l--+--1-l-1----l-+--+-t-+-t-t---+-+-+cc,.r.,ct--,~-1-1-f--+-l--,-t---+--t-... ,."0-Q"n ... ! ----1-..._ i-1-,_.__,_ , _ ____,____,_,__,_,___,_, _ _,__,____,__,_ , ,___ , __ ,_ ., -- - -S I I -t--t--1--i-+-+-·1-t--1-+-+-r-+---,-.,-1-1-r-f--f---f-- -""i ~1? •-l! . ' 1---1-~>--1--_,_._,_, _______ ~-----1-----1--l--l-~C-1-1-~-1--C-1-J~---------l-l-+--+-I--Hl-l-·-·---r----•-~~ -~--r: -II 52 of78 i "I I July 20, 2021, Item #2053 of 78 1 -~-· i z = n n n11! r = ~ ~ t-----+-+-+-f-+-+-+-+-+--------+-+-+-<1---l ,~ '"':: " • § § ~ ~ ~, s " ~ : .. =1 : : : : " 0 "I ·1 ; C ---~---~~--~~~----. -----1--1----1--'--l-l--1--...._,_ -;: 7 "'= ! ~ .. ; ·,~.:i ,; ! -1--1---.-----i r: ' 7 7 1-L-L-~01-1-c---; ... 7 7 -----l--+-+-+->--+-+-l--1--1-1-<; 7 -1--1------ ->-. -.; . ·-;i ,!:.! ! ........ i -= ------r---=. = :t ... ..._, I -= July 20, 2021, Item #20SECOND AMENDMENT TO STANDARD AGREEMENT FOR SERVICES THIS SECOND AMENDMENT TO AGREEMENT, is made and entered into effective this 21st day of July, 2021, by and between the CITY OF POWAY (hereinafter referred to as "City"), and Kennedy/Jenks Consultants, Inc., (hereinafter referred to as "Consultant"). RECITALS 1. City and Consultant entered into that certain "Standard Agreement for Services," dated September 1, 2020, (the "Agreement"), by which City and Consultant established the terms and conditions for providing services of Program Management for the Poway Water Infrastructure Improvement Program (the "Program") to City. 2. The Agreement has a term of two (2) years, and further provides, inter alia, that the Agreement may be extended for two (2) additional one (1) year terms upon approval of the City's City Manager. 3. On November 17, 2020, City and Consultant agreed to amend the compensation and reimbursement provisions of the Agreement and increased the Agreement amount from a not-to-exceed amount of $49,900 to a not-to-exceed amount of $1,607,294, revised the Scope of Work, and amended the term of the Agreement to terminate November 16, 2022. 4. City and Consultant now agree to amend the compensation and reimbursement provisions of the Agreement and increase the Agreement amount from a not-to-exceed amount of $1,607,294 to a not-to exceed amount of $2,528,386, revise the Scope of Work in accordance with Attachment 2, and amend the term of the Agreement to terminate August 31, 2024. NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS: Section 1. Section B and Section C of Exhibit "A" ("SPECIAL PROVISIONS") of the Agreement are amended to read as follows: B. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Schedule submitted which is included in this document as Attachment 2. Total fee is not to exceed $2,528,386. 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 54 of78 ATTACHMENT C July 20, 2021, Item #20such 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. C. Term of Agreement. This Agreement shall be effective from the period commencing July 21, 2021, and ending August 31, 2024, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." Upon expiration or termination of this Agreement, Consultant 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. Section 2. Except as otherwise amended by this Second Amendment, all other terms and conditions of the Agreement shall remain in full force and effect. 55 of 78 July 20, 2021, Item #20IN WITNESS WHEREOF, the parties hereto have duly executed this Second Amendment on the date first above written. CITY OF POWAY By:-----------Chris Hazeltine, City Manager Date: ------------ATTEST: Deborah Harrington, Interim City Clerk APPROVED AS TO FORM: By: ___________ _ Alan Fenstermacher, City Attorney 56 of 78 KENNEDY/JENKS CONSULT ANTS By:-------------Keith London, President/CEO Date: ------------ July 20, 2021, Item #20Kennedy Jenks 21 June 2021 Ms. Shadi Sarni, P.E. Project Manager City of Poway 14467 Lake Poway Road Poway, CA 92064 Subject: Clearwell Bypass Project Proposal for Construction Management and Inspection Services Dear Ms. Sarni: Kennedy Jenks Consultants (KJ) is pleased to submit this proposal to the City of Poway (City) to provide construction management services and inspection for the Clearwell Bypass Project (Project). The Project consists of constructing a temporary pump station, two temporary bolted steel tanks, and approximately 3,185 linear feet of buried CML&C welded steel pipeline and above-ground HOPE pipeline. The construction duration is 228 working days (Monday through Saturday), with an anticipated construction Notice-to-Proceed (NTP) date of late August 2021. The KJ proposal also includes the following optional services presented in Tasks 5.1 and 5.2. • One (1) extended month of construction observation and inspection services • Extended workday and workweek. SCOPE OF SERVICES Our scope of services for the Project includes providing the necessary construction management and inspection services identified in the following tasks: Task 1 -Project Management During Construction 1.1 Project Management This task addresses the management responsibilities associated with proper CM team coordination and scheduling, budget tracking and control, invoice preparation, subconsultant management and invoice processing, and coordination with the City, Design Team (Engineer of Record), KJ CM Team and subconsultants throughout construction. KJ will prepare and follow our internal project specific Hazard Appraisal Recognition Plan for its staff working at the jobsite. 57 of78 38977 Sky Canyon Drive, Suite 100 Murrieta, CA 92563 (951) 375-5563 I ryanhuston@kennedyjenks.com j:\mojave water agency\mwa cm bdlkj cm proposal_adelanto r3 extension project.docx July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 2 Task 2 -Assistance During Bidding The following sub-tasks 2.1, 2.2, and 2.3 are included in our current agreement. 2.1 Pre-Bid Meeting. KJ will attend one (1) Pre-Bid Meeting with the City and the Design Team and will also attend the Pre-Bid site walk following the meeting. 2.2 Respond to Pre-Bid Questions. KJ will coordinate with the Engineer of Record to respond to questions from potential bidders and will support the Engineer of Record and the City to prepare up to three (3) addenda, as required. KJ's support under this task will include. a. Review of Bidder questions and Requests for Information (RFI) during the Bidding Period. b. Coordination with and input to the City and Design Team on replies to Bidder questions and RFls. c. Review of City and/or Design Team replies to Bidder questions and RFls. d. Follow-up with the City and Design Team, if necessary, to clarify the replies to Bidder questions and RFls. e. Consultation with the City and Design Team to determine which replies will need to be included in subsequent addendums. f. Coordination with and input to the City and Design Team on up to three (3) addendums prepared by the City and/or Design Team. g. Follow-up with the City and Design Team, if necessary, to clarify and potentially revise the addendums before issued to Bidders. 2.3 Bid Review, Bid Evaluate & Bid Recommendation Memorandum KJ will review the Bids received by the City and will evaluate the bids for completeness and responsiveness to the requirements of the Bidding and Contract Documents. KJ will then prepare and submit a Bid Evaluation Technical Memorandum with our opinion which Bidder submitted the most responsible and responsive bid. \\kjc\kjc-root\kj-projects\temecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfo\cm proposal\kj cm proposal -final.docx 58 of 78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 3 Task 3 -Construction Management 3.1 Prepare Construction Management Manual/Quality Assurance Plan. KJ will develop a project-specific Construction Management Manual to define the contract administration procedures and quality review checklists to be used during construction. KJ will provide a copy of the Construction Management Manual to the City. 3.2 Preconstruction Conference KJ will attend the Preconstruction Conference with the City, Design Team and the Contractor. KJ will facilitate the meeting, will present the Construction Management Manual, and will prepare and distribute the meeting agenda and subsequent meeting summary. 3.3 Construction Observation and Inspection KJ will perform construction observation for the purpose of determining compliance with the Contract Documents. Our construction management team will include the following. a. A part-time, Construction Manager who will be assigned to this project 24 hours per week for 9 months. b. A full-time, onsite Construction Inspector who will be assigned 40 hours per week for 9 months to this project. c. A part-time, onsite Electrical Inspector who will be assigned 12 hours per week for 3 months to this project. d. An Office Administrative Assistant who will be assigned to this project 4 hours per week for 9 months to this project. The services provided by our CM staff will consist of the following activities: a. Conduct preconstruction site inspection to review and observe existing conditions and document with photographs as a supplement to the Contractor's required preconstruction photos and video. b. Review the construction schedule and monitor progress of the construction. c. Observe and document results of site testing. d. Coordinate with Design Team on interpretation of the requirements of the Contract Documents. e. Conduct bi-weekly onsite progress and coordination meetings. Prepare and distribute meeting agendas and meeting summaries. \\kjc\kjc-root\kj-projects\temecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfolcm proposal\kj cm proposal-final.docx 59 of 78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page4 f. Conduct as-needed coordination meetings, including utility coordination with City staff, shutdown, start up, and testing. g. Prepare construction observation reports, maintain comprehensive project records and files, and distribute information as needed. Inspector will provide daily reports with representative photos. Material testing and special inspection reports will be combined with KJ's daily report. Daily reports will be saved in Procore and will be available for review by the City. h. Coordinate with the material testing and special inspection subconsultant and schedule concrete cylinder, masonry, pavement, and soils testing. i. Provide photographic documentation of construction progress. j. Verify Contractor's maintenance of upgraded field drawings and specifications and verify Contractor's coordination of all construction activities with City staff. k. Manage construction cost on the City's behalf. Review the Contractor's Schedule of Values to verify costs are allocated appropriately according to the Contract Documents. Advise on opportunities for cost saving through close observation of the Contractor's work. Make recommendations on unforeseen conditions to take the least cost action and avoid delay claims. I. Review and verify Contractor's monthly payment applications comply with the contract requirements. Verify Contractor's pay quantities with the observed work. Negotiate disputed quantities if not in agreement. Make recommendation for payment with a written letter to the City with the Contractor's payment application attached. KJ and the Contractor will use any standard forms provided by the City, or KJ will provide documents. m. Manage Potential Change Orders and Change Orders. Schedule Change Order Meetings with the Contractor monthly or more frequently if required. Review the Contractor's claims for changed conditions. Log all claims and promptly notify the Engineer and City of each claim. Evaluate cost and schedule impacts in collaboration with the Engineer. Serve as the City's liaison in negotiations with the Contractor. Schedule change order meetings with the City and make recommendation for change orders to be executed. Prepare final change order documentation, if required, and transmit to the Contractor. n. Maintain daily extra work bills (time and materials tickets) and quantities as necessary to document payments to contractor for extra work. o. Act as liaison between the City and representatives of permitting agencies and utilities. p. Maintain one set of contract documents with current information regarding addenda, substitutions, clarifications, RFls, and change orders. KJ will review the redline as-builts to ensure accuracy, prior to submitting to the City. KJ will keep a record of all the changes to compare with the Contractor's redline as-builts to confirm accuracy. \\kjc\kjc-root\kj-projectsltemecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfoicm proposal\kj cm proposal-final.docx 60 of78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 5 q. Notify Contractor of noted deficiencies. Prepare deficiency and punch lists, with assistance as indicated in Subtask 3.2 below, and transmit to the Contractor. Verify completion of punch list items. r. Periodic Safety Audits. Review and monitor the Contractor's compliance with its safety program and will notify the Contractor if unsafe conditions are observed. s. Log and notify Contractor of any damages caused by the Contractor. Verify proper/timely correction and/or notify Contractor, in writing, of failure to meet requirements of the corrections. t. Shutdown and Connection Protocol. Verify compliance with the shutdown and connection protocol requirements in the contract documents. u. Witness start-up and operational testing. Verify compliance of equipment with contract requirements. v. Administer receipt of spare parts, lubricants, chemicals, and other items required by the Contract Documents. w. Secure equipment guarantees and warranties. x. Coordination with the WTP operations staff and the City's SCADA programmer. KJ's CM Team will utilize the document control system, Procore, for processing all submittals and RFls, daily reporting, photo document storage, documenting formal communications and notices, change management, digital document storage including drawings and specifications, and for keeping digital as-builts. Procore access will be provided to the construction team (the Contractor, Design Team, subconsultants, the City, etc.) for use on the Project. 3.4 Materials Testing and Special Inspection KJ's subconsultant, Ninyo & Moore, will provide geotechnical materials testing and special inspection for the Project. These services will include the following: a. Review of Project plans and specifications. b. Attend Preconstruction Conference. c. Grading observations and in-place density testing. d. Observation of pipe trench backfill placement and in-place density testing. e. Observation and testing of trench subgrade, aggregate base, and asphalt concrete. \lkjc\kjc-rootlkj-projects\temecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfo\cm proposal\kj cm proposal -final.docx 61 of78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 6 f. Observation of concrete placement by an ACI certified technician including collecting cylinders for compressive strength laboratory testing. g. Observation and testing of grading and tank foundation activities. h. Daily inspection reporting and laboratory test reporting for services above. 3.5 Migratory Bird Treaty Act Pre-Construction Survey KJ's subconsultant, Helix Environmental Planning (HELIX), will conduct a pre-construction survey if required by the Migratory Bird Treaty Act. This survey will include the following: a. As-Needed Pre-Construction Nesting Bird Survey If construction activities are scheduled to occur between February 1 and August 31, HELIX will conduct a single pre-construction nesting bird survey to determine if active nests are present within or adjacent to the construction areas. The survey will be conducted within 7 days before the start of construction. Following the survey, HELIX will provide an email to the City summarizing the survey methods and results of the survey, including a map of active nest(s) found during the survey and the corresponding setback buffers. Recommended setbacks will be based on the project activities, species, nest location, and other environmental factors. If additional pre-construction surveys are needed or nesting birds are detected during surveys, this task includes up to 30 hours of as-needed staff time for additional surveys, nest monitoring, reporting, and/or coordination with the City to address environmental compliance. HELIX will provide the results of the additional survey(s) through brief email updates. Task 4-Construction Closeout 4.1 Punchlist and Contract Closeout When construction is approaching substantial completion, KJ will prepare a preliminary punch list to help ensure the project was constructed as designed. After the Contractor has completed a substantial portion of the preliminary punch list, KJ will prepare a final punch list. KJ will conduct the Final Inspection in accordance with the City's General Conditions Article 11-16 after the Contractor provides notice in writing. KJ will prepare a Final Inspection List of any materials, equipment, workmanship, or administrative requirements that do not meet the requirements of the Contract Documents. Following Contractor notification of corrective work of all items on Final Inspection List, KJ will determine if the Work is acceptable. KJ will make recommendation of final acceptance in a writing to the City. l\kjc\kjc-root\kj-projects\temecula\2020 projects\2044006.00_city of poway _program management services\01-prejobinfo\cm proposal\kj cm proposal -final.docx 62 of78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 7 4.2 Record Drawings KJ will review the Contractor's marked-up drawings monthly and will receive and review the full set record drawings from the Contractor at the end of construction. The mark-ups will be in the form of a red-line set of contract drawings maintained during construction. The mark-ups are expected to contain clarifications, change order work, and other significant construction revisions. The marked-up drawings will be delivered, upon construction completion, to the City and/or the Design Team for preparation of the Record Drawings. Task 5 -Optional Services 5.1 One Extended Month of Construction Observation and Inspection Services In the event that the construction duration is extended for up to one (1) month, KJ will perform construction observation for the purpose of determining compliance with the Contract Documents for one (1) additional month. Our construction management team will also provide Project Management as defined in Task 1 and Construction Observation and Inspection as defined in Tasks 3.3 and Task 3.4 for this extended one (1) month period. Onsite personnel for this extended period will include the following: a. A part-time, Construction Manager who will be assigned to this project 24 hours per week for one ( 1) month. b. A full-time, onsite Construction Inspector who will be assigned 54 hours per week (Monday thru Saturday) for one (1) month. c. An Office Administrative Assistant who will be assigned to this project 4 hours per week for one (1) month. Task 5.2 Extended Workday and Workweek Depending on the contractor's schedule of work, the City may request KJ to provide one (1) additional hour of construction observation and inspection as defined in Task 3.3. during regular workweek (Monday thru Friday) and 9 hours on Saturday. Overtime rates will be applied and required. ASSUMPTIONS • The Project will require prevailing wage rates for inspection staff, as required by DIR. • Contractor Work requiring correction will be included on an interim punchlist when it is noticed by our CM Team. These interim punchlists will be transmitted to the Contractor periodically during construction for corrective action by the Contractor. \\kjc\kjc-root\kj-projectsltemecula\2020 projects\2044006.00_city of poway _program management services\01-prejobinfolcm proposal\kj cm proposal -final.docx 63 of 78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 8 • Contractor shall maintain accurate redline as-builts per the requirements of the Contract Documents. • KJ will have authority issue Field Orders to make minor changes to work determined to have no cost or time impacts to the Project. • Storm Water Pollution Prevention Plan or Water Pollution Control Plan will be provided by the Contractor. • Surveying and construction staking will be provided by the Contractor. • Grant reporting, labor compliance and preparation of record drawings is not included in the scope of work. • City will pay for all permit and review fees required by permitting agencies. • Contractor will be solely responsible for site safety at the project site and shall provide its own Safety Program and Safety Officer to oversee the Program. Contractor's Safety Program shall be adhered to be all Contractor personnel, all Contractor subcontractor personnel, all Contractor suppliers', manufacturers', fabricators' and delivery personnel visiting and/or performing Work on the project site. PROJECT TEAM The KJ project team is comprised of our Construction Management Team. The CM Team will provide onsite inspection and construction administration. The KJ project team is listed below with their respective roles. Construction Management Team Program Manager -Andrew Webster Construction Manager -Liberato Tortorici Senior Construction Manager/Advisor -Jon Westervelt Site Inspector -Todd Tappan Electrical Inspector -Phil Sanders Project Administrator -Araceli Aguilar Administrative Assistant -Nikki Goodridge \\kjc\kjc-root\kj-projectsltemecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfolcm proposal\kj cm proposal -final.docx 64 of78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 9 SUMMARY OF DELIVERABLES The following list summarizes the deliverable for this scope of work: a. Construction Management Manual that will include procedures and documentation requirements for written correspondence; meeting agendas and meeting summaries; review and processing of submittal shop drawings and O&M manuals; review and processing of RFls, potential change orders, change orders, partial payment applications, final payment application; preparation of punchlists, daily inspection reports, and special inspection reports; and production of project photos. Project documents will be managed by KJ electronically through the Procore document management system. This will either be provided to the City in a downloadable link or in a portable hard drive. b. Monthly Reports in PDF c. Received spare parts, lubricants, and other items provided by the Contractor. d. Received equipment guarantees and warranties provided by the Contractor. e. Final Punchlist and Final Project Report (similar in format to Monthly Reports) in PDF. f. Contractor As-Built Drawings red-line markups. \\kjclkjc-root\kj-projectsltemecula\2020 projects\2044006.00_city of poway_program management services\01-prejobinfolcm proposal\kj cm proposal-final.docx 65 of 78 July 20, 2021, Item #20Kennedy Jenks Ms. Shadi Sarni, P.E. City of Poway 21 June 2021 Page 10 BUDGET KJ proposes to perform the services described above on a time and materials basis in the not-to-exceed amount of $697,229 not including optional services and $921,092 including optional services in accordance with the enclosed fee proposal and our Program rate schedule. The field inspection rate schedule will be according to the prevailing wage rate schedule required by the California Department of Industrial Relations. Please feel free to contact me at (951) 526-1438 should you have any questions regarding this proposal. KJ appreciates the opportunity to continue working with the City on this important project. Very truly yours, Kennedy/Jenks Consultants, Inc. Andrew Webster, P.E. Project Manager Enclosure Fee Proposal Resumes 66 of78 1;+-c&L--. } ~eith London, P.E. President & CEO \\kjc\kjc-root\kj-projects\temecula\2020 projects\2044006.00_city of poway _program management services\01-prejobinfo\cm proposal\kj cm proposal· final.docx July 20, 2021, Item #200\ -.J 0 .... -.J 00 Proposal Fee Estimate CLIENT Name: City of Poway PROJECT Description: CIHrwel ByPus Project-Construction Management Services Proposal/Job Number: Date: g ., i 01 ., .. .. 0 0 C C C <( :il ·g, 0 l ~ ::E :;:; <.> E w u ~ i C ii 5 :, .. 0 I! u .c 01 0 ~i 01 ., .... I -~ ·e CC ~ -~ e 0 .. ., ., Classlffcatfon: ,,, Q. Q. <.>::E ,,, ,,, C W C Hourly Rate: $270 $195 $185 $210 $180 $270 $180 Task 1 -Project Management 1.1 Project Management 11 34 34 Task 1 -Subtotal Task 2 -Assistance During Bidding 2.1 Pre-bid Meeting (included in current agreement) 2.2 Respond to Pre-bid Questions (included in current agreement) 2.3 Bid Review, Bid Evaluate & Bid Recommendation Memorandum (included in current agreement) Task 2 -Subtotal Task 3 -Construction Management 3.1 Prepare Construction Management Manual/Qualijy Assurance Plan 2 2 12 3.2 Preconstruction Conference 2 12 12 3.3 Construction Observation and Inspection 32 24 912 1,520 156 3.4 Construction Schedule Review/Monitor 3.5 Materials Testing and Special lnsoection 3.6 Migratory Bird Treaty Act Pre-Construction Survey Task 3 • Subtotal Task 4 -Construction Closeout 4.1 Punchlist and Contract Closeout 12 12 12 4.2 Record Drawinas 12 12 Task 4 -Subtotal Task 5 -Optional Services 5.1 One Extended Month of Construction Observation and Inspection Services 2 2 96 160 56 5.2 Extended Workdav and Workweek 532 Task 5 -Subtotal All Tasks Total \\KJC~jc-foot'KJ~Projeets\Tem.clN.\2020 Projects\2044006.00_City of Poway_Program Management Services~1-PreJoblnfo\CM Proposal\REV 1 Poway FH Proposal 6.8.21.dsm .s::. KJ u ~ ~ .. C 'iii <( ~ <.> i; 0 u C c ·[~ ~ -~ .& j Cl) Q.,:( <( Total $120 $120 $100 Hours FHS 35 114 $20,940 114 $20,940 $0 $0 $0 $0 10 26 $4,450 6 32 $5,670 40 112 2,796 $522,520 $0 $0 $0 2,854 $532,640 36 $6,840 8 32 $5,640 68 $12,480 12 328 $66,210 532 $143,640 860 $209,850 3,896 $775,910 Kennedy Jenks Sub Sub Sub KJ KJ KJ :l :, ! ,,, .. L + : 0 a. ~ C 0 :, .&X. ::E -!! .. .. .. )( o8 <.> .. ~ a. .. ..J w 0 )( ~ .!::!: .. .. :, ! .8 C ~ H <.> <.>-!! !.! !& ii+ 'ii :, C C" ~j 0:, ~ill 0 z :c (.)Cl) Cl) 0 O::E I-Cl) I- Fees Fees FN S 5":. Fees 0% Fees $0 $0 $20,940 $0 $0 $20,940 $0 $0 $0 $0 $0 $20,940 $0 $0 $20,940 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $4,450 $0 $0 $4,450 $0 $28 $0 $5,670 $0 $28 $5,698 $0 $49,160 $0 $522,520 $0 $49,160 $571 ,680 $7,095 $355 $0 $0 $7,450 $0 $7,450 $66,782 $3,339 $0 $0 $70,121 $0 $70,121 $4,200 $210 $0 $0 $4,410 $0 $4,410 $66,782 $4,200 $7,095 $3,904 $49,188 $0 $532,640 $81,981 $49,188 $663,809 $0 $0 $6,840 $0 $0 $6,840 $0 $0 $5,640 $0 $0 $5,640 $0 $0 $0 $0 so $0 $12,480 $0 $0 $12,480 $7,420 $500 $396 $4,657 $0 $66,210 $8,316 $4,657 $79,183 $0 $1,040 $0 $143,640 $0 $1,040 $144,680 $7,420 $0 $500 $396 $5,697 $0 $209,850 $8,316 $5,697 $223,863 $74,202 $4,200 $7,595 $4,300 $54,885 $0 $775,910 $90,297 $54,885 $921,092 July 20, 2021, Item #20Jon Westervelt, P.E., CCM Senior Construction Manager/ Advisor Education BS, Civil Engineering, University of Arizona, 1993 Registrations Professional Engineer, Arizona (32851) Certifications Certified Construction Manager Construction Documents Technologist Professional Summary Memberships/ Affiliations American Society of Civil Engineers Construction Managers Association of America National Society of Professional Engineers Years of Experience 29 years Mr. Westervelt has over 29 years' experience in construction management of water and wastewater treatment facilities. He has extensive experience in multiple types of construction project deliveries, including traditional (Design/Bid/Build), Design-Build, and Construction Management at Risk (CM@R). Jon is in-charge of the Kennedy Jenks construction division. His experience includes development of design documents and specifications, construction cost estimation, constructability reviews, project scheduling, construction sequencing, change order analysis, start up, and commissioning. Project Experience INTEGRATED SITE CLOSURE, CONFIDENTIAL CLIENT, PA I PROJECT CONTROLS ENGINEER I The confidential project involved an contaminated industrial site clean up. Responsibilities included developed and managed contaminated industrial cleanup effort schedule with regulatory agency and business owner. Provided monthly reporting to regulatory agency. Managed daily clean up effort. SOUTHEAST WATER POLLUTION CONTROL FACILITY BIOSOLIDS PROJECT, SAN FRANCISCO PUBLIC UTILITY COMMISSION, SAN FRANCISCO, CA I FIELD CONTRACTS ADMINISTRATOR I Assistant Project Manager/ Construction Manager and Field Contracts Administrator for nearly 2 years on a $1.28 Project. Responsibilities during the preconstruction phase included developing internal and reviewed CM@R health and safety plans, Quality Management Plans, Construction Management Plans, Risk Management Plans, Cost Model and Bid Package plans, and interfacing with work at adjacent $500M Headworks Facility Upgrades project. Responsibilities during construction phase services included construction schedule review, schedule of values review, change management lead. Interfaced with plant operations staff, City engineering department, CM@R project management team, and internal project team of project management, inspectors, and project 91ST AVENUE WWTP UPO1 EXPANSION FIELD SERVICES, CITY OF PHOENIX, PHOENIX, AZ I PROJECT MANAGER I Project Manager/Construction Manager responsible for coordination of all construction management and on-site inspection activities. Led construction administration, inspection and commissioning services for the $203M, 25 mgd plant expansion. Interfaced with plant operations staff, City engineering department, CM@R project management team, and internal project team of project management, inspectors, project controls, record drawing group, and commissioning team. The project was 68 of78 July 20, 2021, Item #20constructed at the existing 91 st Avenue Wastewater Treatment Plant and increased the plant capacity to 205 mgd. UNION HILLS WTP DISINFECTION BYPRODUCT MITIGATION, CITY OF PHOENIX, PHOENIX, AZ I PROJECT MANAGER I Project Manager during construction phase of 160 MGD Union Hills water treatment plant to address disinfection byproduct issues. The $10M CM@R construction contract included addition of sodium chlorite system, chlorine dioxide feed system and major changes to the plant piping system associated with relocation of the chlorine feed systems. Raw water and finished water sampling modifications to the entry point to the Distribution System, and conversion of sand/anthracite filter media to GAC media were also included in the project scope. Assisted in the $3M GAC procurement by Owner and Contractor installation. ADAMAN WELL DEVELOPMENT, STORAGE, BOOSTER, AND PIPELINE PROJECT, CITY OF GOODYEAR, GOODYEAR, AZ I CONSTRUCTION MANAGER I Project Manager/Construction Manager providing construction phase support services for the construction of two new water production facilities, a 6. 5 mile connection to the existing Adaman pipeline, and the construction and integration of an arsenic water treatment plant at an existing site. The $1 SM CM@R project was delivered in multiple phases. Reviewed design packages and construction procurement packages. Schedule monitoring services included review of baseline schedule, review schedule updates, evaluate time impact analysis, and other schedule related tasks. Coordinated construction inspections with other members of construction team, contractor, and City code inspectors. PRECONSTRUCTION SERVICES FOR WATER TREATMENT PLANT -CMAR, SAN JACINTO RIVER AUTHORITY, CONROE, TX I CONSTRUCTION SCHEDULER I During preconstruction phase, provided assistance to the CMAR/construction contractor in the development and updating of the schedule in relationship to general control system construction sequencing and startup/commissioning activities. The $200M water treatment plant includes Raw Water Intake, Surface Water Treatment Facility (SWTF), and High Service Pump Station, solids handling facilities, chemical facilities, yard piping, site electrical. SQUAW PEAK WATER TREATMENT PLANT RESIDUALS PROJECT, CITY OF PHOENIX, PHOENIX, AZ I PROJECT MANAGER I Project Manager/Construction Manager providing construction phase support services for the construction of the 180-MGD water treatment plant includind backwash equalization tank, sludge blending tank, gravity thickeners, thickened sludge pumping station, sludge dewatering building, and site improvements. 23RD AVENUE WASTEWATER TREATMENT PLANT CONTRACTS 1 AND 2, CITY OF PHOENIX, PHOENIX, AZ I CONSTRUCTION INSPECTOR I Responsibilities included as-built preparation of existing utilities, inspection of earthwork, structural concrete and piping installation, equipment checkout and system startup, and related work inspection. Prepared field orders, change orders and detailed drawings of Design Review Committee items. 69 of 78 July 20, 2021, Item #20Liberato Tortorici, P.E. Construction Manager Education BS Civil Engineering Manhattan College 1971 MS Environmental Engineering Manhattan College 1972 Registrations Professional Civil Engineer, California (24096) Professi nal Summ ry California Grade V Wastewater Treatment Plant Operator, V-3215 (1984) Years of Experience 49 years Liberato Tortorici has 49 years of experience in environmental engineering and has been responsible for performing and managing the assessment, design, post design, construction administration assistance, and operation assistance of major wastewater collection, treatment, residual solids handling, and water reclamation capital improvement projects in southern California. His water and wastewater treatment experience includes facilities up to 350-mgd, and he is one of a limited number of professionals possessing both a Grade V Wastewater Treatment Plant Operator Certification and a Professional Engineer Registration in the State of California. Project Experience SOUTH BAY INTERNATIONAL WASTEWATER TREATMENT PLANT, INTERNATIONAL BOUNDARY AND WATER COMMISSION, SAN YSIDRO, CA I PROJECT MANAGER I Project Manager for planning, design, design services during construction, construction administration assistance, construction inspection, start-up and operator training of a new 25 mgd advanced primary wastewater treatment plant, and Canyon Collectors sewerage di-version and pumping facilities located on the US/Mexico Border in San Ysidro, CA. Planning and pre-design investigations included wastewater characterization studies, geotechnical investigations and development of "deep dynamic compaction" (DOC) criteria to mitigate soil liquefaction issues; and laboratory activated sludge treatability studies to establish loading and design criteria for the "selector" modified activated sludge system. WATER RECLAMATION PLANT 1 CAPITAL IMPROVEMENT PLAN, FALLBROOK PUBLIC UTILITY DISTRICT, FALLBROOK, CA I PROJECT MANAGER I Project Manager for plant assessment and development of the Capital Improvement Plan for upgrade and expansion of the 2.7 mgd water reclamation plant. The Capital Improvement Plan resulted in the subsequent design and construction of approximately $25 million of upgrades and improvements to Water Reclamation Plant 1. JAMACHA BASIN WATER RECLAMATION FACILITY, OTAY WATER DISTRICT, SAN DIEGO, CA I PROJECT MANAGER I Project Manager for the assessment, design, post design, construction management, start-up assistance and operator training for the upgrade and improvement of the District's 1.3 mgd water reclamation facility. Facility upgrades and improvements included new influent screening system, upgraded conventional activate sludge secondary treatment system, new secondary sedimentation tanks, new Title 22 tertiary filtration system and new chlorination facilities. 70 of 78 July 20, 2021, Item #20RECLAMATION PLANT NO. 1 DEWATERING FACILITY REPLACEMENT, INLAND EMPIRE UTILITIES AGENCY, CHINO, CA I PROJECT MANAGER I Project Manager for planning, design, design services during construction, start-up and operator training for a new $25M centrifuge dewatering facility at the 60 mgd (ultimate flow) reclamation plant. Processes included sludge grinding, polymer conditioning facilities, four new Alfa-Laval G-2 120 centrifuges, shaftless screw sludge conveyors, sludge storage silos and truck loading facilities, and DCS and electrical support facilities. SOUTH BAY INTERNATIONAL WASTEWATER TREATMENT PLANT, INTERNATIONAL BOUNDARY AND WATER COMMISSION SAN YSIDRO, CA I PROJECT MANAGER I Project Manager for 3rd Party Construction Management, Inspection and Start-Up Services of a new$100M , 50 mgd, "selector" modified activated sludge wastewater treatment plant located on the US/Mexico Border in San Ysidro, CA. WASTEWATER TREATMENT PLANT HEADWORKS PROJECT, CITY OF OXNARD, OXNARD, CA I PROJECT MANAGER I Project manager for assessment, planning, design, construction ad-ministration assistance, and start-up and training for a new 40 mgd (ADWF)/77.4 mgd (PWWF) headworks facility. The facility consists of sewerage collection conveyance and vortex drop structures, mechanical bar screens, aerated grit chamber, in-fluent pump station, odor control system and grit/screening dewatering facilities, stand-by power generators, infrastructure support systems and SCADA monitoring and control system. ENCINA WATER POLLUTION CONTROL FACILITIES, ENCINA WASTEWATER AUTHORITY, CARLSBAD, CA I SENIOR PROJECT ENGINEER I Project Engineer for condition assessment and design of primary clarifier and non-potable water system improvements at this 30 mgd secondary treatment plant. ENCINA WATER POLLUTION CONTROL FACILITIES, ENCINA WASTEWATER AUTHORITY, CARLSBAD, CA I PROJECT ENGINEER I Project Engineer for design of digester improvements to eliminate chronic digester foaming problems. This project resulted Liberato being a co-recipient of the Water Pollution Control Federation's George Bradley Gascoigne Medal for outstanding contribution to the art of wastewater treatment plant operation. RECYCLED WATER SUPPLY AUGMENTATION STUDY, OTAY WATER DISTRICT, SAN DIEGO, CA I PROJECT MANAGER I Project Manager for the conduct of a planning level study to evaluate options for augmenting the District's recycled water supply from the City of San Diego South Bay Water Reclamation Plant with effluent from the International Boundary and Water Commission South Bay International Wastewater Treatment Plant. WASTEWATER TREATMENT PLANT OPERATIONS SUPPORT PROGRAM, CITY OF OXNARD, OXNARD, CA I SENIOR ENGINEER/TASK LEADER I Senior Engineer and Task Leader for on-site assessment of existing sewerage collection and pumping facilities, onsite assessment of wastewater and residual solids treatment facilities, development of interim capital improvements, and engineering and operations support for plant optimization of the 40 mgd treatment facility. METRO BIOSOLIDS FACILITY CENTRIFUGE REPLACEMENT PROJECT, CITY OF SAN DIEGO, SAN DIEGO, CA I DESIGN MANAGER I Design Manager for preliminary design of the Design-Build Project for replacement of solids dewatering centrifuges and improvements to the centrifuge sludge feed pumping and conveyance systems for the City's regional biosolids processing facility. 71 of 78 July 20, 2021, Item #20Todd W. Tappan Site Inspector Registrations CA General Contractor (b-968995) Certifications EPA Lead Safety Professional Summary Confined Space 40-hour Hazpower OSHA Safety Years of Experience 32 years Todd Tappan has more than 32 years of construction industry experience, including seven years as a Licensed General Contractor, 15 years as a foreman/journeyman, and ten years as construction inspector. He is skilled in onsite construction supervision as a Licensed Contractor and is excellent at building relationships with customers, architects, engineers, city and municipality officials, and the community. Todd has performed supervision and inspection of site preparation, underground utilities, and wet infrastructure. He is also knowledgeable in generator and mechanical work at refineries and nuclear power plants. Project Experience LONO KONA SEWER IMPROVEMENT PROJECT, COUNTY OF HAWAII, DEPARTMENT OF ENVIRONMENTAL MANAGEMENT, HILO, HI I CONSTRUCTION INSPECTOR I On-site construction manager/inspector responsible for observing and documenting compliance by the Contractor during the construction contract execution. This includes site visits, remote progress monitoring and responding to requests for clarifications and identifying quick resolutions to assist in the successful project completion. The project is installing 6,500 linear feet of new sanitary collection mains and services and CIPP lining of existing pipes to replace failing sewers and convert on-site disposal systems to the municipal collection and treatment system. This will protect the local groundwater and surface waters in the area from the human health and public safety risks posed by an inadequate wastewater system. Challenges include steep and narrow streets, numerous utilities, traffic control, cultural resources, hard lava rock excavation and dealing with voids created by lava tubes. Project funding provided by USDA. WASTEWATER TREATMENT PLANT REHABILITATION ENGINEERING SERVICES DURING CONSTRUCTION, ROSAMOND COMMUNITY SERVICES DISTRICT, ROSAMOND, CA I CONSTRUCTION INSPECTOR I The project includes: a new Biolac aeration basin, two new blowers, a new secondary clarifier, new septage receiving station/holding pond, three new percolation ponds, new emergency overflow pond, a new jib crane at the headworks (for screenings bin removal), and replacement of the existing sludge handling pumps (RAS/WAS). LONO KONA SEWER IMPROVEMENTS, COUNTY OF HAWAII, HILO, HI I CONSTRUCTION MANAGER/INSPECTOR I Construction manager and inspector for this challenging $BM sewer improvement project to install an 8-inch to 36-inch diameter gravity sewer collection system in a previously unsewered community. Challenges include steep and narrow streets, numerous utilities, traffic control, cultural resources, hard lava rock excavation and dealing with voids created by lava tubes. Project funding provided by the United States Department of Agriculture. 72 of 78 July 20, 2021, Item #20VARIOUS PROJECTS, GENERAL MOTOR SERVICES, PITTSBURG, PA I GENERAL TECHNICIAN I Service, test, and rebuild generators and rotors in power plants and refineries. Followed plant specific procedures and document all work performed. Obtained all training and clearances to work in nuclear and refinery facilities. Work closely with other crafts and operations to ensure quality and on time completion of projects. Monitor foreign materials exclusion points. Documented all personnel, materials, tools, and equipment. MAINTENANCE PROJECTS, DIABLO CANYON NUCLEAR POWER PLANT, AVILA BEACH, CA I MECHANICAL MAINTENANCE I Duties included testing and scheduled maintenance of reactor coolant pumps. Technical tasks included disassembly of inlets/outlets and pump casing, alignment of shaft, replacement of shaft seals and bearings. Install new pipe flange gaskets and torque. Follow specifications and document all work performed. Communicate daily with operations and engineering to coordinate scope of work package, progress of other crafts and scheduling. Attend weekly meetings to assure safety and successful project completion. Adhere to OSHA, EPA, and NRC, hazardous materials handling, and best safety practices. VARIOUS PROJECTS, TAPPAN CONSTRUCTION, ARROYO GRANDE, CA I GENERAL CONSTRUCTION I Bidding, permit processing, and execution of residential and commercial projects. Site preparation including underground utilities, water, and sewer tie-ins. Scheduling materials and inspections, maintaining work schedule to complete projects on time and within budget. Overseeing timely and quality execution of projects by sub-contractors. Responding to any discrepancies or need for clarification and providing quick resolutions in order to keep the project moving forward. Maintaining excellent working relationships with customers, architects, engineers, city officials and community. Select projects include: Single Family New Construction -Atlantic City Ave, Grover Beach, CA; Single Family New Construction -Grell Lane, Oceana, CA; Hangar Remodel -San Luis Obispo Airport, CA; Residential Remodel -Morro Avenue, Shell Beach, CA; Commercial Remodel -McCarthy Wholesale, San Luis Obispo, CA; and Construction Foreman/Journeyman, Pismo Beach, California-Walker Construction. Responsible for directing work on commercial and residential concrete and framing projects. Site preparation and placement of foundations in varying soils and geological conditions. Trenching for utilities and footings. Responsible for scheduling materials and inspections, coordinating scheduling and supervising daily activities. Assuring project is built to plan specifications. Motivating employees to work safely and in a timely fashion. Working with architects, engineers, and building officials to quickly resolve any discrepancies or clarifications as needed. SUBDIVISION AND CUSTOM HOME CONSTRUCTION, MC THOMAS DEVELOPMENTS, GROVER BEACH, CA I CONSTRUCTION SUPERINTENDENT I Responsible for directing works crews and subcontractors for subdivisions and custom homes. Site works for utilities including sanitary and stormwater, water and conduit banks for eventual use by franchise utilities. Responsible for meeting cost and schedule deadlines, communicating with owner's representatives as to actual progress versus proposed improvement schedules. Took care of many customer service issues and client problem solving for the custom home builds. 73 of 78 July 20, 2021, Item #20Phil Sanders Electrical Inspector Certifications California General Electrician Certification (E150135) Medium Voltage Certification, AVO Training #517 (MVCT-T) OSHA 30 Certified Confined Space Certified Professional Summary OP2 Awareness Certified HAZWOPER 24 Certified NFPA 70E Trained First Aid/CPR/AED Certified Construction Management Trained Years of Experience 45 years Phil has over 45 years of experience in many facets of construction including electrical, generation, transmission, civil, and structural. He has a wide range of skills and experience including low/medium voltage, industrial electrical, Hydro Power electrical, underground utilities, fire alarm, on-site inspections, and equipment commissioning. Phil's has stellar project and construction management skills with great attention to detail and the ability to effectively communicate with team members to ensure project specifications are met while meeting project deadlines. Project Experience WATER QUALITY CONTROL PLANT WET WEATHER AND DIGESTERS IMPROVEMENTS CONSTRUCTION MANAGEMENT SERVICES, CITY OF SOUTH SAN FRANCISCO, SOUTH SAN FRANCISCO, CA I CONSTRUCTION INSPECTOR I Provided construction support for the $49M improvements project to rehabilitate and upgrade the secondary treatment and solids handling facilities. Work includes digester demolition and new construction, digester control building rehabilitation, rehabilitation of aeration basins, addition of a secondary clarifier and two storm water pump stations CITY OF SAN MATEO CLEAN WATER PROGRAM , SAN MATEO, CA I CONSTRUCTION INSPECTOR I Project electrical inspector for the $950M City of San Mateo Clean Water Program. Project elements include replacing, upsizing or rehabilitating 260 miles of pipelines ranging from 6"-39" in diameter and upgrading 24 sanitary sewer lift and pump stations. SECONDARY TREATMENT PLANT UPGRADE AND RECYCLED WATER EXPANSION, LAS GALLINAS VALLEY SANITARY DISTRICT (LGVSD), SAN RAFAEL, CA I CONSTRUCTION INSPECTOR I Expansion for LGVSD includes new anoxic/aeration basin with new primary and internal recycle pump stations. New electrical bldg. and all new electrical equipment with 1.5 megawatt genset and transfer switch. HEXAVALENT CHROMIUM (CR6) COMPLIANCE WATER SYSTEM PROJECT ENGINEERING SUPPORT AND CONSTRUCTION SERVICES CITY OF, NEWMAN, CA I CONSTRUCTION INSPECTOR I The Cr6 Compliance project includes a new well, storage tank, booster pump station, electrical building, Back up genset with load bank, and two chemical feed buildings. HYDRO ELECTRIC POWER PLANT RENOVATION & RESTORATION, PHASE 2, HGH ELECTRIC, CA I ELECTRICAL SUPERINTENDENT/PROJECT MANAGER I The project included: complete rewire of 122 Megawatt, 4 unit power generating/pumping plant,. all PLC cabinets, AVR's, Digital Governor control 74of78 July 20, 2021, Item #20cabinets, Main Control Board, Protection Control Boards, 13.8 substations. 230KV Transformers, Low Volt Substations and Gear. Responsible for a 20-man team of electrician's daily duties, inspections of their work and quality control for the electrical work in the plant. Wrote all MOP's for plant cutovers and commissioned MCC's and peripheral equipment. Oversee all necessary subcontractor work. Code Call. Fire Alarm. Security system. CSI ELECTRIC, LOOMIS, CA I ELECTRICIAN/GENERAL FOREMAN I Served as Industrial Electrician, Superintendent, and/or General Foreman on various construction projects: • Menlo Park VA Hospital & Mather AFT VA Hospital -Chiller/Air handler replacement • Palo Alto VA Hospital & Martinez VA Hospital -Medium voltage duct-bank installation • San Francisco VA Hospital -Temporary and permanent chiller power and controls • Sunsweet Growers -15KV sub-station installation; Full install, automate, commission food processing and bottling lines; lighting renovation to energy efficient lighting for 1 million SF of warehouse • Suburban Propane -Change dual 400 hp gas compressor system to automated soft-starts • Pacific Coast Producers -Install, automate, commission new steam tomato peeler • Mariani Products -Overhaul and automation of several food processing lines • Herlong State Prison -New 15KV switch installs • Folsom State Prison -Transformer changeouts • Vacaville State Prison -New 15KV switch and inverter install for solar field STEINER MCBRIDE ELECTRIC, INC., CITRUS HEIGHTS, CA I ELECTRICAL SUPERINTENDENT I Served as Electrical Superintendent and/or Foreman on various construction projects: • Hydro Electric Power Plant Renovation and Restoration Phase 1-Install temporary power system for life support systems • QE for backbone fiber installation over energized PG&E vault and duct bank structures throughout the San Francisco Bay area. • Stockton Business Park -Install new medium voltage infrastructure • 15KV sub-station install/energization/commissioning • Hyatt Power Plant -Camera system install in tail race tunnels • Large capacity 3 phase ups install and commissioning, sump pump control system, two 1-million gallon tanks • Thermalito Power Plant -Install new strain gauge sensor system on spillway gate 75 of 78 July 20, 2021, Item #20Araceli Aguilar Project Administrator Years of Experience 29 years Professional Summary Araceli is a Senior Project Administrator with over 29 years of experience in contract administration and project management assistance work for large planning, design and construction projects overseeing all financial and administrative functions. Responsible for processing bi-weekly "Certified Payroll Reports" and DIR electronic reporting for Construction Management Group. She has excellent Project Management, Office Management, Customer Service and Administrative experience in both public and private sectors providing direct and confidential support to Senior Executives, Project Managers and supporting all levels. Her organization and knowledge of accounting, strong verbal and written communication skills, ability to make decisions, and solve problems provides excellent support for any team of which she is a member. Project Experience CONSULTANT PROGRAM ADMINISTRATIVE ASSISTANT, CITY OF LOS ANGELES PROGRAM, ENVIRONMENTAL ENGINEERING DIVISION, LOS ANGELES, CA I ADMINISTRATIVE I Engineering Design and Construction Management Support Services. Assigned to Client Office at Hyperion Treatment Plant, Playa del Rey, CA. Assistant to MWH Consultant Program Manager/Vice President of a major $28M project. Responsible for providing project management, proposal preparation and coordination, assisted with project budgets and project set-up. Managed and coordinated very busy V.P. calendar, including scheduling all meetings, presentations, and prepared staff meeting minutes. Prepared and typed correspondence. ADMINISTRATIVE ASSISTANT, MWH GLOBAL, INC., PASADENA, CA I ADMINISTRATIVE I Assistant to Division Manager/Vice President, managed and coordinated very busy V.P. calendar, scheduled meetings, presentations, and prepared staff meeting minutes. Coordinated travel arrangements for SVP and department staff. Prepared and submitted conference registrations for employees. Planned, organized, coordinated and made arrangements for client dinner meetings with clients. Prepared and typed correspondence, answered telephones, typed and prepared monthly client invoices, gathered necessary invoice backup, for submittal to clients. Accounts Payable -reviewed incoming vendor invoices, coded for posting and payment, sent to Accounts Payable for payment processing. Purchasing -ordered supplies and material for office, field laboratory and field engineers. Handled petty cash transactions. CONSULTANT PROGRAM ADMINISTRATIVE ASSISTANT, MWH/CH2M HILL LOS ANGELES, LOS ANGELES, CA I ADMINISTRATIVE I Assistant to MWH Consultant Program Manager/Sr. Vice President, and to the Assistant Consultant Program Manager/Vice President of $97M contract. MWH and Subconsultants project staff were assigned to client's offices. Managed and coordinated very busy V.P.s calendars, scheduled all meetings and presentations. Coordinated travel arrangements. Prepared and typed correspondence, filed, answered telephones. Responsible for MWH staff time entry. Worked with MWH Purchasing Department to order equipment/office supplies for project 76 of 78 July 20, 2021, Item #20needs. Assisted MWH Accounting with preparation of specialized monthly client invoice. Routed Subconsultants contracts and change orders for approvals and execution. Worked with Legal Dept. to request insurance certificates. Reviewed Sub and vendor invoices and routed for Management approval, submitted to Accounting for processing. Prepared project task authorizations for Management approval, requested monthly project financial reports for management distribution. ADMINISTRATIVE ASSISTANT, LATIN AMERICA REGIONAL GROUP, PASADENA, CA I ADMINISTRATIVE I Assisted Financial Controller in charge of Latin America project offices with invoice production and required backup. Printed and sent weekly and monthly project financial reports. Also continued to assist City of Los Angeles Program with administrative duties. DIVISION SECRETARY, INFORMATION SERVICES DIVISION, LOS ANGELES, CA I ADMINISTRATIVE I Assistant to Division Manager/Vice President, kept manager's calendar, typed and filed all correspondence, made travel arrangements for all Division personnel to other offices, conferences, answered telephones for division, assisted with Computer Help-Desk to troubleshoot and route calls to technicians. Reviewed, input and routed division employee timesheets for manager approval. DIVISION SECRETARY, FINANCE DEPARTMENT, LOS ANGELES, CA I ADMINISTRATIVE I Assistant to Division Manager/Vice President, kept manager's calendar, set-up meetings, appointments, made travel arrangements, typed correspondence, filed documents, answered telephones, opened, date-stamped and distributed mail, collected division employee timesheets for input and approval. Assisted Accounts Payable Group -coded invoices, prepared checks for mailing. Accounts Receivable Group -copied received checks and attached to invoice copies, prepared and delivered daily bank deposit. Billing Group -typed client folder labels and activity logs, typed monthly client invoices. SELECT STAFFING EMPLOYMENT AGENCY, SELECT STAFFING EMPLOYMENT AGENCY, COVINA, CA I ADMINISTRATIVE I Attended the public counter, assisted City employees with employee benefits, assisted residents based on their needs, answered telephones and routed calls. Created personnel files, sorted, copied, scanned and filed documents. Received job applicants and verified identification. SENIOR DATA CONTROL ANALYST, IEM (INTEGRATED ENGINEERING MANAGEMENT), LOS ANGELES, CA I ADMINISTRATIVE I Assigned to Los Angeles Unified School District-Construction Management Services -Project Controls Group. Monitored Project Budgets and funding, reviewed monthly Contractor invoices routed to Owner Authorized Representatives (OAR) for approval, processed and tracked Invoice payment status. Verified and resolved weekly invoicing and payment issues to present results to Program Director. SENIOR PROJECT/CONTRACT ADMINISTRATOR, MWH GLOBAL, INC., ARCADIA, CA I ADMINISTRATIVE I Responsible for providing assistance to Southwest Group Business Unit Leader/Vice President (V.P.), Project Managers/V.P.s and Project Engineers with project management, proposal preparation and coordination, assisted with project budgets and project setup, financial, contracting support and quality control on various project-related tasks of varying scope, size and complexity. I was the front-line liaison between the Project Manager and the accounting group as well as our Contractors, Subcontractors and Vendors. 77 of 78 July 20, 2021, Item #20Nikki Goodridge Administration Assistance Education AS, Real Estate, Irvine Valley College, 2016 Profe onal Summary Years of Experience 3 years Nikki Goodridge is an exceptionally organized Administrative Assistant who brings 3 years of experience in Administrative Assistance. Prior to working at Kennedy Jenks (KJ), Nikki assisted one of the top real estate agents in San Diego County. This position allowed her to oversee transactions throughout the escrow process while utilizing her skills in contract creation, time management, and coordination. While at KJ, Nikki has been able to grow her skills in setting up Projects, planning meeting schedules and producing minutes as well as producing monthly earned value reports. Nikki has worked with the Construction Management group to assist on programs such as Procore to assist in producing RFls, Submittals, Transmittals, and overseeing document production, review, and control. Nikki is well-versed in formatting and finalizing engineering reports, technical memos, and specifications. Nikki is highly proficient in MS Word, Outlook, Procore, and PowerPoint. Relevant Experience PROJECT ADMINISTRATOR, KENNEDY JENKS CONSULTANTS (2O14-CURRENT) • Project setup (project memos, quality plans setup in BST), invoicing, manage and adjust budgets. • Format, produce and finalize engineering reports, technical memos, and specifications; assist project managers with contracts, insurance, and financial documents. • Procore Assistance. Worked with Construction Management group to set up projects, produce RFls, Submittals, Transmittals, and oversee document management. Participate in weekly construction meetings and produce minutes. • Produce monthly earned value reports. 78 of 78