Loading...
Item 6 - Approval of Agmt with Infrastructure Eng. Corp for Engineering Design Services for the Clearwell Replacement Project; RFP 21-032August 17, 2021, Item #6(_, )-· "-';< ·_ -. ...:..."'-DATE: TO: FROM: CONTACT: SUBJECT: Summary: AGENDA REPORT CityofPoway August 17, 2021 Honorable Mayor and Members of the City :~~ii Eric Heidemann, Director of Public Works o/" sS Shadi Sarni, Principal Civil Engineer, Public Works (858) 668-4717 or ssami@poway.org CITY COUNCIL Approval of Consultant Agreement between the City of Poway and Infrastructure Engineering Corporation for Engineering Design Services for the Clearwell Replacement Project, RFP No. 21-032 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 (WTP), 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 Clearwell Bypass Project's construction contract was awarded to G.S.E. Construction Company, Inc. at the July 20, 2021, Council Meeting. Construction of that project will begin late September/early October 2021. The Clearwell Bypass Project enables the replacement of the Clearwell by bypassing it and allowing it to be taken offline without interruption to water service. The Clearwell Replacement Project is the second project in this series of projects that make up the Program. The Clearwell Replacement Project consists of replacing the existing Clearwell with two prestressed concrete circular tanks. The dual tanks provide redundancy and operational flexibility, allowing one tank to be taken offline for future maintenance and repairs while the other provides continuous, un-interrupted service. The prestressed concrete tanks also provide superior quality and a longer life span. The Clearwell Replacement Project has been planned and a Preliminary Design Report (PDR) for this project has been completed. The PDR analyzed various alternatives and defined the design parameters for the two circular tanks. The project is now ready to enter the design phase. 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;June 1, 2021, and July 20, 2021. 1 of 33 August 17, 2021, Item #6Recommended Action: It is recommended that the City Council approve the Consultant Agreement with Infrastructure Engineering Corporation (IEC) for Engineering Design Services for the Clearwell Replacement Project, per the outlined terms of the Consultant Agreement and authorize the City Manager to execute the necessary document. Discussion: The Clearwell is a ten (10) 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 is in need of replacement. On June 2, 2021, a Request for Proposals (RFP) was issued for the design of the Clearwell Replacement Project. Proposals were received on July 7, 2021, from four professional engineering firms. The firms consisted of IEC, Lee+ Ro Inc., Dudek and Richard Brady & Associates, Inc. The table below shows the fee proposals associated with each proposal. Engineering Firm IEC Lee+ Ro Inc. Dudek Fee Proposal Amount Ri~_hard -~ra_9.y__~~ssociates, __ l_~c_. ____ _ $1,261,634 $792,580 $757,663 $897,555 A thorough review of the proposals by the selection panel determined that IEC best meets the selection criteria and is the most qualified firm to provide the engineering design services for the Clearwell Replacement Project. IEC's scope of services was the most complete, detailed, accurate and best met the requirements of the State Water Resources Control Board, Division of Drinking Water. The completeness of the scope and the inclusion of required items that were not included in the other proposals, led to the cost of IEC's fee proposal being the highest. Staff was successful in negotiating with IEC to include additional items in the scope, such as additional geotechnical borings and groundwater monitoring, sampling and testing while keeping the base fee unchanged. The total fee includes optional items that may not be needed. That determination will be made during the design phase. The design will be implemented according to the scope of services and fee schedule in the Consultant Agreement (Attachment A), for a not to exceed fee of $1,261,634. This amount is less than four percent of the total project 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 Fund Program Clearwell Replacement Project (Project WTR0027) for this request. However, this project is part of the Water Infrastructure Improvement Program Phase 1 funding matrix and staff has not yet presented a funding structure to 2 of33 August 17, 2021, Item #6Council for their consideration. Additionally, the rate setting process for rates effective beginning January 1, 2022, needs to occur prior to the calendar year end. Staff anticipates presenting a funding structure and proposed rates early this fall as both components are intertwined. Should a viable funding structure or the rate setting process encounter challenges, staff would return to Council to discuss options deferring other water projects to pay for Phase 1 costs. Public Notification: None. Attachments: A. Consultant Agreement with IEC Reviewed/ Approved By: Wendy Kaserman Assistant City Manager 3 of33 Reviewed By: Alan Fenstermacher City Attorney Approved By: c~ City Manager August 17, 2021, Item #6City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this 18th day of August, 2021, by and between the CITY OF POWAY (hereinafter referred to as "City") and Infrastructure Engineering Corporation (hereinafter referred to as "Consultant"). RECITALS WHEREAS, City desires to obtain the services of a private consultant to perform professional engineering design services for the Clearwell Replacement Project (Project); WHEREAS, Consultant is a civil 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 and Standard of Care. Consultant shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. The standard of care for all professional services performed or furnished by Consultant under this Agreement will be the care and skill ordinarily used by members of the subject profession practicing under similar circumstances at the same time and in the same locality. Consultant makes no warranties, expressed or implied, under this Agreement or otherwise, in connection with any services performed or furnished by Consultant. 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. 4of33 ATTACHMENT A August 17, 2021, Item #64. 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 affected by delivery of written notice of termination to Consultant. Such termination shall be effective upon delivery of said notice. 5. 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. 5 of33 August 17, 2021, Item #68. 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. City acknowledges that such Documents are not intended or represented to be suitable for use unless completed by Consultant, or for reuse by City or others for any other use or purpose, without written verification or adaptation by Consultant. Any such use or reuse, or any modification of the Documents, without written verification, completion, or adaptation by Consultant, as appropriate for the specific purpose intended, will be at City's sole risk and without liability or legal exposure to Consultant or to its officers, directors, agents, employees, and consultants. 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. "Consultant" means an individual who, pursuant to a contract with a state or local agency: 6 of33 (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. August 17, 2021, Item #6DISCLOSURE DETERMINATION: [8:] 1. Consultant 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 will be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. As a result, Consultant/Consultant shall be required to file a Statement of Economic Interest with the City Clerk of the City of Poway in a timely manner as required by law. Eric Heidemann, Director of Public Works 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) years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Consultant. At all times during the term of this Agreement, Consultant shall be an independent Consultant 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. 7 of33 August 17, 2021, Item #614. 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 to the fullest extent permitted by law 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 to the fullest extent permitted by law 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 and attributable to Consultant's negligence. (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. 8 of33 August 17, 2021, Item #6(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. Consultant's personnel shall at all times comply with City's drug and alcohol policies then in effect. 9 of 33 August 17, 2021, Item #619. 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. 10 of 33 August 17, 2021, Item #624. Certification and Indemnification Regarding Public Employees' Retirement Law/Pension Reform Act of 2013. Consultant hereby certifies that all persons providing services to City by Consultant are not current members of the California Public Employees' Retirement System (CalPERS) and shall not become members of CalPERS while providing services to City. Consultant further provides that in the event Consultant 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, Consultant 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 Consultant 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) 11 of 33 August 17, 2021, Item #6IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement 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: Alan Fenstermacher, City Attorney 12 of 33 INFRASTRUCTURE ENGINEERING CORPORATION By: ___________ _ Robert Weber, President Date: ------------ August 17, 2021, Item #6SPECIAL PROVISIONS EXHIBIT "A" A. Scope of Services. Consultant agrees to perform consulting services as required by City, which shall consist of the professional engineering design 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. B. Compensation and Reimbursement. City shall pay Consultant a fee in accordance with the Fee Proposal, which is included in this document as Attachment 2. Total fee is not to exceed $1,261,634. 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 August 18, 2021, and ending February 28, 2023, 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 periods upon approval in writing of the City Manager and 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. D. Consultant's Insurance. 1. Coverages: Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: 13 of 33 August 17, 2021, Item #6(a) Comprehensive General Liability, including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: $1,000,000 per person per occurrence, $2,000,000 aggregate per occurrence and $1,000,000 property damage per occurrence. (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 $1,000,000 combined single limits, per claim and annual aggregate. (d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required below 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. 14 of 33 August 17, 2021, Item #6E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: To City: To Consultant: 15 of 33 City of Poway P.O. Box 789 Poway, CA 92074 Infrastructure Engineering Corporation 14271 Danielson Street Poway, CA 92064 August 17, 2021, Item #6DETAILED SCOPE OF SERVICES TASK 1 -PROJECT MANAGEMENT & MEETINGS 1 .1 KICK-OFF/PRE-DESIGN MEETING The project kick-off meeting will be scheduled immediately after receipt of a notice-to-proceed and will be attended by our project manager and key team leaders including Peterson Structural Engineers and Ninyo & Moore. The kick-off meeting will be held to establish appropriate contacts, review IEC's plan and schedule for implementing the work, and discuss the key design parameters. 1.2 PROJECT MEETINGS IEC will schedule and facilitate monthly meetings/workshops with the City throughout the project. These meetings/workshops will include IEC's project manager, design manager, and key team members. Specific meetings will consist of the following: Project Refinement Workshop 50% Design Review Operations Workshop Constructability Workshop 90% Design Review 100% Design Review For scope purposes, it is assumed that a total of 15 meetings will be conducted which will be held at the City's office. Where practical, the regular monthly meeting will be combined with the design review meeting or workshops. 1.3 PROJECT UPDATES IEC will conduct weekly virtual project update meetings with the City. The updates will discuss project status, coordination efforts, action items, schedule, budget, and other items of concern. These update meetings will typically be attended by the project manager. Other team members may attend depending on specific topics to be discussed. For scope purposes, it is assumed that 52 update meetings will be conducted. 1.4 PROGRESS REPORTS IEC will prepare monthly Summary Progress Reports which will be submitted with each monthly invoice. The report will include a status report by task and subtask breakdown, a brief description of work performed, cost status (original budget, current invoice, cost to date, remaining budget, percent budget, and percent of project completed to date), schedule update, potential issues, and pending action items. 1.5 PUBLIC MEETING IEC will attend one (1) Town Hall public information meeting to assist the City with responding to potential questions. IEC will provide technical information to support the meeting consisting of a graphical visualization of the proposed project. It is assumed the formal presentation will be prepared by City staff. 1.6 QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) IEC will administer an effective quality assurance and quality control program (QA/QC) throughout the course of the project in accordance with our established policy. IEC will develop a Quality Assurance Plan which will outline how QA/QC reviews will take place during the course of the work. The Plan will also outline specific technical protocols, methods, and checklists for our staff to use in preparing work products. The QA/QC Plan will be submitted to the City within 30 days following a Notice-to-Proceed. All deliverables will be reviewed by an appropriate reviewer independent of the project design team prior to each design submittal. 1.7 MANAGEMENT This task addresses the management responsibilities associated with project setup, proper scheduling, budget control, invoice preparation and coordination with the City and the IEC project team. TASK 1 DELIVERABLES Meeting Agendas & PowerPoint presentations (submitted 3 days prior meeting) 16 of 33 August 17, 2021, Item #6Meeting minutes (submitted 5 days following meeting) Monthly invoices with progress reports QA/QC Plan TASK 2 -DATA COLLECTION AND REVIEW 2. 1 DAT A COLLECTION & REVIEW IEC will gather and review the existing Preliminary Design Report (PDR), record drawings, maps, reports and other documents for the Clearwell, Water Treatment Plant, Operations Yard, and ballfield areas. 2.2 SITE RECONNAISSANCE Perform a site reconnaissance of the project site with City staff to identify potential constraints and obtain input regarding City perspectives and preferences. 2.3 PROJECT REFINEMENT Following our review of the existing documents and results of the kick-off/pre-design meeting, IEC will evaluate the project elements to develop the design criterion. The results will be documented in a Supplemental Preliminary Design Report (PDR) that will include the following: Prestressed Concrete Tank Alternatives with emphasis on circular tank sizing and layout to maximize storage volume Tank Storage Volume Evaluation Site Grading Tank Backfilling General Tank Design Criteria Inlet/Outlet Piping and Valves including hydraulic calculation of flow from WTP through clearwells Underdrain and Perimeter Drain Overflow piping Tank Roof Evaluation of flat concrete and concrete dome options. Review aesthetic, cost, volume, and constructability issues Structural Tank Design Criteria On-Site Storm Drain Piping and review of existing CCTV of 48-inch storm drain under the Clearwell and Clearwelll berm and future CCTV of 36-inch storm drain under the Clearwell and under the Clearwell berm (by City or by IEC is optional task below is executed) Water Quality Site Restoration Ballfield restoration Electrical, Instrumentation and SCADA modifications Demolition, salvage and removal of Temporary Bypass System Regulatory compliance and permitting Construction access, staging and material stockpile areas Site security The PDR will include 11x17 concept-level figures where appropriate to describe the elements listed above. TASK 2 DELIVERABLES Draft Supplemental PDR (PDF) Final Supplemental PDR (PDF) 17 of 33 August 17, 2021, Item #6TASK 3 -FIELD INVESTIGATIONS 3.1 DESIGN SURVEY O'Day Consultants, as a subconsultant to IEC, will provide surveying and mapping services consisting of the following: Perform supplemental field surveys to pick up additional features around the Clearwell and ballfield and survey the pothole locations. Mapping and easement plotting which includes obtaining title reports for APN 278-431-36 and APN 278-431-37. The horizontal and vertical controls will utilize the same controls used for the Clearwell Bypass Project. 3.2 GEOTECHNICAL INVESTIGATION Ninyo & Moore, as a subconsultant to IEC, will perform a geotechnical investigation which will be performed in two phases and consisting of the following: Phase I (Existing Clearwell in Place) Review existing geotechnical reports and other provided documents including readily available background information including topographic maps, geologic maps, fault maps, seismic hazard maps, flood hazard maps, and stereoscopic aerial photographs, and as-built plans. Perform a geologic reconnaissance of the site and mark-out of the proposed boring locations. Underground Service Alert (USA) will be contacted for utility clearance, and a third-party utility locator will be used to clear the boring locations of utilities. Obtain a boring permit from the San Diego County Department of Environmental Health (DEH). Perform a subsurface exploration consisting of drilling, logging, and sampling four (4) exploratory borings using a limited access drill rig equipped with hollow-stem augers. These borings will be located adjacent to and just outside the existing Clearwell and will be advanced to depths up to approximately 40 feet below grade (or auger refusal). Borings will be backfilled with DEH approved materials. Excess soil cuttings generated from the borings will be spread onsite at locations approved by the City. Perform geotechnical laboratory testing on representative soil samples obtained from the exploratory borings. Perform two (2) Seismic Refraction Survey lines at the site to evaluate the approximate depth to bedrock and general rippability (excavatability) along the Clearwell perimeter. The seismic refraction survey lines are intended to be performed along the long sides of the Clearwell exterior. Perform a surface geophysical survey including one (1) Refraction Microtremor (ReMi) survey (which consists of two perpendicular lines) to evaluate the change in subsurface shear-wave velocity with respect to depth for the purpose of developing a Site Class for seismic design. The ReMi survey lines are intended to be performed along a long side of the Clearwell perimeter. Permit, install, and develop two groundwater monitoring wells in accordance with California Waterworks Standards. Perform analytical testing of one groundwater sample which is anticipated to include VOCs by EPA Method 8260, SVOCs by EPA Method 8270, TPH by EPA Method 8015, and Title 22 Metals by EPA Method 6010B and 7471A. Collect groundwater elevation data on a monthly basis for twelve months and report data to City. Two additional level checks will be performed at times determined in consultation with the City. Prepare a geotechnical evaluation report providing the findings, conclusions and recommendations regarding the geotechnical aspects of the site as they pertain to the proposed site improvements. Phase II (Existing Clearwell Drained and Out of Service) Perform a geologic reconnaissance of the site and mark-out of the proposed boring locations. USA will be contacted for utility clearance, and a third-party utility locator will be used to clear the boring locations of utilities. Obtain a boring permit from the San Diego County Department of Environmental Health (DEH). Core the asphalt plank and membrane surfaces of the Clearwell to provide access for the borings. Test a core sample of the asphalt plank for total petroleum hydrocarbons. Obtain a grab sample of soil below the asphalt planks and test for VOCs. Perform a subsurface exploration consisting of drilling, logging, and sampling six (6) exploratory borings using a limited access drill rig equipped with hollow-stem augers, which will be lowered into the Clearwell basin using a crane. IEC will submit a proposed boring plan to the City which is envisioned to include two borings in the planned north basin area and four in the planned south basin area (to further explore the former "canyonll area). The borings will be advanced to depths of approximately 20 feet below grade (approximately Elevation 829 or auger refusal, whichever occurs first). Borings will be 18 of 33 August 17, 2021, Item #6backfilled with DEH approved materials and excess soil cuttings generated from our borings will be spread onsite, outside of the Clearwell, at locations approved by the City. Perform geotechnical laboratory testing on representative soil samples obtained from the additional exploratory borings. Create a temporary groundwater monitoring well within one of the drilled borings inside the Clearwell for sampling of groundwater for analytical testing for the purpose of future discharging of dewatering from the construction (assuming that groundwater is encountered in the boring). Analytical testing of groundwater samples is anticipated to include VOCs by EPA Method 8260, SVOCs by EPA Method 8270, TPH by EPA Method 8015, and Title 22 Metals by EPA Method 6010B and 7471A. The well will be backfilled following groundwater sampling. Update the geotechnical evaluation report to incorporate the findings from Phase II. The updated report will provide findings, conclusions and recommendations regarding the geotechnical aspects of the site as they pertain to the proposed site improvements. The report will be signed by a California certified engineering geologist and registered geotechnical engineer. 3.3 POTHOLING AirX Utility Surveyors, as a subconsultant to IEC, will provide potholing services and perform up to twelve (12) utility potholes. A pothole report will be prepared documenting the potholed utility depth from ground surface to the top and bottom (where possible) of the utility, material and diameter. The pothole location will be marked in the field and will be surveyed by O'Day Consultants to determine the coordinates of the pothole location. Aquaphalt will be used for pavement restoration. 3.4 HYDRO LOGIC ANALYSIS CValdo, as a subconsultant to IEC, will perform a hydrologic analysis of the watershed for the purpose of evaluating the on-site 48" diameter storm drain that will receive the stormwater and tank overflow. CValdo will perform the following: Hydrologic Analysis -Delineate the tributary watershed to the downstream end of the existing 42" storm drain (that is downstream of the 48" pipe). The hydrologic calculations will be prepared according to the San Diego County Hydrology Manual dated June 2003. The calculations will be prepared utilizing the Advanced Engineering Software (AES) Rational Method module. Hydraulic Analysis -Prepare hydraulic grade line calculations for the storm drain facilities. The analysis will evaluate the sizing required for the proposed storm drain system modifications and where facilities have been realigned. Technical Memorandum -Prepare a technical memorandum summarizing the results of the analyses. 3.5 COMPUTATIONAL FLUID DYNAMICS MODELING (OPTIONAL) Water Quality Solutions (WQS), as a subconsultant to IEC, will perform computational fluid dynamics (CFO) modeling of the proposed reservoirs. It is proposed that the AN SYS Fluent model be used to provide the necessary level of accuracy and detail. Aside from modeling the flow, the movement of a conservative tracer will also be evaluated to identify possible dead zones and short-circuiting. Short circuiting can be mitigated by various methods, including relocating the inlet or outlet, as well as increasing the inflow velocities or the use of mechanical mixing. WQS will perform the following: CFD Modeling -In conjunction with the City, identify up to three configurations for evaluation. These may include modifying the inlet and outlet, or increasing the mixing using the various means. Model injection of conservative tracers to determine water age distribution and identify any short-circuiting or dead zones in the clearwell flow. Reporting -Prepare technical memorandum summarizing the results of the modeling and analysis. TASK 3 DELIVERABLES Phase I and Phase II Geotechnical Reports (PDF) Potholing Report (PDF) Hydrology/Hydraulics Technical Memorandum (PDF) CFO Modeling Technical Memorandum (PDF) 19 of 33 August 17, 2021, Item #6TASK 4 -PERMITTING AND REGULATORY COMPLIANCE 4.1 PERMITTING SUPPORT IEC will coordinate with the City and other agencies as applicable to identify the permits that are required and prepare the permit applications. Anticipated permits that may be required include the following: City of Poway -Haul Route Permit and Grading Permit IEC will meet once with the City's Development Services Department to discuss the project and prepare the Grading Permit application. It is assumed the Contractor will prepare the Haul Route Permit application as will be required per the specifications. DOW -Amended Water Supply Permit It is anticipated that DOW will participate in the design review process. IEC will coordinate and consult with DOW in concert with City staff in support of the City's application for a Water Supply Permit modification. IEC will participate in up to three (3) meetings with the City and DOW, prepare responses to all design submittal comments (50%, 90%, 100%), incorporate DOW requirements into the Contract Documents, assist the City with completion of application materials, and prepare a draft Operations Plan for City review. The draft Permit will be submitted with the 100% design submittal. Following receipt of City comments, IEC will prepare and submit to the City a draft final Water Supply Permit that will be finalized and submitted to DOW by the City. State Water Resources Control Board (SWRCB) CValdo will prepare a Storm Water Quality Management Plan (SWQMP) in accordance with the City's Best Management Practices Design Manual for permanent storm water treatment utilizing the City's SWQMP template. CValdo will meet with the City to determine if the project is a Priority Development Project and incorporate the necessary design requirements. A draft SWQMP will be submitted as part of the 90 % design submittal. Following receipt of City comments, a final SWQMP will be submitted. IEC will include in the specifications a requirement for the Contractor to obtain stormwater and groundwater dewatering discharge permitting under a statewide General NPDES for Construction Stormwater Activities issued by the SWRCB. IEC will provide necessary documentation in the plans and specifications for the Contractor to prepare a storm water pollution prevention plan and to obtain coverage under the California Storm Water Multiple Application and Report Tracking System (SMARTS). DOW -Pipe Separation Waiver If required, IEC will prepare a pipeline separation waiver request and make submittal to City and DOW. If necessary to address any DOW comments, IEC will prepare and submit a final waiver request. It is assumed all fees associated with the permits will be paid for by the City. TASK 4 DELIVERABLES Grading Permit Application (PDF) Draft and Draft Final Operations Plan (PDF and Word) Draft and Final Storm Water Quality Management Plan (PDF) TASK 5 -DESIGN IEC will prepare contract documents consisting of plans and specifications for the construction of two 4.0 million gallon partially buried prestressed concrete tanks and appurtenant facilities, various pipeline improvements and valve replacement, demolition of the existing clearwell facility, removal of the temporary bypass system, and site and ballfield restoration. 5. 1 DESIGN PLANS IEC will prepare engineering plans suitable for construction. The plans will be prepared in accordance with City and AWWA Standards, applicable codes, and DOW requirements. The plans will show existing property lines for the City property, public rights-of-way, easements on the City property, utilities, and construction access, work areas and staging areas. The plans will be prepared in AutoCAD and include civil, demolition, mechanical, structural, electrical, instrumentation, cathodic protection, and landscape architectural drawings. For scope purposes, it is assumed that 94 drawings will be prepared in accordance with the preliminary list of drawings as provided at the end of this section. 20 of 33 August 17, 2021, Item #6IEC will prepare 50%, 90% 100% and Final Design Plans. Design workshops will be conducted in accordance with Task 1.2. IEC will coordinate with the City to utilize Bluebeam to provide review comments for the design plans. The City's comments will be incorporated into the subsequent submittal or a written explanation of why the comments cannot be incorporated will be provided. 5.2 SPECIFICATIONS IEC will prepare specifications that encompass a Bid Schedule, Special Provisions, and custom Technical Specifications. All Special Provisions and Technical Specifications will be in CSI format. The Technical Specifications will include Construction Sequence and Coordination requirements that must be followed by the contractor. IEC will receive and review the City's latest Front-End Contract Documents and provide comments to assist the City in coordinating these Documents with the Technical Specifications. IEC will assess and provide recommendations on how to deal with specialty prestressing subcontractor in the specifications with respect to qualification criteria or the potential to obtain a quote from them prior to bidding and include as fixed line item in bid schedule. 5.3 CONSTRUCTION IMPLEMENTATION SCHEDULE IEC will prepare a construction implementation schedule identifying estimated construction tasks and duration and recommend any required phasing of construction for the completion of the project. The construction schedule will be provided with each design submittal. 5.4 ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST (OPCC) CPM Construction, as a subconsultant to IEC, will prepare a detailed estimate for the cost of construction which will include a cost breakdown of the major components of the design. The cost estimate will be provided with each design submittal. Each estimate will include a contingency commensurate with the level of detail reflected in the corresponding design submittal. TASK 5 DELIVERABLES Design submittals will include the following: 50% Design -Digital submittal through Bluebeam and four (4) hard-copy sets of full-size plans (24" x 36"), draft specifications, construction schedule and OPCC. The plans will show the proposed pipeline improvements, proposed tank facilities, reservoir construction grading plan, reservoir final grading plan, and potholing required to complete the design. 90% Design -Digital submittal through Bluebeam and four (4) hard-copy sets of full-size plans, draft specifications, construction schedule and OPCC. Plans will be essentially complete. 100% Design -Digital submittal through Bluebeam and four (4) hard-copy sets of full-size plans, final draft specifications, construction schedule and OPCC. Plans will be complete and ready for bidding purposes. Final Design -Original plans (mylars) and final specifications ready for City signatures; one electronic copy of plans and specifications (PDF); one hard-copy set and electronic (PDF) set of pertinent calculations and correspondence, and reports for the City files; and drawing files in native format (AutoCAD). TASK 6 -BID PHASE SUPPORT 6.1 BID PHASE SERVICES IEC will assist the City with bid phase support services which consists of the following: Assist the City in conducting the pre-bid meeting and responding to questions from potential bidders Assist the City in preparing written responses to requests for information or clarification Prepare addenda to the contract documents to clarify and revise project requirements Assist the City in bid review and evaluation Prepare conformed drawings and specifications based on the addenda issued ASSUMPTIONS The structural design is based on two identical circular prestressed concrete tanks and that a pile supported foundation will not be required. The City will coordinate with DOW regarding acceptance/approval of the final total and operating tank volume. CEQA compliance will be performed by the City. The City will be responsible for draining the Clearwell so as to allow access for the Phase II geotechnical investigation. 21 of 33 August 17, 2021, Item #6Except for the three valves being replaced in the existing Operations Yard vault, all waterline valves will be direct buried. DRAWING LIST SHEET NO. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 22 of 33 DRAWING NO. G-1 G-2 G-3 G-4 G-5 C-1 C-2 C-3 C-4 C-5 C-6 C-7 C-8 C-9 C-10 C-11 C-12 C-13 C-14 C-15 C-16 C-17 C-18 C-19 C-20 C-21 C-22 DESCRIPTION General/Civil/Mechanical Title Sheet General Notes, Symbols and Abbreviations Key Map and Staging Areas Flow Diagram Hydraulic Profile Site Plan -Access Site Plan Horizontal Control Plan Clearwell Demolition Plan I Clearwell Demolition Plan II Temporary Bypass Demolition Plan I Temporary Bypass Demolition Plan 11 Temporary Bypass Demolition Plan Ill Demolition Details Over Excavation Grading Plan Site Grading and Paving Plan I Site Grading and Paving Plan 11 Paving Details Retaining Wall Profile I Retaining Wall Profile II Retaining Wall Details Tank Cross Sections Tank Appurtenances Tank Inlet, Drain and Overflow Piping (Plan & Profile) 24" SDCWA Inlet Pipe Tank Leak Detection System Details 48" Storm Drain Realignment (Plan & Profile) August 17, 2021, Item #6SHEET DRAWING DESCRIPTION NO. NO. 28 C-23 Tank Storm Drain Piping I (Plan & Profile) 29 C-24 Tank Storm Drain Piping II (Plan & Profile) 30 C-25 Tank Outlet Piping I (Plan & Profile) 31 C-26 Tank Outlet Piping II (Plan & Profile) 32 C-27 30" Interconnection Pipe (Plan and Profile) 33 C-28 Site Improvements at Bypass Pump Station 34 C-29 Conceptual BMP & Erosion Control Plan 35 C-30 Retention Basins I 36 C-31 Retention Basins II 37 C-32 Civil Detals I 38 C-33 Civil Details 11 39 C-34 Civil Details Ill 40 M-1 Inlet Piping Plan & Sections 41 M-2 Outlet Piping Plan & Sections 42 M-3 Overflow & Drain Sections 43 M-4 Valve Replacement in Vault 44 M-5 Valve Replacement Details 45 M-6 Chemical Injection Vault 46 M-7 Chemical Modifications 47 M-8 Chemical Piping 48 M-9 Miscellaneous Details I 49 M-10 Miscellaneous Details 11 50 M-11 Miscellaneous Details 111 Structural 51 S-1 General Tank Structural Notes 52 S-2 Quality Assurance Plan 53 S-3 Tank Foundation Plan 54 S-4 Tank Roof Plan 55 S-5 Tank Section View (North Tank) 56 S-6 Tank Section View (South Tank) 23 of 33 August 17, 2021, Item #6I SHEET DRAWING DESCRIPTION NO. NO. 57 S-7 Wall and Wall Footing Section (North Tank) 58 S-8 Wall and Wall Footing Section (South Tank) 59 S-9 Prestressed Wall Elevation (North Tank) 60 S-10 Prestressed Wall Elevation (South Tank) 61 S-11 Miscellaneous Details & Prestressing Notes (North Tank) 62 S-12 Miscellaneous Details & Prestressing Notes (South Tank) 63 S-13 Roof Slab Reinforcing Details (North Tank) 64 S-14 Roof Slab Reinforcing Details (South Tank) 65 S-15 Foundation and Pipe Penetration Details (North Tank) 66 S-16 Foundation and Pipe Penetration Details (South Tank) 67 S-17 Interior Ladder & Roof Hatch Details 68 S-18 Exterior Stair Plan and Details (North Tank) 69 S-19 Exterior Stair Plan and Details (South Tank) 70 S-20 Exterior Stair Elevation & Guardrail Details (North Tank) 71 S-21 Exterior Stair Elevation & Guardrail Details (South Tank) Electrical & Instrumentation 72 E-1 Symbols, Abbreviations 73 E-2 Site Electrical Demolition I 74 E-3 Site Electrical Demolition II 75 E-4 Electrical Site Plan 76 E-5 Electrical Site Plan 77 E-6 Electrical Site Plan 78 E-8 Enlarged Electrical Plans 79 E-9 Electrical Details 80 E-10 Electrical Details 81 E-11 Single Line Diagram 82 E-12 Control Diagram 83 E-13 Panel Schedules 84 E-14 Luminaire Schedule & Photometric Cales 85 E-15 T-24 Sheet 24 of 33 August 17, 2021, Item #6SHEET NO. DRAWING NO. 86 E-16 DESCRIPTION T-24 Sheet Cathodic Protection 87 CP-1 Cathodic Protection Details 88 CP-2 Cathodic Protection Details Landscape 89 L-1 Grading & Drainage Plan 90 L-2 Erosion Control Plan 91 L-3 Horizontal Control Plan 92 L-4 Materials Plan 93 L-5 Irrigation Plan 94 L-6 Planting Plan TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01000 Summary of Work 01039 Coordination Meetings 01043 Coordination with Owner's Operations 01047 Connections to Existing Facilities 01060 Regulatory Requirements 01090 Reference Standards 01115 Construction Sequence 01150 Measurement and Payment 01170 Special Technical Provisions 01200 Measurement and Payment 01300 Submittals 01320 Progress Schedules 01370 Schedule of Values 01400 Quality Control 01420 References and Definitions 01500 Construction Facilities and Temporary Controls 01545 Protection of the Work and Property 01570 Traffic Regulations 01600 Shop Drawings, Product Data, and Samples 01650 Facility Start-up 01710 Clean-up 01730 Operation and Maintenance Data 01750 Spare Parts and Maintenance Materials 01765 Contract Close-Out 01780 Project Record Documents 01795 Warranties 25 of 33 August 17, 2021, Item #6DIVISION 2 -SITE CONSTRUCTION 02050 Demolition and Removals 02080 Hazardous Materials Procedures 02100 Clearing, Grubbing and Stripping 02133 Stormwater Pollution Prevention 02140 Dewatering 02160 Excavation Support Systems 02200 Earthwork 02202 Trenching and Backfill 02250 Segmental Concrete Retaining Wall 02270 Erosion Control 0227 4 Geotextiles 02500 Asphalt Paving and Surfacing 02617 Reinforced Concrete Pipe 02630 Storm Drainage Manholes, Frames, and Covers 02660 Water Systems 02666 Water Pipeline Testing and Disinfection 02667 Testing and Disinfection of Hydraulic Structures 02720 Storm Drainage 02777 PVC Geomembrane Liner 02810 Landscape Irrigation System 02830 Retaining Walls 02831 Chain Link Fence and Gates 02911 Landscape Soil Preparation 02934 Planting 02935 Landscape Maintenance 02995 Relining Underground Piping DIVISION 3 -CONCRETE 03100 Concrete Formwork 03151 Expansion & Construction Joints 03152 Tank Wall Base and Top Joint 03153 Earthquake Cables 03200 Reinforcement Steel 03210 Reservoir Reinforcing Steel 03300 Cast In Place Concrete 03301 Cold Weather Concreting Procedures 03302 Hot Weather Concreting Procedures 03310 Structural Concrete 03320 Controlled Low Strength Material (CLSM) 03315 Grout 03462 Precast Concrete Vaults 03600 Specialty Grouting 03640 Crack Repair Epoxy Injection Grouting 03641 Epoxy Adhesive Injection of Concrete Members (PS Tanks) DIVISION 5 -METALS 05500 Metal Fabrications DIVISION 9 -FINISHES 09900 Painting and Coating 09961 Fusion Bonded Epoxy Lining and Coating DIVISION l O -SPECIALTIES 10400 Signage 26 of 33 August 17, 2021, Item #6DIVISION 11 -EQUIPMENT 11410 Diaphragm-Type Metering Pumps DIVISION 13 -SPECIAL CONSTRUCTION 13160 Prestressing Concrete Water Utility Storage Reservoir 13161 Prestressed Concrete Water Utility Storage Reservoir Accessories 13300 Instrumentation and Control 13330 Field Instrumentation 13340 Control Panel 13350 Programmable Control Systems & Communications DIVISION 15-MECHANICAL 15000 Piping Components 15010 Wet Taps and Temporary Piping Systems 15020 Pipe Supports 15050 General Piping Requirements 15057 Copper Pipe and Tube 15061 Steel Pipe, Cement Mortar Lined and Coated 15063 Fabricated Steel Pipe Specials 15075 Plastic Piping and Tubing 15100 Valves, General 15101 Butterfly Valves 15102 Gate Valves 15103 Altitude Valves 15132 Pressure Gauges 15144 Pressure Testing of Piping 15160 Storm Drainage Piping 15253 Steel Pipe for Minor Applications DIVISION 16 -ELECTRICAL 16010 Electrical Basic Requirements 16012 Seismic Bracing System 16060 Grounding 16080 Acceptance Testing 16120 Wire and Cable 16130 Raceways and Boxes 16135 Electrical Exterior Underground 16140 Wiring Devices 16195 Electrical Identification DIVISION 17 -INSTRUMENTATION 17000 Instrumentation and Controls 17100 Control Panels 17150 Programmable Logic Controller 17200 Field Instruments 17330 Control Descriptions OPTIONAL TASKS 1. Design of cast in place valve vaults for clearwell inlet/outlet/drain/overflow vaults. These vaults will be fully detailed by the engineering team versus precast vaults supplied by a precast concrete firm during construction. 27 of 33 August 17, 2021, Item #62. CCTV of the existing 36-inch diameter storm drain pipe adjacent to the proposed north clearwell basin that extends from the easterly inlet headwall approximately 400 ft to the Operations Yard area. 28 of 33 August 17, 2021, Item #6~ •: . Principal-in• Senior Technical Design Pennitfingl Sr.Project GADD EngineerV Charge Project Review Manager Mechanical Engineer Engineer/I Designer/I CAD/ Manager Designer Task/ Sootask Task/Subtask Description Czajkowski/ P. Lewis R. Weber Egense/ P. Mulvey J. Costello D. Arota D. Payne Staff Staff Adamson $270.00 $270.00 $240.00 $230.00 $230.00 $195.00 $155.00 $155.00 $140.00 Task 1 1.1 2 4 16 16 1.2 48 4 96 8 24 1.3 32 16 u 16 24 1.5 8 12 1.6 8 200 1.7 4 48 24 Task 2 2.1 Data Collection & Review 4 16 16 8 2.2 8 8 8 2.3 1 14 12 60 20 20 60 28 40 Task 3 3.1 2 8 3.2 2 16 4 3.3 2 4 8 3.4 1 4 16 12 Task4 iance 4.1 12 4 168 Task 5 5.1 32 266 95 136 300 640 796 5,2 16 40 24 40 40 5.3 2 12 20 8 5.4 2 12 Task 6 6.1 OPTIONAL TASK 2.3 CCTV 36-inch Storm Drain 1 4 3,5 CFD Modeling 2 8 5.115.2 Custom Design of Valve Vaults 2 4 8 16 0 5 0 16 0 8 16 0 0 Wotd FEE ESTIMATE City of Poway Clearwell Replacement Project Processor Structural Subtask Subtask Direct Labor• Labor Cost Cost Staff Hours Peterson Structural $100.00 Engineers 8 46 $8,580 $50 12 192 $42,760 $600 48 $12,320 40 $7,680 20 $4,920 $50 208 $50,160 $4,640 24 100 $21,960 44 $8,360 24 $5,240 16 271 $50,070 $5,332 10 $1,580 22 $4,840 14 $2,200 33 $6,730 184 $42,800 2265 $375,330 $1,500 $67,226 16 176 $32,440 $1,500 42 $7,520 14 $3,300 $20,840 $500 $3,983 $709,630 $4,200 $81,181 5 $1,190 10 $2,380 30 $5,500 $22,228 0 45 Geotechnical Survey Po/holing Ninyo&Moore O'Day AirXUtility Consuttants Surveyors $2,500 $9,919 $121,100 $15,105 $123,600 $9,919 $15,105 Subconsultants Cost CFO Stonnwater Electrical Landscape Corrosion Estimating CCTV Modeling Subcontract Total incl5%MU Cost Water Cvaldo Rizza Verde RFYeager CPM Downstream Quality Engineering Designs Engineering Construction Services Solutions $156,577 $0 $8,630 $0 $43,360 $0 $12,320 $0 $7,680 $0 $4,970 $7,497 $57,657 $0 $21,960 $75,101 $0 $8,360 $0 $5,240 $2,400 $3,155 $11,431 $61,501 $202,529 $10,415 $11,995 $127,155 $131,995 $15,860 $18,060 $32,142 $33,749 $40,479 $58,222 $14,688 $15,422 $58,222 $677,025 $28,000 $52,380 $27,065 $183,405 $560,235 $0 $33,940 $0 $7,520 $68,600 $72,030 $75,330 $29,533 $1,600 $1,970 $250 $29,533 $46,830 $32,000 $57,505 $27,315 $68,600 TOTAL NOT-TO-EXCEED FEE: $1,198,988 $62,646 $1,500 $1,575 $2,765 $27,297 $28,662 $31,042 $23,339 $28,839 TOTAL NOT-TO-EXCEED FEE INCLUDING ALL OPTIONAL SERVICES $1,261,634 IEC August 17, 2021, Item #6EXHIBIT "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. 30 of 33 August 17, 2021, Item #6(e) (1) 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. (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: 31 of 33 (1) 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. (8) 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 August 17, 2021, Item #6the 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. (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)(I) 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). 32 of 33 August 17, 2021, Item #6WORKERS' COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Consultant to whom a public works Contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the Contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract." Consultant Signature Title Date Section 3700 of the State Labor Code reads in part as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." **TO BE SUBMITTED WITH EXECUTED CONTRACT** 33 of 33