14
AMENDMENT TO THE PERSONAL SERVICES AGREEMENT Amendment No. 2 Agreement No. 31800364 This Amendment No. 2 to Personal Services Agreement is entered into effective _______________ between the City of Bend, Oregon (“City”) and Carollo Engineers, Inc. (“Contractor”) and amends the Personal Services Agreement between City and Contractor dated June 20, 2018 for engineering services. The City and Consultant (“parties”) previously entered into Agreement Amendment No. 1 dated January 4, 2019. The Agreement, as amended is further amended to add final design services and services during construction to be performed by Consultant and paid for by the City. The Agreement is further revised as follows: 1. Effective Date; Duration. Unless sooner terminated, is amended to extend the contract expiration date to April 30, 2021. 2. Services. The Scope of Work is amended by adding additional work to complete the design and add engineering services during construction. The additional work is detailed in the attached Amendment 2, Exhibit A. 3. Consideration. Section 3 is amended by adding the following: The maximum not-to-exceed amount of compensation payable to the Contractor for Amendment No. 2 is $1,065,123 as detailed in the attached Amendment 2, Exhibit B. The total contract maximum, not-to- exceed amount is amended to $1,399,709. In all other respects the Agreement, as previously amended, shall remain in full force and effect. Approved and authorized for signature by the City Council acting as the Local Contract Review Board on April 3, 2019. THE PARTIES SIGNING BELOW WARRANT, REPRESENT AND AGREE THAT THEY HAVE THE AUTHORITY TO SIGN THIS AGREEMENT AND AGREE TO ALL TERMS: CITY OF BEND, OREGON CAROLLO ENGINEERING, INC. BY: BY:___________________________________ Eric King TITLE: City Manager TITLE:__________________ _____________ DATE: DATE: ________________________________ APPROVED AS TO LEGAL FORM: City Attorney’s Office 31800364.2

Solids Handling Design - Carollo - Amendment 2

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Solids Handling Design - Carollo - Amendment 2

AMENDMENT TO THE PERSONAL SERVICES AGREEMENT

Amendment No. 2 Agreement No. 31800364

This Amendment No. 2 to Personal Services Agreement is entered into effective _______________ between the City of Bend, Oregon (“City”) and Carollo Engineers, Inc. (“Contractor”) and amends the Personal Services Agreement between City and Contractor dated June 20, 2018 for engineering services.

The City and Consultant (“parties”) previously entered into Agreement Amendment No. 1 dated January 4, 2019. The Agreement, as amended is further amended to add final design services and services during construction to be performed by Consultant and paid for by the City. The Agreement is further revised as follows:

1. Effective Date; Duration.Unless sooner terminated, is amended to extend the contract expiration date to April 30,2021.

2. Services. The Scope of Work is amended by adding additional work to complete the designand add engineering services during construction. The additional work is detailed in theattached Amendment 2, Exhibit A.

3. Consideration. Section 3 is amended by adding the following: The maximum not-to-exceedamount of compensation payable to the Contractor for Amendment No. 2 is $1,065,123 asdetailed in the attached Amendment 2, Exhibit B. The total contract maximum, not-to-exceed amount is amended to $1,399,709.

In all other respects the Agreement, as previously amended, shall remain in full force and effect.

Approved and authorized for signature by the City Council acting as the Local Contract Review Board on April 3, 2019.

THE PARTIES SIGNING BELOW WARRANT, REPRESENT AND AGREE THAT THEY HAVE THE AUTHORITY TO SIGN THIS AGREEMENT AND AGREE TO ALL TERMS:

CITY OF BEND, OREGON CAROLLO ENGINEERING, INC.

BY: BY:___________________________________ Eric King

TITLE: City Manager TITLE:__________________ _____________

DATE: DATE: ________________________________

APPROVED AS TO LEGAL FORM: City Attorney’s Office

31800364.2

Page 2: Solids Handling Design - Carollo - Amendment 2

Page   of   

EXHIBIT A

WATER RECLAMATION FACILITY (WRF) 

SOLIDS HANDLING IMPROVEMENT ‐ DEWATERING PROJECT 

CITY PROJECT NO.  SSHI 

SCOPE OF WORK – FINAL DESIGN 

BACKGROUND 

A solids handling process alternatives and improvements assessment was prepared for the Water Reclamation Facility located at the City of Bend (City), Oregon, to assist with the planning of facility improvements and upgrades. This evaluation considered City asset conditions, solids flow and loads projections, and four different sludge treatment technologies including dewatering centrifuges, screw presses, belt filter presses, and liquid sludge drying beds. Based on cost and non‐cost factors, the City determined that dewatering centrifuges are the preferred technology to be implemented as part of the Solids Handling Improvements (Project.  

Other aspects of the biosolids handling building were also evaluated including: HVAC equipment, the electrical system, the gravity belt thickener, polymer systems and structural elements. From these evaluations, upgrades to the HVAC and polymer systems and repairs to some structural members were identified to be included in the Project.  

Based on the scope of work, risk, and complexity of the Project, a Construction Manager/General Contractor (CM/GC) contracting approach was selected. There is also potential for pre‐purchase of long lead items to reduce schedule impacts. The preliminary schedule includes starting the procurement process for the CM/GC Contractor prior to the Notice to Proceed ("NTP") for the CONSULTANT. NTP for the CM/GC Contractor is planned to occur before the  % Design CAMP®  to allow the CM/GC Contractor participate in the Design CAMP® and the remainder of the design process. The CM/GC Contractor will then be involved throughout the remainder of the detailed design. Final components of the construction phasing will be developed by the CM/GC Contractor as the design progresses; however, this Scope of Services assumes that a single design package (contract plans and specifications) will be developed and that one Guaranteed Maximum Price (GMP) will be negotiated. 

The purpose of this Project is to support of selection of the CM/GC contractor and provide final design services, GMP negotiation support, and engineering services during construction. 

SCOPE OF SERVICES 

Carollo Engineers, Inc., (CONSULTANT) will complete the following tasks associated with the Project: 

TASK   –  % DESIGN SERVICES 

Prepare  % design drawings and specifications for the following improvements: 

Removal of the existing belt filter press.

Installation of two centrifuges.

Installation of new cake conveyance system.

31800364.2

Page 3: Solids Handling Design - Carollo - Amendment 2

Page   of   

Replacement of thickening and dewatering polymer systems.

Potential relocation of existing cake hopper.

Improvements on TWAS and GBT filtrate piping

Modification to centrate equalization facilities

Structural repairs and recoating of corroded structural elements.

Replacement of existing HVAC and odor control ductwork in dewatering building andthickening building.

Associated electrical, instrumentation, and control system improvements.

Task Activities 

) CM/GC Contractor Procurement Support (Optional): Review proposals submitted by CM/GC contractors, provide comments on proposals, and participate interviews as directed by the City. 

) Site Survey: Consultant shall complete topographic survey of design critical portions of the site including the degas beds, the area immediately adjacent to the Solids Handling Building and any critical underground utilities. 

) Geotechnical Investigation and Report (Optional): If required for new structures, Consultant shall review existing geotechnical reports and boring information on the site and complete one ( ) test pit to   feet deep in the vicinity of the proposed sludge silo.  Based on the geotechnical review and test pit results, CONSULTANT shall conduct the following geotechnical engineering design and construction recommendations: 

Assess soil seismic profile (site classification) and parameters in accordance with the Oregon Structure Specialty Code (OSSC) to support structural design.

Evaluate site seismic and other geologic hazards.

Evaluate static and seismic soil bearing capacity, subgrade modulus and total and differentialsettlements for the proposed foundation.

Provide recommendations and design criteria for the preferred foundation.

Provide static and seismic lateral earth pressure recommendations for the embedded wall ofthe proposed structure.

Provide lateral load resistance recommendations, including passive earth pressure andcoefficient of friction.

Provide recommendations for site preparation, grading, drainage, and wet‐weather earthworkprocedures.

Provide engineered fill recommendations for the foundation or ground improvement andcompaction criteria.

Develop a Geotechnical Engineering Report to present our subsurface conditioninterpretation, geotechnical engineering analysis, and recommendations for foundation orground improvement design/construction.

) Design CAMP®. Complete Design CAMP® to address following design elements: 

Centrifuge and hopper location and configuration.

Process control alternatives.

31800364.2

Page 4: Solids Handling Design - Carollo - Amendment 2

Page   of   

Cake conveyance equipment selection.

Polymer system selection and configuration.

Centrate equalization approach.

Improvements for filtrate conveyance issues.

Structural improvements to address centrifuge installation, corrosion issues, and soundmitigation.

P&ID development.

Code requirements.

HVAC and EIC improvements including energy source for heating.

Preliminary construction sequencing.

) Prepare  % design drawings and specifications. Provide the following design submittals: 

% drawings including general sheets, design data/criteria, a process schematic, site plan,utility improvements, structural, HVAC and mechanical plan and critical section drawings,electrical site plan, one line diagrams and preliminary process and instrumentation diagrams(PIDs).

Specification Table of Contents.

Process Control Narratives for major equipment.

) Cost Estimate. Prepare independent cost estimate based on the  % design. 

) OPCC and Schedule Review. Review and comment on the Opinion of Probable Construction Costs (OPCC) and schedule prepared by the CM/GC Contractor based on the  % design. Support the CM/GC Contractor’s OPCC development by verifying and clarifying scope of work as requested, providing equipment quotes and cut sheets obtained during design, reviewing three dimensional (“ D”) models with the CM/GC Contractor, etc. Review (activities, durations, and logic) and comment on the construction, commissioning, and startup schedule prepared by the CM/GC Contractor. Support the CM/GC Contractor’s schedule development by verifying and clarifying scope of work as requested, reviewing  D models with the CM/GC Contractor, etc. 

) Internal QA/QC Reviews. Perform internal QA/QC review on the  % design submittal.  

) Review Workshop. Conduct a design review workshop with the City to review the  % design and to establish the design elements and criteria that need to be updated. 

) Design Documentation.  Provide meeting minutes and maintain Comment and Decision Log documenting key decisions and issues to be addressed in final design. 

Deliverables: 

 Geotechnical Engineering Report (Optional).

Meeting agendas and minutes.

CAMP® agenda, materials, and minutes.

% Design Drawings Provided as one .PDF file.

Cost Estimate.

Specification Table of Contents provided in .PDF format.

31800364.2

Page 5: Solids Handling Design - Carollo - Amendment 2

Page   of   

 Draft and Final  % basis of design technical memorandum provided in .PDF format.

Review comments for the CM/GC Contractor’s OPCC and schedule.

Assumptions: 

Design drawings and specifications, as previously described. Drawings will be prepared inMicroStation. Carollo CAD standards will be used.

A  ‐day tour of up to   facilities in the Willamette Valley will be attended by up to   Consultantrepresentatives. Travel costs for City staff will not be covered by Consultant.

No Value Engineering will be required to receive SRF Funding.

Equipment pre‐selection will take place over  ‐  consecutive days for each technology(centrifuge and polymer blending units).

Design CAMP® will be held in City facilities and will last   days. Design CAMP® attendees willinclude representatives from the Consultant, the City, and the CM/GC contractor.

The City will provide a single, consolidated set of review comments for the  % progresssubmittal.

If needed, WRF staff to locate buried utilities onsite that are unknown to the One‐Call utilitylocating service.

If needed, CM/GC contractor to provide an excavator or backhoe for the test pit excavation.

The geotechnical exploration does not include environmental assessments, and the site isassumed to be “clean” regarding contaminated and hazardous materials.

TASK   –  % DESIGN SERVICES 

Advance the  % documents to the  % design level.  

Task Activities 

) Prepare  % design drawings and specifications. Submittal will include all general sheets, structural and mechanical plan and section drawings, electrical site and process area power/lighting plans, single line drawings, MCC elevations, and  % complete P&IDs. Provide front end and major equipment specifications, piping and valve schedules, and control loop descriptions. 

) Design Meetings. Prepare for and conduct up to two ( ) meetings to coordinate items such as P&IDs, control descriptions, electrical improvements, and mechanical/structural/operational features of the recommended improvements.  

) Cost Estimate (OPTIONAL). Prepare independent cost estimate based on the  % design. 

) OPCC and Schedule Review.   Review and comment on the Opinion of Probable Construction Costs (OPCC) and schedule prepared by the CM/GC Contractor based on the  % design. Support the CM/GC Contractor’s OPCC development by verifying and clarifying scope of work as requested, providing equipment quotes and cut sheets obtained during design, reviewing three dimensional (“ D”) models with the CM/GC Contractor, etc. Review (activities, durations, and logic) and comment on the construction, commissioning, and startup schedule prepared by the CM/GC Contractor. Support the CM/GC Contractor’s schedule development by verifying and clarifying scope of work as requested, reviewing  D models with the CM/GC Contractor, etc. 

31800364.2

Page 6: Solids Handling Design - Carollo - Amendment 2

Page   of   

) Internal QA/QC Reviews. Perform internal QA/QC reviews at the major milestone dates using the senior review team identified in the project plan.  

) Design Review Workshops. Prepare for and conduct design review workshop to review the design, construction cost, and schedule. The workshop will be one‐half day in duration and will be attended by project manager and key discipline leads  

Deliverables: 

% Design Drawings provided as one .PDF file.

Project specifications will include the City’s Division   specifications and Consultant’s standardDivision   and Technical Specifications. All specifications will be provided in .PDF format.

Meeting materials and minutes.

Cost Estimate (Optional).

Review comments for the CM/GC Contractor’s OPCC and schedule.

Assumptions: 

Design drawings and specifications, as previously described. Drawings will be prepared inMicroStation. Carollo CAD standards will be used.

The City to provide a single, consolidated set of review comments for the  % progresssubmittal.

TASK   –  % DESIGN SERVICES 

Advance the  % documents to the  % design level.  % Design Documents will have undergone Consultant’s multi‐disciplinary check prior to submittal.   

Task Activities 

) Prepare design drawings and specifications. Submittal will include bid ready Contract Documents including all bid requirements, contract forms, conditions of the contract, specifications, and drawings. The  % submittal will have the comments from the City and the QA/QC team on the 

% Submittal addressed. 

) Design Meetings. Prepare for and conduct up to two meetings to coordinate items such as P&IDs, control descriptions, electrical improvements, and mechanical/structural/operational features of the recommended improvements.  

) Cost Estimate (OPTIONAL). Prepare independent cost estimate based on the  % design. 

) OPCC and Schedule Review.   Review and comment on the Opinion of Probable Construction Costs (OPCC) and schedule prepared by the CM/GC Contractor based on the  % design. Support the CM/GC Contractor’s OPCC development by verifying and clarifying scope of work as requested, providing equipment quotes and cut sheets obtained during design, reviewing three dimensional (“ D”) models with the CM/GC Contractor, etc. Review (activities, durations, and logic) and comment on the construction, commissioning, and startup schedule prepared by the CM/GC Contractor. Support the CM/GC Contractor’s schedule development by verifying and clarifying scope of work as requested, reviewing  D models with the CM/GC Contractor, etc. 

31800364.2

Page 7: Solids Handling Design - Carollo - Amendment 2

Page   of   

) Internal QA/QC Reviews. Perform internal QA/QC reviews at the major milestone dates using the senior review team identified in the project plan.  

) Design Review Workshops. Prepare for and conduct design review workshop to review the design, construction cost, and schedule. The workshop will be one‐half day in duration and will be attended by project manager and key discipline leads.  

) Permitting. Coordinate with DEQ officials as required to gain approvals needed to construct the project. Provide the appropriate submittals for review by the permitting agencies. Assist the City in the plan review submittal to Deschutes County, which may include separate discipline submittals (grading, building, electrical, mechanical, structural, and plumbing), coordination of deferred submittals, and developing a special inspection plan.  

Deliverables: 

% Design Drawings.  One .PDF file will be provided.

Project specifications, including the City’s Division   specifications and Consultant’s standardDivision   and Technical Specifications. All specifications will be provided in .PDF format.

Meeting materials and minutes.

Cost Estimate (Optional).

Review comments for the CM/GC Contractor’s OPCC and schedule.

Assumptions: 

The City to provide a single, consolidated set of review comments for the  % progresssubmittal.

TASK   –  % DOCUMENT PREPARATION 

Provide technical and administrative services necessary to provide a  % design deliverable suitable for either bidding or GMP development. Prior to printing the  % Design Documents, provide a single 

% interim design check set for each package to verify to the satisfaction of the City that  % review comments have been fully addressed and implemented into the  % Design. If  % draft design document back‐check finds documents are not complete, another  % design document (or portions thereof as determined by the Owners) shall be reissued to the CITY to include any non‐addressed back‐check items.  

All  % final design documents issued for GMP Development, and design documents provided for permitting agency review, shall be signed and sealed by a registered professional engineer per Oregon law.  

Deliverables: 

% interim design check set.

% Design set signed and sealed with electronic signatures provided as one PDF file pervolume (drawings, specifications, and typical details) will be provided.

TASK   – GMP REVIEW 

Provide assistance to the Owner and the CM/GC Contractor during guaranteed maximum price (“GMP”) development. The  % design documents shall establish the final documents for the CM/GC Contractor GMP development.  

31800364.2

Page 8: Solids Handling Design - Carollo - Amendment 2

Page   of   

Task Activities 

) Issue Addenda. The CONSULTANT shall prepare written responses to bidders’ technical questions and other revisions to the construction documents, as recognized to be required during the GMP development phase, in the form of Addenda to be published by Owners' Procurement Team 

) GMP  Cost  Review. During  the  bid  leveling  process,  primary  review  of  the  CM/GC  Contractor’s Subcontractor  and  vendor  bids  with  the  Owners’  construction  management  staff.  The CONSULTANT shall review the technical aspects of materials and equipment vendor bids to confirm suitability for use. 

) Attend GMP Review Meeting: Consultant will attend one day workshop at City facilities to review results of the GMP review. 

Deliverables: 

Addenda responses to bidders’ technical questions, submitted through e‐Builder.

Review of technical aspects of materials and equipment vendor bids.

Assumptions:  

Three ( ) Addenda.

Up to   hours of effort associated with review of bids and technical assistance during bid forup to two ( ) GMP bid packages.

TASK   – PRE‐PROCUREMENT DOCUMENT PREPARATION (OPTIONAL) 

To meet Project schedule requirements, development of complete design packages will be accelerated for several project components. The objective of this task is to condense the design development and construction document preparation phases for these design elements to allow for early procurement. After review by the City of the  % complete Technical Exhibits, CM/GC shall progress the design of up to three major equipment procurement packages to a completion level of  %. 

Each procurement package will include: preliminary layout drawings for each manufacturer; general ancillary facility requirements; and required technical specifications. For each procurement package, CONSULTANT shall: submit the  % documents for review; schedule and facilitate a one‐day review meeting with City to present the documents and an overview of the updated cost model and Project schedule; and respond to City and CM/GC review comments. CONSULTANT shall submit draft  % documents for review by City. 

Deliverables:  

% Percent Procurement Package for each piece of equipment.

% Percent Procurement Package for each piece of equipment.

Addenda as required.

Assumptions: 

CONSULTANT standard procurement documents will be used for technical and front‐enddocuments.

One ( ) addendum will be prepared during the equipment bid period for each manufacturer.

The city will cover reproduction costs for bid sets as required.

31800364.2

Page 9: Solids Handling Design - Carollo - Amendment 2

Page   of   

TASK   – EARLY WORK PACKAGE DEVELOPMENT (OPTIONAL) 

Consultant will prepare one early work package for structural rehabilitation of the roof and bridge crane. 

CM/GC contractor will prepare bid packages and solicit equipment vendors and early site work subcontractor(s). Consultant will assist the City during the equipment bidding period by answering questions from the equipment manufacturers and preparing addenda. Consultant will assist the City in evaluating all bids and in selecting equipment manufacturers. 

TASK   – SERVICES DURING CONSTRUCTION 

Provide Engineering Services During Construction (ESDC) consisting of office support and periodic field visits during construction of the Project.   

Task Activities 

) Construction Coordination.  The purpose of this task is to manage the Consultant office support staff. This will include coordination of design team responses and submittal review comments, contract clarifications, supplemental inspections, and start‐up services. Consultant will utilize City provided EADOC construction management software to coordinate distribution of documents to Consultant team. Consultant shall enter design team responses and submittal review comments, contract clarifications, and meeting minutes into the EADOC system. The City shall take primary responsibility for maintenance of the EADOC system. 

) Conformed Documents.  Prepare PDF sets of conformed bid documents including specifications, half size drawings and typical details. 

) Clarification of Contract Document.  Respond to the construction contractor's RFIs using EADOC as directed by City/Construction Manager. Prepare elementary sketches, if required, to clarify the design details or to make revision as a result of omissions or conflicts. City/ Construction Manager will respond to some RFIs without Consultant input. The budget is based on the Consultant issuing  RFI responses. Review written interpretations and sketches with City prior to the City issuing 

them to the construction contractor. 

) Contingency Request Review.  Review change order justification documents, evaluate schedule impacts, and assist City in negotiating change orders with the construction contractor, make recommendations to City concerning change orders, and assist City in processing change orders. Budget is based on Consultant responding to   Change Order Requests from the Contractor.  

) Submittal Review.  Consultant shall prepare a list of all expected submittals to be used for tracking through the EADOC system. Review shop drawings per the construction contract documents as directed by the City. City will perform some reviews without the input of Consultant on some submittals. The budget is based Consultant review of   submittals. Review and provide Engineer of Record Professional Engineering stamp on all deferred submittal items. Evaluate "or equal" items proposed by the construction contractor during construction. 

) Meetings. Consultant will participate by phone in weekly construction meetings with the City and the Contractor to review the progress of the work and identify and address field problems as they occur. The City shall prepare notes for all weekly meetings and distribute to all attendees.  

31800364.2

Page 10: Solids Handling Design - Carollo - Amendment 2

Page   of   

) Supplemental Inspection.  The City shall provide primary inspection services throughout the project. Consultant will provide up to   hours of supplemental on‐site field inspection (including travel) as requested by the City to observe the quality and progress of the construction and assist with the following goals: 

a. To observe whether the provisions of the construction contract documents are being fulfilledand report discrepancies to the City.

b. To advise the construction contractor when defects and deficiencies are observed in the work.

c. Consultant shall direct its efforts toward determining that the completed Project will conformto the plans and specifications. Consultant shall not be responsible for the means, methods,techniques, or procedures of construction, selected by the construction contractor or for thesafety precautions and programs incident to the work of the construction contractor or for anyfailure of the construction contractor to comply with laws, ordinances, rules or regulationsapplicable to the construction work. Consultant and City recognize that the constructioncontractor is responsible for ensuring that construction is in accordance with the plans andspecifications.

) O&M Manual.  The Consultant shall organize and prepare materials related to the new dewatering equipment and all ancillary equipment and any impacts it has on the operation of other treatment processes as needed for the City to update the existing O&M manual The O&M manual materials will be submitted to the City at approximately   percent construction completion. 

) Start‐up Assistance.  The Consultant shall provide the following services during plant startup. 

a. Operations Plan. Prior to startup, Consultant shall develop a general plan of operation forstartup. The plan of operation shall be a brief listing that summarizes the initial processoperating modes and equipment settings and provides a listing of major operationimplementation milestones and dates. Consultant shall also review the detailed start‐up plandeveloped the CMGC contractor.

b. Testing and Startup Services. The City shall provide and coordinate vendor training and fieldtraining by the design staff. Consultant shall be available to resolve startup and process settingadjustment issues and provide consultation regarding equipment installation issues. Thebudget for the Operations Specialist is based on   trips at   hours per trip.

c. Operations Training. The Consultant shall provide process operation training during startup.The intent of this training shall be to inform the operations staff of the intended normaloperating configurations and the available operational flexibility features. This training doesnot replace the individual equipment manufacturer training provided by the Contractor.Training shall occur in   separate sessions of   hours and include classroom and field time.Services shall include preparation of written training material to support the training sessions.

) Record Drawings.  Prepare record drawings on the basis of information provided by the construction contractor and compiled by City's field staff. Record drawings shall be provided within   days following Substantial Completion. Record drawings shall revise the contract documents where applicable and include the following deliverables: 

a. Electronic files for each set of contract documents that are required to reproduce deliverabledrawings, including the plot configuration parameter files, databases, and documentation

31800364.2

Page 11: Solids Handling Design - Carollo - Amendment 2

Page   of   

files. Complete record documents will be provided to the City in .DWG and PDF formats. Carollo CAD standards will be used as modified by City guidelines. Specifications will be provided in Microsoft Word and PDF format. All changes will be uploaded to EADOC for tracking and record keeping. 

Deliverables: 

● Conformed and Record Drawings.

● Responses to RFIs, Submittals, and change orders submitted through EADOC.

● Operations Plan.

● O&M Manual Documentation.

● Final acceptance as required by DEQ and County.

Assumptions: 

City will responsible for construction management, inspection, and documentation.

City will contract directly with specialty inspection contractors. The City will coordinate with

and provide general direction to special inspectors and material testing services from one or

more specialty subcontractors, as required to meet the requirements of the local building

authorities and the contract documents. City staff will coordinate the schedule for these

firms and shall coordinate the transmittal of their reports, findings, and other information to

the Contractor.

The Contractor will achieve Final Acceptance of the project within   months of receiving an

approved GMP.

TASK   ‐ PROJECT MANAGEMENT 

The objective of this task is to plan and execute the work in accordance with the schedule, budget, and quality expectations that are established in this scope of services. Consultant shall perform the following tasks: 

● Prepare, update, and maintain a work plan, project instructions, and project schedule.

● Document meeting decisions and action items in a Decision Log and Action Item Log; assign theactivities to team members; and follow up to ensure timely resolution.

● Monitor project progress including work completed, work remaining, budget expended, schedule,estimated cost of work remaining, and estimated cost at completion; manage activities within totalproject budget and scope.

● Monitor project activities for potential changes, anticipate changes whenever possible, and withCity approval, modify project tasks, task budgets, and approach to keep the overall project withinbudget and on schedule.

● Manage the quality control review of all work activities and project deliverables; note thatexecution of the QA/QC program will be completed under the appropriate task.

● Prepare and submit monthly invoice to include: narrative status report, invoice, project expenditurecost table by task, and a summary schedule status using City supplied template.

● Participate in weekly conference call with City project manager.

31800364.2

Page 12: Solids Handling Design - Carollo - Amendment 2

Page   of   

Deliverables: 

● Monthly invoices and progress reports (PDF).

● Decision Log.

● Action Log.

Assumptions: 

The total length of the project is   months from receipt of final signed amendment to

Project Closeout.

31800364.2

Page 13: Solids Handling Design - Carollo - Amendment 2

WATER RECLAMATION FACILITY (WRF)SOLIDS HANDLING IMPROVEMENT - DEWATERING PROJECT

CITY PROJECT NO. 1SSHI

LEVEL OF EFFORT – FINAL DESIGN

TasksPIC Project Quality Process Project HVAC Structural Electrical I&C O&M Staff Senior Word Carollo Carollo

Manager Managers Specialist Engineer Design Lead Design Lead Design Lead Design Lead Lead Engineers Technician Process/ Hours Labor Cost

Staff Member Brian Matson Jeff McCormick Gupta/Garside Matt Sprick Kevin Colwell Preet Chaggar Andrew Rex

Andy

Kubicek Steve Walker Mike Gabel Support

Hourly Billing Rate $250 $231 $250 $231 $171 $152 $171 $171 $171 $200 $152 $138 $96

TASK 100 - 30% Design Services

CM/GC Contractor Procurement Support (OPTIONAL) 12 12 4 28 $6,456 $0 $0 $6,456

Site Survey 0 $0 $5,000 $5,250 $0 $5,250Geotechnical Investigation (OPTIONAL) 0 $0 $10,732 $11,269 $0 $11,269

Design CAMP® Prep 2 0 0 8 20 8 20 8 8 0 20 8 4 106 $17,668 $0 $0 $17,668

Design CAMP® 32 48 0 48 48 32 32 32 32 0 32 40 0 376 $70,048 $0 $5,000 $75,048

Prepare 30% Design Drawings and Specs 8 8 20 12 12 8 8 0 20 32 12 140 $22,336 $0 $0 $22,336

Cost Estimate 2 4 12 4 4 4 4 12 46 $7,922 $0 $0 $7,922

OPCC and Schedule Review 8 12 8 2 2 2 2 36 $7,318 $0 $0 $7,318

Internal QA/QC Review 70 8 78 $19,100 $0 $0 $19,100

Review Workshop 12 12 12 2 2 2 2 2 46 $9,230 $0 $0 $9,230

Design Documentation (Included in other subtasks) 0 $0 $0 $0 $0

Task 100 Subtotal 46 90 70 92 124 60 72 56 56 8 86 80 16 856 $160,078 $5,000 $10,732 $16,519 $5,000 $181,597

TASK 200 - 60% Design Services

Prepare 60% Design Drawings and Specs 7 29 13 42 15 36 50 47 0 66 280 22 607 $94,441 $0 $0 $94,441

Design Meetings 16 12 12 4 4 4 8 60 $11,864 $0 $2,000 $13,864

Cost Estimate (Optional) 2 4 8 4 4 4 4 12 42 $7,238 $0 $0 $7,238

OPCC and Schedule Review 8 12 8 2 2 2 2 36 $7,318 $0 $0 $7,318

Internal QA/QC Reviews 70 8 78 $19,100 $0 $0 $19,100

Review Workshop 8 12 8 2 2 2 2 2 38 $7,622 $0 $1,500 $9,122

Task 200 Subtotal 7 63 70 53 78 27 48 62 63 8 80 280 22 861 $147,583 $0 $0 $0 $3,500 $151,083

TASK 300 - 90% Design Services

Prepare 90% Design Drawings and Specs 7 29 13 42 15 36 50 47 0 66 280 22 607 $94,441 $0 $0 $94,441

Design Meetings 16 8 16 4 4 4 8 60 $11,624 $0 $2,000 $13,624

Cost Estimate (Optional) 2 4 8 4 4 4 4 12 42 $7,238 $0 $0 $7,238

OPCC and Schedule Review 8 12 8 2 2 2 2 36 $7,318 $0 $0 $7,318

Internal QA/QC Reviews 70 8 78 $19,100 $0 $0 $19,100

Review Workshop 8 12 8 2 2 2 2 2 38 $7,622 $0 $1,500 $9,122Permitting Support 8 20 28 $5,268 $0 $0 $5,268

Task 300 Subtotal 7 71 70 49 102 27 48 62 63 8 80 280 22 889 $152,611 $0 $0 $0 $3,500 $156,111

TASK 400 - 100% Document PreparatonDraft 100% Documents 4 14 37 6 20 7 17 23 23 0 32 133 11 327 $54,401 $0 $0 $54,401Final 100% Documents 0 2 4 1 2 1 2 3 2 0 3 15 1 36 $6,006 $0 $0 $6,006

Task 400 Subtotal 4 16 41 7 22 8 19 26 25 0 35 148 12 363 $60,407 $0 $0 $0 $0 $60,407

TASK 500 - GMP Review

Issue Addenda 4 4 12 4 4 4 4 8 8 2 54 $9,072 $0 $0 $9,072

GMP Cost Review 8 16 16 8 4 4 4 4 8 72 $14,636 $0 $0 $14,636

Meetings 8 8 4 20 $4,772 $0 $1,000 $5,772

Task 500 Subtotal 16 28 0 24 20 8 8 8 8 0 16 8 2 146 $28,480 $0 $0 $0 $1,000 $29,480

TASK 600 - Pre-Procurement Document Preparation (OPTIONAL)

60% Package Development 12 20 32 8 8 8 8 96 $17,584 $0 $0 $17,584

100% Package Development 12 20 32 8 8 8 8 96 $17,584 $0 $0 $17,584

Addenda 2 2 4 4 2 14 $2,408 $0 $0 $2,408

Task 600 Subtotal 0 26 0 42 68 0 0 16 16 0 20 0 18 206 $37,576 $0 $0 $0 $0 $37,576

TASK 700 - Early Out Package Development (OPTIONAL)

60% Package Development 8 8 32 16 24 88 12 188 $28,848 $0 $0 $28,848

100% Package Development 8 8 32 16 24 88 13 189 $28,944 $0 $0 $28,944

Addenda 2 2 4 4 2 14 $2,408 $0 $0 $2,408

Task 700 Subtotal 0 18 0 18 68 0 32 0 0 0 52 176 27 391 $60,200 $0 $0 $0 $0 $60,200

Carollo Engineers, Inc. SubconsultantsTask Subtotals

Role Survey GeotechSubconsultant

Total w/ Markup

Total Direct

Charges

Page 1 of 2 3/13/2019

EXHIBIT B Compensation

31800364.2

Page 14: Solids Handling Design - Carollo - Amendment 2

CITY OF BENDWATER RECLAMATION FACILITY (WRF)

SOLIDS HANDLING IMPROVEMENT - DEWATERING PROJECTCITY PROJECT NO. 1SSHI

LEVEL OF EFFORT – FINAL DESIGN

TasksPIC Project Quality Process Project HVAC Structural Electrical I&C O&M Staff Senior Word Carollo Carollo

Manager Managers Specialist Engineer Design Lead Design Lead Design Lead Design Lead Lead Engineers Technician Process/ Hours Labor Cost

Staff Member Brian Matson Jeff McCormick Gupta/Garside Matt Sprick Kevin Colwell Preet Chaggar Andrew Rex

Andy

Kubicek Steve Walker Mike Gabel Support

Hourly Billing Rate $250 $231 $250 $231 $171 $152 $171 $171 $171 $200 $152 $138 $96

Carollo Engineers, Inc. SubconsultantsTask Subtotals

Role Survey GeotechSubconsultant

Total w/ Markup

Total Direct

Charges

TASK 800 - Services During ConstructionConstruction Management / Coordination 0 0 0 97 0 0 0 0 0 0 0 32 129 $19,659 $0 $0 $19,659Conformed Drawings Preparation 0 0 1 0 0 0 0 0 3 42 2 48 $6,615 $0 $0 $6,615Clarification of Contract Documents 3 5 0 8 31 16 16 16 16 0 31 8 8 158 $26,278 $0 $0 $26,278Change Order Proposals Review 2 5 0 11 75 3 3 3 3 0 1 0 0 106 $19,168 $0 $0 $19,168Submittal Review 13 8 21 85 42 42 42 42 0 85 21 21 422 $70,153 $0 $0 $70,153Meetings 6 0 3 43 2 2 2 2 0 0 1 0 61 $10,900 $0 $0 $10,900Supplemental Inspections 0 16 73 5 6 6 6 0 6 0 0 118 $20,929 $0 $3,000 $23,929O&M Manual 25 10 49 148 25 0 25 25 10 163 0 15 495 $85,468 $0 $0 $85,468Startup Assistance 0 10 50 0 0 10 10 10 5 0 0 95 $17,040 $0 $4,000 $21,040Record Drawings Preparation 0 0 1 0 0 0 0 0 10 126 7 144 $19,751 $0 $0 $19,751Training 0 12 12 0 0 0 0 20 0 0 2 46 $9,016 $0 $3,000 $12,016

Task 800 Subtotal 5 54 18 130 616 93 69 104 104 40 304 198 87 1,822 $304,977 $0 $0 $0 $10,000 $314,977

TASK 900 - Project ManagementPrepare and Maintain Project Management Plan 4 12 16 $2,976 $0 $0 $2,976Prepare and Maintain Decision Action/Log 12 12 40 64 $12,384 $0 $0 $12,384Prepare Monthly Progress Reports (24) 12 24 36 $5,076 $0 $0 $5,076Weekly PM Calls 12 72 84 $19,632 $0 $0 $19,632Ongoing Project Administration 24 80 40 24 168 $33,624 $0 $0 $33,624

Task 900 Subtotal 36 180 0 12 92 0 0 0 0 0 0 0 48 368 73,692 0 0 0 0 73,692

TOTAL 121 546 269 427 1,190 223 296 334 335 64 673 1,170 254 5,902 $1,025,604 $5,000 $10,732 $16,519 $23,000 $1,065,123

TOTAL Without Optional Tasks 121 498 269 359 1,038 215 256 310 311 64 577 994 209 5,221 $913,352 $5,000 $0 $5,250 $23,000 $941,602

Page 2 of 2 3/13/201931800364.2