Loading...
HomeMy WebLinkAbout5/4/2016 - STAFF REPORTS �OtQALM S.. i2 c V N ,S g41FORN` City Council Staff Report Date: May 4, 2016 NEW BUSINESS Subject: APPROVAL OF VARIOUS ACTIONS RELATED TO THE CITY OF PALM SPRINGS WASTEWATER TREATMENT PLANT UPGRADE, CITY PROJECT NO. 15-14 From: David H. Ready, City Manager Initiated by: Office of the City Manager SUMMARY On April 1, 2015, the City Council approved various actions related to the Wastewater Treatment Plant Upgrade, City Project No. 15-14, (the 'Project'); a copy of the April 1, 2015, staff report is included as Attachment 1. Staff is recommending that installation of a new domestic water and emergency fire line system be included in the scope of the Project, and has coordinated the scope and fee for design and construction administration of these new water systems with Veolia, at a cost of $213,531. Approval of Amendment No. 1 to the Professional Services Agreement (A6691) with Veolia Water West Operating Services, Inc., will incorporate this additional scope of work as a design-build component during construction of the Project. The City also previously issued a Request for Statements of Qualifications to solicit qualifications from general contractors interested in submitting bids to the City, received and reviewed qualifications, and is recommending the City Council approve the list of pre-qualified general contractors with whom the City will solicit bids for the Project. RECOMMENDATION: 1) Approve Amendment No. 1 to Agreement No. 6691 with Veolia Water West Operating Services, Inc., in the amount of $213,531 for a revised total contract amount of $2,919,027 for professional engineering and construction management services associated with the construction phase of the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14; and 2) Approve the list of pre-qualified general contractors for the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14, to include: a) Cushman Contracting — Goleta, CA b) C.W. Roen Construction — Danville, CA c) GSE Construction — Livermore, CA ITEM NO. �KP- �OEppLM Sp4 �2 V N 9. 441FO010 City Council Staff Report Date: May 4, 2016 NEW BUSINESS Subject: APPROVAL OF VARIOUS ACTIONS RELATED TO THE CITY OF PALM SPRINGS WASTEWATER TREATMENT PLANT UPGRADE, CITY PROJECT NO. 15-14 From: David H. Ready, City Manager Initiated by: Office of the City Manager SUMMARY On April 1, 2015, the City Council approved various actions related to the Wastewater Treatment Plant Upgrade, City Project No. 15-14, (the "Project'); a copy of the April 1, 2015, staff report is included as Attachment 1. Staff is recommending that installation of a new domestic water and emergency fire line system be included in the scope of the Project, and has coordinated the scope and fee for design and construction administration of these new water systems with Veolia, at a cost of $213,531 . Approval of Amendment No. 1 to the Professional Services Agreement (A6691) with Veolia Water West Operating Services, Inc., will incorporate this additional scope of work as a design-build component during construction of the Project. The City also previously issued a Request for Statements of Qualifications to solicit qualifications from general contractors interested in submitting bids to the City, received and reviewed qualifications, and is recommending the City Council approve the list of pre-qualified general contractors with whom the City will solicit bids for the Project. RECOMMENDATION: 1) Approve Amendment No. 1 to Agreement No. 6691 with Veolia Water West Operating Services, Inc., in the amount of $213,531 for a revised total contract amount of $2,919,027 for professional engineering and construction management services associated with the construction phase of the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14; and 2) Approve the list of pre-qualified general contractors for the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14, to include: a) Cushman Contracting — Goleta, CA b) C.W. Roen Construction — Danville, CA c) GSE Construction — Livermore, CA ITEM NO. lr City Council Staff Report May 4, 2016- Page 2 Wastewater Treatment Plant Upgrade, CP15-14 d) J.F. Shea Construction — Walnut, CA e) J.R. Filanc Construction — Escondido, CA f) Pascal & Ludwig Constructors — Ontario, CA g) PCL Construction — Corona, CA h) Shimmick Construction — Irvine, CA i) SSC Construction — Corona, CA j) Stanek Constructors — Escondido, CA k) W.M. Lyles Co. — Temecula, CA 3) Reconfirm approval of the plans, specifications, and working details for the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14, inclusive of the design-build of new potable water and fire line system improvements, and authorize staff to advertise for bids with pre-qualified contractors; and 4) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: A full background and history of the Project is included with the April 1, 2015, City Council staff report which is on file with the City Clerk. At that time, the City Council approved the following actions: • Adopted Resolution No. 23799, authorizing reimbursement of funds requested from the State Water Resources Control Board under the Clean Water State Revolving Fund for the Project; • Adopted Resolution No. 23800 authorizing the City Manager to act on its behalf to sign, file and execute a financial assistance application for a financing agreement from the State Water Resources Control Board under the Clean Water State Revolving Fund for the Project; • Approved Agreement No. 6990 in the amount of $39,220 with Anderson Penna Partners, Inc., for professional assistance in the preparation of applications forms, documents, financial and technical assistance in the submittal of a funding request to the State Water Resources Control Board for a government loan of as much as $30 Million from the Clean Water State Revolving Fund (SRF) Program to finance construction of the Project; • Approved Agreement No. 6991 in the amount of $2,705,496 with Veolia Water West Operating Services, Inc., for professional engineering and construction management services associated with the construction phase of the Project; • Authorized the pre-purchase of selected critical mechanical and electrical equipment required for the Project, and authorized the issuance of a Purchase Order to Veolia Water West Operating Services, Inc., in the amount of$3,351,699.48; • Approved the plans, specifications, and working details, and authorized staff to advertise for bids for the Project. 02 City Council Staff Report May 4, 2016 - Page 3 Wastewater Treatment Plant Upgrade, CP15-14 Over the last year, staff has coordinated with the California State Water Resources Control Board, (the "Board"), to apply for and secure a low interest (less than 2%) loan through the SRF Program for the Project. Although final legal approvals from the state on the financial agreement are pending, staff has confirmed that final approvals should be received in the near future, and the City may proceed with bidding concurrently with the state's final review. The state's review has been delayed beyond staff's initial expectations reported to the City Council in April 2015 due to the state's assignment of three different Project Managers to our application over the last year, as well as higher priority assignment of Board staff to other water conservation issues throughout the state. Concurrently with the state's review of the funding application for the Project, staff has coordinated with Veolia and the design consultant for the Project, Carollo Engineers, to update and revise the plans and specifications for the Project to incorporate value engineering recommendations. Staff also coordinated a third-party constructability review of the plans and specifications prepared by Carollo Engineers by one of the City's on-call professional engineering firms, MWH Constructors. Certain recommendations were identified by MWH Constructors, and those recommendations have been reviewed by and incorporated into the final plans and specifications for the Project. Additional Domestic Water and Emergency Fire Line System Services One item that has been identified during the constructability review is the current lack of a separately metered domestic water system and separately metered emergency fire line system within the Wastewater Treatment Plant. Domestic water to the Wastewater Treatment Plant is currently provided by a private (City owned) domestic line extending from the public restrooms located in Demuth Park. The existing emergency fire line system within the Wastewater Treatment Plant is circulated internally using recycled water processed by the City and Desert Water Agency, and returned to the City for re- use for irrigation purposes. Staff is recommending that while the entire Wastewater Treatment Plant site is excavated and under construction, the City include design and construction of new domestic water and emergency fire line systems throughout the Wastewater Treatment Plant. Staff coordinated with Veolia and its design consultant (Carollo Engineers) on a scope and fee to provide design and construction management services to the previously approved Agreement with Veolia, such that Carollo Engineers can amend the plans and specifications for the Project to include schematic drawings for the alignment of domestic water and emergency fire line systems, which will be followed with field engineering to identify the final alignment and profile for these systems during construction. The scope of the design effort includes 3,120 linear feet of new fire lines extending throughout the Wastewater Treatment Plant, with new fire hydrants at required spacing, and 500 linear feet of new domestic water lines to service the administration and other 03 City Council Staff Report May 4, 2016- Page 4 Wastewater Treatment Plant Upgrade, CP15-14 office buildings within the Wastewater Treatment Plant. Coordination with Desert Water Agency is required to facilitate new metered connections for both systems. The design effort for these water line alignments is complex, as there is not a perfect record of all of the underground pipes and utility lines that extend throughout the Wastewater Treatment Plant site which will control the alignment and profile for these new water liens. The proposal submitted by Veolia includes the following costs: Design (Carollo Engineers): Updated construction drawings to show schematic alignments and technical information: $65,900 (272 hours) Field engineering during construction to identify and locate conflicts and determine final alignment, design-build solutions with the contractor as required: $106,700 (462 hours) Total design fee (Carollo Engineers): $172,600 — this is a budgeted amount, not to exceed, and will be billed for actual time incurred. Construction Administration/Management (Veolia): Oversight and coordination with contractor to ensure construction of new water lines in accordance with specifications and final design determined by Carollo Engineers: $40,931 The total additional cost for these services is $213,531 which has been identified in Amendment No. 1 to the Agreement with Veolia, included as Attachment 2. The construction cost for the new domestic water and emergency fire line system improvements is estimated at $487,500. Staff has reviewed the proposed design and construction management fees for the additional water line work, and acknowledges that the cost of $213,531 is 44% of the estimated construction cost of $487,500 for the additional water line work. This cost exceeds the typical range of the cost for design and construction administration of 25%- 35% for general construction, but the higher cost is reflective of the fact that the project site is an existing Wastewater Treatment Plant with multiple conflicting utilities requiring extensive coordination to locate these conflicts and prepare a final design while the City's contractor is excavating and exposing all of these various underline pipelines and utilities whose physical location is not precisely known at this time. An alternative solution considered by staff was to solicit proposals from other engineering consultants, however, coordinating the design effort of a third party and incorporating that design effort as part of the bid package prepared by Carollo Engineers for the Project would represent certain risks to the City with drawings showing conflicting direction to the City's contractor. Staff recommends the City utilize its existing contract with Veolia, who is under contract with Carollo Engineers to complete the design effort for the City's bidding of the Project, as well as to provide on- going engineering support during construction. 04 City Council Staff Report May 4, 2016 - Page 5 Wastewater Treatment Plant Upgrade, CP15-14 Approval of Pre-Qualified Contractors Staff previously recommended that the scope of the Project is of such complexity and specialty, that in lieu of the regular open bidding process typical of most of the City's public works projects, that the City issue a Request for Statements of Qualifications, identifying certain minimum requirements for general contractors eligible to submit bids to the City for the Project. Section 7.03.090 of the Palm Springs Municipal Code allows the City to pre-qualify contractors for public projects exceeding a cost of$100,000, and states: (1) When it is considered in the best interest of the city for development of contracts for public projects, city manager, or his designee may approve the use of a pre-qualification process. (2) In accordance with Pubic Contract Code Section 20101(d), enacted as part of AB 574, the city has elected to adopt the pre-qualification procedures for public projects linked to a single project and which includes the following requirements: (Section 20101(d)): (a) Utilization of a standardized questionnaire and financial statement in a form specified by the city (Section 20201[a]); (b) Application of a uniform system of rating bidders on objective criteria, and on the basis of the completed questionnaire and financial statement(Section 20101(b]); (c) Creation of an appeal procedure by which a contractor that is denied pre- qualification may seek a reversal of that determination (Section 20101(d]); (3) The director shall make a recommendation to city council based on the findings of the evaluation process. Only those successfully completing the pre-qualification process and approved by the city council, shall be allowed to submit bids. Accordingly, staff developed Statement of Qualifications (SOQ) 05-16 consistent with the Department of Industrial Regulations guidelines and in accordance with California Public Contract Code 20101(d). The process was conducted to qualify the General Class A licensed contractors allowed to bid on the Project, with contractors required to furnish sufficient proof of public works water/wastewater experience and financial ability in performing public works by completing and submitting standard pre-qualification documents, and providing specified supporting documentation. Qualifications were determined by a 'Pass' or "Fail' rating based upon the City's uniform rating system under the following five (5) areas: (1) Contractor's General Information (2) Submittals Essential for Pre-Qualification (3) Criteria Essential for Pre-Qualification (4) Pre-Qualification Questionnaire (5) Contractor's Certification. A minimum score of 75% was required to Pass. 05 City Council Staff Report May 4, 2016 - Page 6 Wastewater Treatment Plant Upgrade, CP15-14 The SOQ was posted and widely distributed on November 16, 2015. Twenty general contractors registered for the process, and twelve general contractors submitted qualification packages by the December 22, 2015, deadline. After careful review, and after applying the standard uniform scoring system to each submittal, staff determined that eleven of the general contractors were found to be qualified and achieved a Passing score; one general contractor was unable to provide the required information sufficient to obtain a passing score, as further explained below. The eleven contractors that staff recommends City Council approve to be qualified to submit bids for the Project, listed in alphabetical order, are: 1) Cushman Contracting — Goleta, CA 2) C.W. Roen Construction — Danville, CA 3) GSE Construction — Livermore, CA 4) J.F. Shea Construction —Walnut, CA 5) J.R. Filanc Construction — Escondido, CA 6) Pascal & Ludwig Constructors — Ontario, CA 7) PCL Construction — Corona, CA 8) Shimmick Construction — Irvine, CA 9) SSC Construction — Corona, CA 10) Stanek Constructors— Escondido, CA 11) W.M. Lyles Co. — Temecula, CA The City received a prequalification package from Kana Engineering of Rancho Cucamonga, CA. Upon review of the submittal received from Kana Engineering, the submittal was unclear on the firm requested qualified status, in that qualification and experience information for a different firm had been included. Staff provided Kana Engineering the opportunity to further clarify their specific water/wastewater public works project experience and that of their proposed team. However, Kana Engineering was non-responsive to the City's request for additional information and documentation in order to make a decision. As such, staff recommends that City Council approve a negative pre-qualification determination for Kana Engineering on the Project. It should further be noted that Kana Engineering did not file a timely appeal of staffs recommendation of a negative pre-qualification determination pursuant to the provisions of the SOQ, and therefore waived any and all rights to challenge the decision of the City, whether by administrative process, judicial process or any other legal process or proceeding. Based on the City Council's approval of the list of qualified general contractors for the Project, staff will coordinate formal bidding of the Project with these qualified firms only. 06 City Council Staff Report May 4, 2016- Page 7 Wastewater Treatment Plant Upgrade, CP15-14 ENVIRONMENTAL IMPACT: On June 18, 2014, the City Council, acting as the lead agency in accordance with the California Environmental Quality Act ("CEQA"), and pursuant to Section 15074 of the CEQA Guidelines, reviewed, approved, and ordered the filing of a Mitigated Negative Declaration ("MNY) for the construction of several new replacement facilities at the City's Wastewater Treatment Plant facility, including: influent sewer, headworks, septage receiving station, influent pump station, primary clarifiers, scum pump station, primary sludge pump station, primary sludge de-gritting, gravity thickener cover, Digester No. 2 cover, foul air treatment facility, new electrical building, and lighting system. These projects, bundled together, have been identified as the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14, (the "Project"). A Notice of Determination ("NOD") for the Project was subsequently filed with the Riverside County Clerk on June 25, 2014, and is included with Attachment 1. FISCAL IMPACT: The estimated total Project costs are identified in Table 1: Project Element Amount Design Phase Costs (Incurred) $3,312,305 Additional Professional Services $1 ,817,802 Pre-Purchased Equipment $3,341,769 Construction Estimate $21,700,000 Construction Contingency (10%) $2,170,000 Construction Management Services $1,101,226 Total Project Cost $33,443,102 Table 1 The Design Phase costs of $3,312,305 have been expended, leaving an estimated cost of $30,130,797 to complete the Project. Currently, the Wastewater Fund Enterprise (Fund 420) has a Fund Balance of approximately $11.5 Million. Although the Fund Balance may be used towards the Project costs, staff recommended and the City Council directed that the City reserve its Wastewater Enterprise Fund Balance for working capital, unexpected costs and emergencies, and utilize low interest financing for the remaining $30 Million cost. As reported to the City Council in April 2015, the SRF Program offers very low interest loans, currently at 1 .9% interest, for a 30-year term. The SRF Program is the least expensive option as compared to issuance of bond financing (with rates from 4%-6%); however, approval for the loan requires extensive review and approvals from the state prior to receiving the final loan agreement and authorization to incur expenditures eligible for reimbursement through the loan. 07 City Council Staff Report May 4, 2016 - Page 8 Wastewater Treatment Plant Upgrade, CP15-14 All costs associated with the Project, both prior and future costs, are entirely funded by the Wastewater Enterprise Fund (Fund 420). No General Fund or Measure J Capital Fund budget will be required in the delivery of the Project. The requested action at this time is for approval of Amendment No. 1 to the agreement with Veolia in the amount of $213,531 ; sufficient funding is budgeted and available in the Wastewater Enterprise Fund, Account 420-6800-57039. The estimated construction cost of the new fire line and domestic water lines to be installed throughout the Wastewater Treatment Plant is $487,500; this work will be part of the scope of work bid by the qualified contractors, rather than as a contract change order after award of the contract, allowing the City to receive competitive pricing as part of the overall construction contract for the Project to be awarded by the City Council at a later date. Funding for the new fire line and domestic water lines will be made available by the SRF Program financing approved for the Project. SUBMITTED: Prepared by: Approved by: /Mar�cusL. Fuller, MPA, P.E., P.L.S. David H. Ready, Es Assistant City Manager/City Engineer City Manager Attachments: 1. April 1, 2015, staff report — On File with the City Clerk 2. Amendment No. 1 to Agreement No. 6991 08 ATTACHMENT 1 On file with the City Clerk 09 ATTACHMENT 2 10 AMENDMENT NO. 1 TO AGREEMENT NO. A6691 CONSTRUCTION MANAGEMENT SERVICES CITY OF PALM SPRINGS WASTEWATER TREATMEN PLANT UPGRADE CITY PROJECT NO. 15-14 THIS FIRST AMENDMENT TO Agreement No. 6691 for professional engineering and construction management services, (herein "Amendment"), made and entered into on the _ day of , 2016, by and between CITY OF PALM SPRINGS, a California charter City and municipal corporation, (herein "City"), and VEOLIA WATER WEST OPERATING SERVICES, INC., a Delaware corporation (herein "Veolia"), is hereby amended as follows: RECITALS WHEREAS, City and Veolia entered into that Agreement No. A6691, (the "Agreement"), to provide professional engineering and construction management services for the City of Palm Springs Wastewater Treatment Plant Upgrade, City Project No. 15-14, (the"Project"); and WHEREAS, City requests Veolia to provide additional design and construction management services for construction of new domestic water and fire line system improvements within the Wastewater Treatment Plant as part of the Project; and WHEREAS, the parties wish to amend the Agreement to add the additional services associated with construction of new domestic water and fire line system improvements within the Wastewater Treatment Plant as part of the Project pursuant to the terms and condition identified herein this Amendment No. 1. Section 1. Section 1.1, Scope of Services, is hereby amended to include design and construction management services for construction of new domestic water and fire line system improvements within the Wastewater Treatment Plant; Exhibit "A" is hereby amended to include the following general scope of services statement: Veolia shall generally provide, administer and coordinate the following additional professional engineering services associated with the design and construction administration of new domestic water and fire line system improvements within the Wastewater Treatment Plant in accordance with the proposal letter dated February 16, 2016, incorporated herein by reference and as attached as "Exhibit `B1". Section 2. Section 2.1, Maximum Contract Amount, is hereby revised to increase the maximum contract amount by$213,531 for a new maximum contract amount of$2,919,027. Exhibit "C" is hereby amended to include the following subtask costs and revised maximum contract amount: Potable Water and Fire Line System Improvements, Carollo Design Services; $172,600 Potable Water and Fire Line System Improvements, Construction Management Services; $40,931 Total Maximum Not to Exceed; $2,919,027 Exhibit "C" is hereby amended to include Exhibit "Cl", incorporating "Attachment A" to the Veolia proposal letter dated February 16, 2016, including the Project Cost Summary Sheet and associated detail sheets. Section 3. Full force and effect: Except as otherwise previously modified herein, all other provisions of the Agreement shall remain in full force and effect. rr IN WITNESS WHEREOF, the parties have executed and entered into the Amendment as of the date first written below. ATTEST: CITY OF PALM SPRINGS, a California charter city and municipal corporation By: By: James Thompson David H. Ready City Clerk City Manager APPROVED AS TO FORM: By: Douglas Holland City Clerk VEOLIA: By: Veolia Water West Operating Services. Inc.. a Delaware corporation Firm/Company Name (This Amendment must be signed in the spaces below by one having authority to bind Veolia to the terms of the Amendment.) By: By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: iz Exhibit " B1 " 13 0 VEOIIA February 16, 2016 Marcus Fuller City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 RE: Capital Project 14-15 -WWTP Headworks and Primary Clarifier Upgrade Proposal for Engineering and Construction and Construction Management of Adding Fire and Water Service Pipelines PROJECT UNDERSTANDING As part of the construction of the planned WWTP Upgrade Project there will be excavation in many locations on the plant site and there is an to opportunity take advantage of this to address the potable water supply and the firefighting water supply on the plant site. To further highlight this, the City of Palm Springs has received a risk report from Affiliated FM that has identified fire hydrants are serviced from the recycle water system. Additionally, the water supply for the plant is routed through the public restroom (metering location) in Demuth Park and then routed to the WWTP. In consideration of the extensive excavation that will occur for the upgrade project you have directed that this be looked into and developed into a proposal. It is a good opportunity to install a new potable water service and fire service lines to the plant from Valla Road. The plant recycled water system has been tested and the results were 2000 gpm, at 15 psi. The City of Palm Springs Fire Marshall Ron Beverly was contacted and he indicated the current recycled water supply system is below the City's flow and pressure standards. The Fire Marshall also indicated that the hydrant on Vella Road would currently be used to supply fire suppression within the plant. For a fire line connection, Debbie Randall with DWA was contacted and she informed that a double check valve assembly would need to be installed by DWA on a time and material basis. DWA indicated the double check valve assembly would be approximately $25K plus time and material for installation. The existing potable water service is metered in Demuth Park and captures use of the WWTP and the Park. The City has requested that the potable water used at the WWTP be paid for by Veolia and separating the WWTP service is one solution to this. This proposal is based on installing a new potable water service at Vella Road with a water meter located at the point of delivery. Veolia North America 123 Street,Suite 456 City,ST 12345 tel.+1 123 456 7890 fax+1 123 456 7890 w .veolianorthamerica.com 1114 0 Fire Water Line To proceed with the installation of a new fire line while the roads are disturbed and work is being performed will save cost over doing this work before or after the WWTP Upgrade Project however this is not required by the City Fire Marshall. Due to the congestion of the area and many areas not included in the previous potholing work, field locating the new fire line during the construction period would be required along with moving existing hydrants to the new line. Size of the line is estimated at 6 and 8 inches, and roughly 3120 linear feet of pipeline. The estimated construction cost for the fire water line is $440,370. This includes the work done by DWA, Carollo Engineers, construction and markup. This estimate assumes no additional hydrants and only relocation of existing hydrants. Potable Water Line To proceed with the installation of a potable water line from Vella Road while the WWTP roads are disturbed and work is being performed will save cost over doing this work before or after the WWTP Upgrade Project however this is not required as the existing water service line is adequate. This estimate is based on the potable water service originating from the South side of the WWTP entrance, routing to the South of the existing primary clarifiers and connecting to an existing waterline on the West side of the primary clarifier. The size of the line is based on 2 inch, and approximately 500 linear feet of pipeline. The estimated construction cost for the waterline is $162,240. This includes the work done by DWA, Carollo Engineers, construction and markup. This estimate is based on disconnecting the WWTP from the existing potable water line and capping supplt line at the WWTP property boundary with no additional work for the abandonment or removal of the existing water line routed through Demuth Park. Proposal Veolia Water West Operating Services, Inc. (Veolia) submits the following proposal to provide additional professional services and construction management services for the City of Palm Springs (City) Fire Water Supply Line and Potable Water Service at the City's Wastewater Treatment Plant, herein referred to as Fire and Potable Water Supply as an addendum to the the Headworks and Primary Clarifier Upgrade Project. The project includes preparation of plans, specifications, permitting, construction and construction management of the following: Veolia Water West Operating Services,Inc. 4375 E.Mesquite Ave. Palm Springs,CA 92264 v .veolianorthamericaxom Scope of Work 1. Professional Services 1.1. Drawing Updates to reflect 8" Fire line The purpose of this task is to update existing drawing 01CO2,01C04, 01C05, 01C06, 02C01, 02CO2, 02CO3,02C04,01D01, as well as add 01 C0513, 01 C05C, 01 C05D to reflect a new 8 inch fire line to be connected to a DWA double check connect at Vella Road. The pipeline will be shown in plan view reflect an approximate location for bidding purposes only. Drawings will be submitted upon final completion and modified to include any comments in a single review period. 1.2.Drawing Updates to reflect new potable water service The purpose of this task is to update existing drawing 01 CO2,01 C04, 01 C05, 01 C06, 02C01, 02CO2, 02CO3,02C04,01 D01, as well as add 01 C05B, 01 C05C, 01 C05D to reflect a new potable water service to be connected to a DWA double check connect at Vella Road. The pipeline will be shown in plan view reflect an approximate location for bidding purposes only. Drawings will be submitted upon final completion and modified to include any comments in a single review period. 1.3. Field engineer to identify 8"fire line routing During the construction of the Headworks and Primary Clarifier Upgrade project, the Contractor will be required to complete 20 potholes to verify the existing field conditions. Once the potholing information is complete the ENGINEER will prepare a field routing of the 8 inch fire line. It is anticipated that the field engineer will be onsite for one site visit (not to exceed 5 working days, in conjunction with the site visit required for task 4) to coordinate the location of the fire line. All additional site visits will be considered extra work. The Contractor will update existing drawing 01CO2,01C04, 01C05, 01C06, 02C01, 02CO2, 02CO3,02C04,01 DO1, as well as add 01 C056, 01 C05C, 01 C05D to reflect the actual field location of the fire line. 1.4. Field engineer to identify new potable water service During the construction of the Headworks and Primary Clarifier Upgrade project, the Contractor will be required to complete 20 potholes to verify the existing field conditions. Once the potholing information is complete the ENGINEER will prepare a field routing of the new potable water line service. It is anticipated that the field engineer will be onsite for one site visit (not to exceed 5 working days, in conjunction with the site visit required for task 3) to coordinate the location of the fire line. All additional site visits will be considered extra work. The Contractor will update existing drawing 01CO2,01C04, 01C05, 01C06, 02C01, 02CO2, 02CO3,02C04,01 D01, as well as add 01 C0513, 01 C05C, 01 C05D to reflect the actual field location of the new potable water service. Veolia Water West Operating Services,Inc. 4375 E.Mesquite Ave. Palm Spnngs,CA 92264 w .veolianorthannericaxcm I O 2. Construction Management Coordination of professional, permitting and construction in accordance with the terms and conditions of the currently in effect in the Professional Services Agreement for Construction Management Services for the City of Palm Springs Wastewater Treatment Plant Upgrade - City Project No. 15-14. The scope of work for this project, listed above is to be included in the plans and specifications prepared by Carollo Engineers for the Headworks and Primary Clarifier Upgrade project. This project addendum is to be bid as a part of the Headworks and Primary Clarifier Upgrade project. Details to the cost proposal are provided in Attachment A. Carollo Design Services $172,600 DWA Services $95,000 Construction Estimate $339,250 Change Order 10% $39,000 Contingency Construction Management $17,260 Services Total Project Cost $633,110 Thank you for the opportunity to present this proposal for the additional Professional and Construction Management Services for the Headworks and Primary Clarifier Upgrade Project.We look forward to working with you on this project. Please do not hesitate to contact me should you have any questions or need additional information on this proposal. Sincerely, James Hestad Sr. Project Manager Capital Program Management Veolia North America Veolia Water West Operating Services,Inc. 4375 E.Mesquite Ave. Palm Springs,CA 92264 w .veolianorthamerica.com n OVEOLIA ATTACHMENT A City of Palm Springs, CA WWTP Potable Water and Fire Suppression Water Service Line Installation Cost Proposal Detail Professional Services Engineering/Professional Services Engineering Project Lead Staff Tech and Eng Staff Carollo Carollo Total Item Description Project Lead Manager Engineers Engineers Aides Support Hours Fee Drawing Updates to reflect 8"Fire line 2 36 48 0 64 8 158 $ 37,500 Drawing Updates to reflect new potable waterservice 2 24 36 0 48 4 114 $ 28,400 Field engineer to identify 8"fire line routing 2 46 60 160 0 8 276 $ 61,700 Field engineer to identify new potable water service 2 40 60 80 0 4 186 $ 45,000 Total of Engineering 8 146 204 240 112 24 734 $ 172,600 Construction Services Construction Contractor Contingency Carollo Carollo Veolia CM Potable Total Fire Installed Cost Estimate 0&P 10% Engineering Markup 10% Water Water Fire Line Plant-3120 feet $ 265,000 $ 39,750 $ 26,500 $ 99,200 $ 9,920 $ 440,370 Potabl a Water Li ne Plant-SW feet $ 30,000 $ 4,500 $ 3,000 $ 73,400 $ 7,340 $ 118,240 DWA Fi re Se rvice-Double check+T&M Install $ 55,000 $ 5,500 $ 60,500 DWA Water Servi ce connection Fees T&M Install $ 40,000 $ 4,000 $ 44,000 Total $ 390,600 $ 58,500 $ 39,000 $ 172,600 $ 17, 660 $ 162,240 $ 500,870 Veolia North America 123 Street,Suite 456 City,ST 12345 tel.+1 123 456 789D fax+1 123 456 7890 v .veolianorthamerica.com Exhibit "Cl " rq Project Cost Summary Sheet WATER City of Palm Springs PROJECTDATAINPUT loo6Tbo vu .aa..conew[D0n-volael.amv yams n 2 Fmpu wme: =U mea Gon...-Pomwmtl Gw - $ae Numner: 1006rw Ma616r 10,111m PSIMS II.TP '.EC.at Estlmale Mod"' Pr0pcl Meneger. wl URnOn MBr6I0.,. City Ol Palm Springs Pr,I'.Manager. w$..0 Oete: 39rz015 Pi6awOr0111111 Rans 2 CONTINGENCY MARK UP C..K,.lan.....St— 0.0% 125X EMinNn TCYI ENG—i'C.P:IPnb GO% 125% Mark Up E 21,5M Irvvcnmpam Sarvw 00116 125% MNrialBEquipmeK 0.0% 125% Lebn 0.0% 00% T—.aM LK, 0^ 0.0% Taus Bap.Cl.. 0ox 00% Me TOTAL. Dirad C-n CoMtin enc Mvk ap T.I.l or].II loa Demdman SuOcool a Wm nn E - f - $ - $ 0 0% 10, Sne Rempalion 5uo[o n.—I." $ - S S - $ - 00% 102 EaIl.rk SUEwnvuI— $ - f $ - $ 0C% 10] Civil.Cancreb B......I— $ $ - .A6 IOA .—nVO..v,.9Lm0n0xbm S { f 00% 105 M%IIw-II.1eletwl SYMOnhoclpe $ S S S 00% 106 EIxPwM lneblltlron SUDconNNoRt $ f i S 00% IOr E.WERcWTanks6utwnk.,o $ - f - E f 00% In Macellerealu INNIN 1pn 6uW-Vp I,Wm $ - $ $ S 0o% 150 ROlaaviorel SI,-- $ !.1!.0 $ 5 21,575 $ 194 in So pti 160 InAum n Savkee S S $ f OC°6 SUBTOTAL S g2B00 $ - 3 21,675 LS III.1I5 30g°° 200 Me:6mucelE u % 5 $ 21. Elec1-lu $ S $ 220 Inwrcom n''PI $ $ 5 $ - $]0 OIBnE ui 3 $ 5 $ 1u IJTaL $ S - $ - $ ME(k Total 300 Pry ed Man amenl $ $ $ WS SelvorPm dMane emerR $ 18.21I5 S 1P.21r 310 Pri— $ S S - 00% no Mmnignston 5 - E - f - S - 00% no C:.LvWn Man e $ - S - S - S - 0.0% go S 5 $ 0 SduM S S 5 $ 0..00% no B.—S, E - S - $ - $ 00% 370 f - E - 5 - $ 0.0% No LeM-Commi—I S - E - 5 - $ 00% 390 O—N.na Letar $ f 5 - $ GO% SUBTOTAL. E 18217 f IS 18 217 fly Daacri li pire[i Casl C MaM ua Lalal A III"I ei8trvir Omer S b E 00% suBTaTAL 4 001{ r Oascrl Ian D) � �� Markup Total %d 6all 410 Tre..16 Gvm E 5 0.0% a10 Travel B ER. ONer $ $ 5 S 0.0% SUBTOTAL. S - b - S - S 0.0% Den[ri Lion INNIEC 1 C—I.r—� Markup TOYI No Fre M f - f - $ - S - 00% WO Srn Bop[ $ $ E - $ - OA% WO Ble Boma $ s E - $ - 1 WO .. Risk In— $ f - $$ S 00% Son Germ WWII,Irsumnw f 1.1A.16 f - 5 - 5 1.139 0.6% `AO Sb"U Tu f - S S 5 - 0.0% 5o. LrenWPmY.Fee. f f 4 - 0.0% WO SWwm CelKa—EOgon I..Wn f f $ 5 0.0% SUBTOTAL'. 1.1A S - $ 5 1.129 $ - 0,6% QItIL1 C-1 Contmmne Mark KID Total III Ifall SOS Gmwral SO Coed S S - 0 .0% .0. CM LNi rtrevel E EE]5 E S f - 0.0% .In Fleet Vellble 5 - 5 - S - 5 - 0.0% 620 jsd Caad 5 $ S 0.0% GUB'O'n_ 5 - 5 - $ Is 0.0% Coal Lonllnaencv Gross Mark Uo Sall 5 191955.80 s - $ 21.575.00 3 213.530.80 1000% 6umnwry 5w.1 R.,a- [Il zo Job Cost Estimate Subcontractors O VEOLIA WATCR Job No. Project Name Revision Data JCE Model 1006740 W WrP Upgrades Construction-Potable and Fire 2 2/1612016 Vt9 Ps Instructions: Input Only Light Yellow Colored Cells 11 Subcontractors CompanyName n I QuantityUnit Measure I Unit Cost Extended Cost 100 Demolition Subcontractors 603010 1001 $ $ 603010 1002 $ $ 603010 1003 E $ 603010 1004 E $ 603D10 1005 $ Total Demolition $ Com an Name I Descri tiers I QuantityUnit Measure I Unit Cost Extended Cost 101 Site Rerm diation Subcontractors 603D10 lull $ _ 60301D 1012 $ 603010 1013 $ 603010 1014 $ S W301D 1015 - - - $ D.DD Total Site Remediation $ Commmy Name I Descri tion Quantity Unit Measure I Unit Cast Extended 102 Earthwork Subcontractors 603010 1021 $ S U3010 1 1022 $ $ 603010 1023 $ $ 603010 1024 $ $ 603010 1025 $ $ Total Earthwork $ Company Name I Descri lion Quantity Unit Was.n.—I UnittCost Ebandied Cost 103 CivillConvete Subcontractors 603010 1031 $ $ 603010 1032 $ $ 603010 1033 $ $ _ 60N10 1034 $ $ 603010 1035 $ Total Demolition $ Commmy Name I Desserimion QuantityMeasure Unit Cost Extender Cost 104 GenerallB.ilding Subcontractors 603010 1D41 $ 603010 1042 S 603010 1D43 $ 6D3010 1D44 $ 603010 1045 - E $ Total GeneraUBuildin Go...nv Namel Descri tion Quantity Unit Measure I Unit Cost EAeaded Cost 105 Mechanical Installation Subcontractors 603010 1051 $ $ 603010 1052 $ $ 603010 1053 $ $ 603010 1054 $ $ 603010 1055 - Total Mechanical $ Company Name I Description Quantity Unit Measure Unit Cast Extended Cast 106 Electrical installation Subcontractors 603D10 1061 $ 603010 1062 $ 603010 1063 $ 603010 1064 $ 603010 1065 Total Electrical f— Comoanv Name I Descri lion Quantity I Unit Measure I Unit Cost Extended Cost 107 Field Erected Tanks Subcontractors W3010 1071 $ $ 603010 1072 $ $ 603010 1073 $ $ 603010 1074 $ $ 603010 1075 $ $ Total Tanks $ COMIDany Name/Description Quantity Unit Measure Unit Cost Fxtentletl Cost 106 Mueellaneous Installation Subeontraetws 603010 7087 $ 603010 1062 $ 603010 1063 $ $ 603010 1064 $ $ 1.0 Subcontractors Page 1 of �' Job Cost Estimate O VEOLIA Subcontractors w Job No. Protect Name Raylsion Date JCE Model 1006740 WrYTP Upgrades Go nstruction-Potable and Fire 2 711 6I2016 vre Ps Instructions: Input Only Light Yellow Colored Cells 603010 foes $ $ 603010 leas $ 603010 1087 $ 603010 foss - $ 603010 1089 $ 603010 1090 $ 603010 1091 $ 603010 1092 $ 603010 1093 $ 8 603010 1094 - $ $ 603010 1095 - $ Total Misc.Subcontractors $ 150 Professional Services Com an Name!Oescd lion Quantity Unit Measure Unit Cost Extended Cost 150 Professional Services 603125 1501 Carollo Engineers-Fire 1.00 $ 99,200.00 $ 99,200.00 603125 1502 Carollo Engineers-Potable Water 1.00 $ 73,400.00 $ 73,400.00 603125 1503 603125 1504 $ 603125 1505 $ 603125 1506 $ $ 603125 1507 $ $ 603125 1508 $ $ 603125 1509 $ $ 603125 1510 1 1 $ 603125 1511 $ $ 603125 1512 $ $ 603125 1513 1 $ $ 603125 1 1514 1 1 1 1 $ $ 683125 1 1515 1 1 1 1 $ Total Professional Services $ 172,600.00 Cr,wy Name/Description I QujnjijXni MlillIxg I Unn Cosl Extended Cost 1 Inter-Company Services 160 Inter-Company Services 603020 1601 $ 603020 1602 $ $ 603020 1603 $ $ 603020 1604 $ S 603020 1905 $ $ 603020 1606 $ $ 603020 1607 $ $ 603020 160E $ $ 603028 1609 $ S M3028 1610 $ $ Total Intercompany Services $ END OF SHEET 1.0 Subcontraclars Page 2 of 2 /7 s �Ill � li � iiil 11 Hill 11 ISO 111111111111111 Ell 111111111 ssutttt � i ! Ilil � � l! 01I I I �i �I I li I I I i IUP E� IIVV IIIIIIIIIIIIIIIIIIII ON it I � IIIIlII o �ii� u �� � t s Job Cost Estimate O VEOIIA Taxes - Bonds - Other WATER r 1006740 WWTP Upgrades Construction-Potable and Fir 2 • 2/1 612 01 6 v .E PS Instructions, Input Only Light Yellow Colored Cells Extended Cost Contract Value Rate/Amount 602810 1 5000 IFreight(Generally In E .No.&Not Used) Lump Sum $ - $ 604310 5000 Surety Bonds Consult Indianapolis) $ - 0.00% $ 604310 5000 Bid Bonds Consult Indianapolis) $ 0.00% $ 604320 5000 Builders Risk Insurance Consult Indianapolis Lump Sum $ - $ 607070 5000 General Liability Insurance $ 172.600.00 0.660% $ 1,139.16 607315 5000 Sales&Use Tax $ 0.00% $ 607615 5000 License/Permit Fees Lump Sum $ - $ 607675 5000 Estimate $ 5.0 TAXES-BONDS-OTHER Page 1 of 1