Loading...
HomeMy WebLinkAbout2018-10-16; Municipal Water District; Resolution 1605October 16, 2018 Item #5 Page 4 of 38 RESOLUTION NO. 1605 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT BOARD (CMWD), AUTHORIZING EXECUTION OF AN AGREEMENT WITH VALLEY CM, INC. TO PROVIDE CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE RECYCLED WATER PHASE 111 PIPELINE EXPANSION SEGMENT 5, PROJECT NO. 5208-B AND THE MISCELLANEOUS PIPELINE REPLACEMENTS, PROJECT NO. 3904 FOR AN AMOUNT NOT TO EXCEED $899,620. Exhibit 1 WHEREAS, the Carlsbad Municipal Water District (CMWD) Board of Directors of the City of Carlsbad, California has determined that adequate funding for the Agreement currently exists within the project budgets for the Recycled Water Phase Ill Pipeline Expansion Segment 5 Project, Project No. 5208-B and the Miscellaneous Pipeline Replacements, Project No. 3904 (Project); and WHEREAS, the Public Works Department issued a Request for Qualifications (RFQ) for solicitation of construction management and inspection services for the Project; and WHEREAS, staff received a total of six responses to the RFQ and completed a qualifications- based evaluation of the proposals; and WHEREAS, staff identified Valley CM, Inc. as the best-value consultant for the Project; and WHEREAS, staff and Valley CM, Inc. negotiated the scope of work and the associated fee in an amount not to exceed $899,620 to provide construction management and inspection services for the Project. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the president is authorized and directed to execute the Agreement with Valley CM, Inc. to provide construction management and inspection services for the Recycled Water Phase Ill Pipeline Expansion Segment 5 Project, Project No. 5208-B and the Miscellaneous Pipeline Replacements, Project No. 3904 in an amount not to exceed $889,620, which is attached hereto as Attachment A. October 16, 2018 Item #5 Page 5 of 38 Exhibit 1 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District of the City of Carlsbad on the 16th day of October, 2018, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard. None. None. (SEAL) October 16, 2018 Item #5 Page 6 of 38 PSA 19-620TRAN AGREEMENT FOR RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONSTRUCTION & INSPECTION SERVICES VALLEY CM, INC. ~~EEMENT is made and entered into as of the 17 tk day of OG , 2018, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, ("CMWD"), and VALLEY CM, INC., a California corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a consultant that is experienced in construction management & inspection services. B. Contractor has the necessary experience in providing professional services and advice related to construction management & inspection services. C. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be eight-hundred ninty-nine thousand six-hundred twenty dollars ($899,620). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". General Counsel Approved Version 6/12/18 1 October 16, 2018 Item #5 Page 7 of 38 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 9. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. General Counsel Approved Version 6/12/18 2 October 16, 2018 Item #5 Page 8 of 38 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggreg,ate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. General Counsel Approved Version 6/12/18 3 October 16, 2018 Item #5 Page 9 of 38 11.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. General Counsel Approved Version 6/12/18 4 October 16, 2018 Item #5 Page 10 of 38 16. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. ForCMWD For Contractor Name Valerie Airey Name Paul Mochel Title Municipal Projects Manager Title Principal Construction Manager Carlsbad Municipal Water District Address 3525 Del Mar Heights Road, #192 Address 1635 Faraday Av San Diego, CA 92130 Carlsbad, CA 92008 Phone 866-966-2720 Phone 760-608-2764 E-mail paul. mochel@valleycm.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed. to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes IZ] No D 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten ( 10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the General Counsel Approved Version 6/12/18 5 October 16, 2018 Item #5 Page 11 of 38 Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21 TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor 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 this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation: Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. General Counsel Approved Version 6/12/18 6 October 16, 2018 Item #5 Page 12 of 38 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill General Counsel Approved Version 6/12/18 7 October 16, 2018 Item #5 Page 13 of 38 PSA 19-620TRAN 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR VALLEY CM, INC., a California corporation By: (sign here) A L1 NA: fv\ oc_ ¼1 El (print name/title (sign here) -~vL Mocffe-L -5ez;ze,A:;l.t (print name/title) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the · y of Carlsbad By: i President ATTEST: BARBARA ENGL Secretary If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: General Counsel Approved Version 6/12/18 8 October 16, 2018 Item #5 Page 14 of 38 EXHIBIT "A" SCOPE OF SERVICES Itemized List of what Contractor will do for CMWD and at what price. General Counsel Approved Version 6/12/18 9 October 16, 2018 Item #5 Page 15 of 38 (_ City of Carlsbad California PROPOSAL FOR: RFQ18-420TRAN-Construction Management & Inspection Services for the Recycled Water Phase III Pipeline Expansion Segment 5 Project May 23, 2018 Prepared by: Valley Construction Management 3525 Del Mar Heights Road #192 San Diego, CA 92130 858-444-6804 V/\LLEY Cons truc:tlon Mun.:1gement October 16, 2018 Item #5 Page 16 of 38 VALLEY lOil':illlJ(tlOll Mc1t1.-1qcn1Pnl Proposal for CM & Inspection Services for Recycled Water Phase Ill Pipeline Expansion Segment 5 Project 1. EXECUTIVE SUMMARY • We Specialize in Construction Management and Inspection. {city of Carlsbad C al i forn i a Valley CM was founded SOLELY to provide construction management and inspection of water and wastewater projects. Since our founding in 2007, Valley CM's depth of experience and focused specialty has been entrusted to perform construction management and inspection services on over $150,000,000 worth of public construction projects. Valley CM's narrow focus allows us to realize significant economic advantages while committing to maintaining a depth of specialized experience. This commitment is driven by Valley CM's founder's passion for the challenges of this type of work. Valley CM is a WBE certified (VON #9IS00044) by the California Public Utilities Commission. • We Bring the Contractor's Perspective to the Owner's Side of the Table. Valley CM's senior staff all have significant experience as both a general contractor and an owner's representative. This contractor experience aids tremendously in seeing the big picture, anticipating problems and keeping the project moving to successful completion. • Recent & Relevant Experiences Valley CM has assembled an experienced team that has worked together on recent and relevant projects including Olivenhain Water District's Village Park Recycled Water Project. This $8 million project included the conversation of a potable water tank to recycled water and installation of over 40,000 LF of 4-inch to 12-inch PVC recycled water pipelines in the Village Park area of Encinitas. The following team members have all worked together previously, and all have an established track record of successful projects. o Paul Mochel, PE, CCM will be the Project Executive. Paul is the founder of Valley CM and has over 24 years' experience in the water and wastewater construction. He is also an A WW A/ ABP A Certified Cross Connection Specialist. o Lisa Craig, CCM, CWI will be the Construction Manager. Lisa has over 22-years' experience in the water and wastewater construction and is an A WW A/ ABP A Certified Cross Connection Specialist. o Frank Gomez will be the Project Inspector. Frank has over 17 years' experience in the water and wastewater construction. • Proven Techniques and Methodologies Valley CM has methodologies and techniques in place that have proven successful on past projects. These include a project planning meeting where we go over every page of the plans and specifications in detail with the contractor before the preconstruction meeting and discuss their bid approach. We also use Note Vault Daily Reporting software. This software eliminates the old, time consuming way of handwriting daily reports and allows for a more detailed and thorough daily report that is compiled on a near real-time basis and can be emailed to City staff each day. 2. IDENTIFICATION OF PROPOSER • Legal name of address of company: Valley CM, Inc. 3525 Del Mar Heights Road #192 San Diego, CA 92130 • Legal form of company: California S-Corporation State Corporation No. C2598602 Fed Tax ID: 20-8309093 • Address of Office working on this project: 3525 Del Mar Heights Road #192 San Diego, CA 92130 • Contact Person: Paul Mochel, Principal Construction Manager 3525 Del Mar Heights Road #192 San Diego, CA 92130 Paul.mochel@valleycm.com 858-444-6804 1 October 16, 2018 Item #5 Page 17 of 38 V V/\LLEY Const1uct1on Man.--1gcnu"!n1 Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project 3. FIRM EXPERIENCE Village Park Recycled Water Project (APWA Award Winning Project) Client: Olivenhain Municipal Water District Cost: $8.5 million Owner PM: Chad Williams, Engineering Services Manager 760-415-8737 Key Staff: Paul Mochel-Construction Manager, Lisa Craig-Inspector {"city of Carlsbad Ca l i fornia Valley CM provided Construction Management and Inspection for the installation of 7 miles of 4-inch through 12-inch C900 PVC recycled water main and laterals in the Village Park area of Encinitas including El Camino Real. The project also included the installation of an EFI pre-packaged recycled water pump station. Extensive coordination was required with the City of Encinitas and public as the project is located in a densely residential area. Night work was required in several locations. Valley CM help redesign several utility conflicts encountered on the project to ensure they stayed within the recycled water guidelines. October 16, 2018 Item #5 Page 18 of 38 V V/\LLEY Proposal for CM & Inspection Services for Recycled Water Phase 111 Pipeline Expansion Segment 5 Project C rmSl"l l l(UUI I Mdfl.-Jf]elTlPI 11 Unit AA Raw Water Pipeline Phase 2 Client: Olivenhain Municipal Water District Cost: Phase l-$12M, Phase 2-$4M Owner PM: George Briest, Engineering Manager 760-632-4640 Chad Williams, Inspection Supervisor 760-415-8737 Key Staff: Paul Mochel-Construction Manager, Lisa Craig-Resident Engineer Phase 1 includes 16,000 LF of 48-inch steel pipe with polyurethane coating installed via open trench through heavily traveled 2-lane roads, environmentally sensitive land inside only a 20' wide easement and 300LF installed through a drill and blast rock tunnel underneath Escondido Creek. Phase 2 included the connection of the AA pipeline at each end to the San Diego County Water Authority Pipeline 5 and Flow Control Facility OV-8. The Pipeline 5 connection required the installation of a 108" x 48" tee that had to be installed during a 10-day shutdown window. This required the contractor to work 24/7 during this time to ensure completion within the 10-day window and utilized over 2,000 man-hours in 1 week. The Flow Control Facility OV-8 connection included the installation of36-inch Plunger and Ball Valves as well as a venturi flow meter. Extensive coordination was required with the San Diego County Water Authority. Home Gardens Well Collection Pipeline Client: City of Corona Cost: $6.3 Million Owner PM: Linda Bazmi, Senior Engineer 951-739-4960 Key Staff: Lisa Craig-Resident Engineer, Frank Gomez-Inspector C cityof Carlsbad Californ i a This project consists of 3,100 LF of 24-inch DI Pipe, 8,400 LF of 20-inch DI Pipe and 2,500 LF of 16-inch DI pipe to connect an existing well to the City's new ION Exchange plant and to the existing city pipe line. There were jack and bore 3 October 16, 2018 Item #5 Page 19 of 38 V/\LLEY Const'lt1r:t1on Mc1naqemt?nl Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project (city of Carlsbad California tunnels under BNSF Railroad and one under Temescal Concrete Lined Wash. The project was very challenging due to the soil conditions. Most of the project is in a river wash so the ground was very sandy and difficult to shore. We also encountered soils conditions of very large boulders and solid rock. The project was constructed during day and night shift's across multiple jurisdictions (City Of Corona, CAL TRANS, Riverside County and Home Gardens). The project came in on time and under budget. · 4 October 16, 2018 Item #5 Page 20 of 38 V V/\LLEY fon~t·1ur.tlon Mc1nd(JCJ11r~nt Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project Rockhoff Pump Station Replacement Client: Rincon Del Diablo Water District Cost: $2.5 Million Owner PM: Nick Lyuber, Senior Engineer 760-533-2194 Key Staff: Paul Mochel, Construction Manager, Frank Gomez-Resident Engineer C cityof Carlsbad Califo r nia The project is located on a small site and required the existing pump station to remain in service during the construction of the new pump station. The project included the removal and replacement of 1,000 LF of 12-inch PVC water main along a highly traveled street in Escondido and connection to the VID flume vault. The project included a pre-negotiated Grundfos booster pump skid package, a new CMU building, a new electrical room equipment, new I&C equipment, site grading, surge tanks, flow meter, standby generator and on and off-site pipeline improvements. 5 October 16, 2018 Item #5 Page 21 of 38 V/\LLEY tn11st·I U[Uon Man.-19ernerlt Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project 4. PROJECT TEAM AND KEY PERSONNEL {'city of Carlsbad Californ i a The Valley CM team has significant experience with water and recycled water systems (Olivenhain, Otay, Vallecitos, Santa Fe Irrigation,) and understands the nuances of their operations and requirements including shutdowns. Valley CM personnel have prepared shutdown requests, held pre-shutdown meetings with operations departments and oversaw numerous shutdowns and tie-ins ranging from 4" to 108" diameter pipelines. Valley CM senior staff have all worked together successfully on previous project sand brings this experience to the City. Valley CM senior staff have significant contractor experience in the water and wastewater industry which aids tremendously in seeing the big picture, anticipating problems and keeping the project moving to successful completion. Valley CM firmly believes that by bringing the contractor's perspective to the owner's side of the table, we can be a proactive participant in the project and anticipate and mitigate problems with the contractor Lisa Craig, the Construction Manager, lives in Carlsbad and Paul Mochel, the overall Project Executive, lives 20 minutes from Carlsbad in Northern San Diego. Valley CM can respond locally and in a timely manner. Team Members Project Manager Valerie Airey (city of ·Carlsbad C 11 1 If o t n i a I Senior Construction Manager Lisa Craig CCM, CWI V VJ\llt:Y Senior Resident Engineer Frank Gomez V VJ\LLC Y (,,·,·µ.._,a., __ u Project Executive Paul Mochel V PE, CCM, QSD Y.",L,L ~.v The following team members were chosen due to their specific experience and working knowledge of the type of projects anticipated in this contract. Resumes for all personnel can be found in the Appendix. A summary of key personnel experiences is included below. Paul Mochel, PE, CCM, CWI will be the Project Executive for the entire duration of the contract. Paul is a proven leader whose career includes significant experience on all sides of the water and wastewater industry. He started his career as a water and wastewater CIP inspector for the City of San Diego, continued as a project manager for a local underground contractor specializing in open cut and microtunneling and then transitioned to a construction manager for various Cities and Special Districts in Southern California. This well-rounded experience allows Paul to see the big picture for projects as well as have an intimate knowledge of the small details that are required for a project to be successful. Paul has significant experience in: • Cut & Cover (4" -l08" CMLC, PVC, DIP, RCP, CMP, HDPE, FRP). Paul has extensive experience with pipeline construction in with a variety of materials, including larger diameter pipe (36" -l08"), which included new pipelines as well as remove and replace. His projects have required extensive dewatering including areas of significant groundwater contamination. Paul has installed pipeline in heavily travelled roads in business and industrial areas and worked with the businesses to minimize impacts on the businesses from construction. • Microtunneling/Jack & Bore. Paul worked as a project manager for BRR-Garver, one of the first contractors to perform microtunneling in the United States. Paul has installed over 7,600 LF of pipeline via microtunneling including the installation of over 6,000 If of 42" polymer concrete pipe through an area of contaminated groundwater where no dewatering was allowed and 30" steel casing through contaminated soil and groundwater 6 October 16, 2018 Item #5 Page 22 of 38 V V/\LLEY (nnsl1t1r:U01t Mclrk1(Jen1Pnl Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project (city of Carlsbad California in dense urban areas with significant traffic restrictions. Paul has also installed over 2,200 If of 24" to 48" conventional, hand dig and pilot tube jack and bore tunnel projects under interstate highways, railroads and canals. As founder of Valley CM, Paul is personally committed to the success of the City's projects and to remaining the construction manager for the complete duration of this contract. Paul's commitment to construction management results in an ever-growing experience and knowledge base that can assist the City in maximizing the success of the project. Lisa Craig, CCM, CWI will be the Construction Manager for the duration of the project. Lisa has over 22 years of experience with large and small diameter pipelines and heavy civil construction including 16 years of experience supervising crews as both a foreman and project manager. Her projects have included CIPP lining of 8"-12" sewer mains, over 1,000 lateral linings, open cut construction, jack & bore tunnels and drill and blast tunnels. She is very experienced in shaft construction (sheet pilings, beams and lagging, etc.) and dewatering. Lisa spent several years as the field superintendent for a dewatering and bypass-pumping contractor. This first-hand field knowledge will be invaluable and allows her to anticipate problems and the contractor's actions to minimize change orders and delays. Lisa is an AWS Certified Welding Inspector and A WW A & ABP A Certified Cross Connection Specialist. Frank Gomez will be the Resident Engineer/Inspector for the complete duration of the contract. Frank has over 17 years of experience in in the water and wastewater industry specializing in the construction of treatment pl~nts, pump stations and chemical systems. He has constructed over $50 million worth of projects and has extensive experience with water and wastewater projects including treatment facilities, pipelines, pump stations and reservoirs. Frank has significant experience in resident engineering services including RFI's, submittals and change order management. Having built numerous facilities, Frank understands the contractor's requirements to complete the job while maintaining the owner's best interest. 5. PROJECT APPROACH CM Philosophy Commitment Valley CM was founded solely to provide Construction Management and Inspection for water and wastewater project. By narrowing the focus of what we do, we are able to provide the highest level of service and knowledge for our clients. Our narrow focus allows Valley CM to realize significant economic advantages while maintaining a depth of specialized experience. This commitment is driven by Valley CM's founder's passion for the challenges of this type of work. Right Personnel The 1ight personnel are proactive, solutions oriented with significant and relevant project experience that are able to resolve issues at the lowest levels. Valley CM's core staff have significant contractor experience which aids tremendously in seeing the big picture, anticipating problems and keeping the project moving to successful completion. Valley CM firrnly believes that by bringing the contractor's perspective to the owner's side of the table, we can be a proactive participant in the project and anticipate and mitigate problems with the contractor. The right personnel are well managed by senior staff and sensitive to the need to have a seamless integration with the City staff. It is also imperative that the field inspectors have the proper tools and support required to complete the project. This includes a detailed Construction Management (CM) Manual which outlines in detail the administrative process to be used for the project and is updated to reflect the specific requirements of the project and owner. All field personnel have smart phones and laptop computer for constant access to all of the project documents. Project Advocate Valley CM is an advocate for the project. We are spending the public's money and the CM needs to ensure it is spent properly. Being an adversarial or pushover CM doesn't benefit anybody. Valley CM's collaborative approach will treat each stakeholder in a professional and consistent manner. Once the contractors know our expectations, see that the documents are being interpreted in a consistent manner, and that all stakeholders are being treated in a fair and equitable manner, they will respond in a like manner. This approach will create fewer problems in administering the project and has worked well on past projects. Setting the right tone at the beginning of the project can make or break the project. Valley CM has found that helping the contractor understand upfront exactly what the CM team expects of them pays dividends down the road. The contractor's superintendents and foreman typically do not review the plans and specifications until shortly before the project starts. 7 October 16, 2018 Item #5 Page 23 of 38 V V/\LLEY Proposal for CM & Inspection Services for Recycled Water Phase 111 Pipeline Expansion Segment 5 Project {city of Carlsbad Califo r nia We've found that by being proactive in assisting the contractor to understand the contract requirements up front, we develop a mutual respect with the contractor and a good working relationship. Public Relations Valley CM still recognizes that community relationships can be as important as the technical side of this project. We pride ourselves in being "good neighbors" in the community for all projects. Proactive communication with the affected public before, during and after the project can go a long way to contributing to the success of the project. It is Valley CM's policy to provide cell phone numbers (answered 24 hours/day) to the public to allow direct access to the project personnel who can answer questions or solve their field/construction problems quickly. Construction Management Techniques Project Planning Meeting (Mini-Partnering) Valley CM will also hold a Project Planning Meeting with the contractor prior to the pre-construction meeting. At this meeting, the CM and Contractor (including the foreman and estimator) review every page of the plans and specifications to flush out problems, discrepancies and also discuss the contractor's proposed plan to complete the project to foresee any problems. The contractor will be asked to bring their bid estimate to the meeting. Resolving issues at this time has saved other clients significant time and costs. This meeting also has the beneficial effect of becoming a meaningful partnering session without anybody realizing it. This is the first time all relevant parties are face to face to begin developing a collaborative working relationship. The contractor will see exactly how the CM interpret any issues they bring up. By responding in a fair and reasonable manner, the contractor will respond likewise and start the project with the correct tone and build collaboration. These meetings have lasted from a few hours to an entire week. Contractors often state they wish all their projects had these meetings. One of these meetings resulted in the discovery that half of the instrumentation drawings for a water treatment plant were missing from the bid set. The costs to correct this problem were significantly cheaper prior to construction. Discovering and solving problems prior to mobilization is significantly easier and often at reduced or no costs. Risk Management Change order management begins at the project planning meeting to flush out any problems and address them quickly and typically at a lesser cost than if encountered during construction. The contractor is also instructed of the proper procedure that must be followed for claiming a change condition during construction. During construction Valley CM's inspectors are trained to follow the proper procedures for documenting changed conditions. Quick response to a change condition is essential. Valley CM's contractor experience allows a thorough preliminary evaluation of all requested changes for appropriateness, cost-effectiveness, confirmation of entitlement and time impact prior to issuing it to the contractor a request for quotation. Valley CM typically prepares an independent estimates and schedule impact analyses for larger proposed changes to be used as a baseline for negotiations. We maintain a fair and objective approach to negotiations and assure that appropriate changes are authorized in a timely manner. The money is the blood of this project and must be constantly monitored to ensure an efficient completion of the projects. RESOLVED DISPUTES DO NOT BECOME CLAIMS! Valley CM has litigation experience on both the owner's and contractor's side. This experience reinforces the key to successful claims management is to resolve them quickly and fairly. Valley CM settled a $1.IM delay claim due to significant design errors for $400K because it was settled quickly and reasonably. Scope of Work Valley CM has successful performed all of the items and provided the deliverables listed in the Scope Of Services (Exhibit "A") for this project. We have specialized experience in completing the required scope of services as follows Contract Administration and Communication Valley CM has extensive experience managing CM effort and supervision of inspection staff. Valley CM will provide weekly schedule updates to City staff as well as conversations and emails to alert City staff of any changes in schedule or potential change orders. Valley CM will present a monthly progress report to the City to provide a summary of the project for use by the City in presenting the project to other departments or the board. The report will outline in text, with supporting photo documentation, the progress of the project including financial status of the construction and CM contract, schedule status change order status and copies of all project logs (RFI' s, submittals, change orders, correspondence, etc). Requests for Information (RFI's) 8 October 16, 2018 Item #5 Page 24 of 38 V V/\LLEY Con~r, llCUon Mc1n.-Jgemenl Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project {"city of Carlsbad Ca l ifornia ' Valley CM will manage contractor requests for information (RFI's) during construction. The status of RFI's will be accounted for in the RFI log. Valley CM believes that RFl's should be processed at the lowest level possible. RFI's will be reviewing and a response drafted for City review. If required, Valley CM will forward to the Designer for further review. Valley CM will respond to RFI's typically in less than working 2 days. Shop Drawings & Submittal Reviews Valley CM will log in, track, process, and review submittals, plans, profiles and shop drawings. Valley CM will review each submittal for completeness and compliance with all contract requirements. Submittals such as pipe material, fittings, etc. can be reviewed and approved by Valley CM with any deviations sent to the Designer for approval if the City requires. All submittals will be tracked on the submittal log and be converted to PDF format and stored in the projects document control system. Construction Progress Meetings Valley CM will coordinate with the City, contractor and appropriate Agencies and chair all meetings. Valley CM has standard agendas for the preconstruction meeting and progress meeting that will be modified for this contract. Valley CM will hold bi-weekly progress meetings with the contractor and their appropriate subcontractors to review construction progress. We will keep minutes of the meetings, assigning action items, responsibilities, and documenting project trends. Minutes will be distributed within 2 days of the progress meeting. Meetings will include reviewing the contractor's three-week look ahead schedule (including shutdown and tie-in work), submittals and RPI/design clarification status, potential change orders and change orders, delays and potential claims, construction problem resolution and public outreach issues. Minutes will include a copy of the latest submittal, RFI and change order logs. Schedule Review Valley CM's team will review the contractor's baseline Critical Path Method (CPM) schedule to ensure that the sequencing and durations reflect a true representation of the construction. We will check the logic network and the activity input durations and precedents for reasonableness of the sequence and duration of the activities. Specified construction sequencing, shutdown and scheduling constraints, interfacing with adjacent contracts, as well as all submittals, procurement, construction, shutdowns and tie-ins and closeout actives that are included for work will be confirmed. Valley CM will also perform detailed reviews of the contractor's monthly schedule update to ensure that actual work progress based upon their records is properly incorporated, including the impacts of any change order work. Valley CM will also maintain its own "As-Built" schedule for verifying the contractor's schedule. Valley CM will require the contractor to prepare a recovery schedule when any critical path falls significantly behind schedule and will monitor its effectiveness in restoring the schedule. Valley CM will also review the weekly 3-week look-ahead schedule against the current approved schedule to determine if the project is slipping behind schedule. It is easier to correct smaller delays discovered on a weekly basis than a larger delay on a monthly basis. Contractors prefer to make smaller adjustments to the schedule on a weekly basis to rectify delays. Progress Payment Application Valley CM will review the contractor's Schedule of Values to ensure it represents an appropriate detailed cost breakdown for each lump sum item as required by the contract. Valley CM will review the monthly Progress Payment Request to ensure it represent the actual work completed that month and provide a recommendation to the City for payment. Valley CM will maintain red-line markups of the contract drawings showing all change order items and RFls/design clarifications, as well as other information regarding underground utilities and information useful to the City for future maintenance and construction. Valley CM will review the contractor's set of marked up drawings to verify completeness prior to processing the monthly pay estimate. Change Orders and Claims Valley CM will manage the change order process to help obtain a fair and reasonable price for legitimate extra work items. Valley CM will request and log change order (extra work) quotations as requested by the City or contractor and will coordinate the preparation of any revised specifications and/or sketches needed to define the scope of the extra work. In each case, until a potential extra work item is confirmed and executed as a change order ( or is dropped), it will be assigned a potential change order (PCO) number to facilitate tracking and filing. In this manner, several potential change orders can subsequently be incorporated into a single contract change order. Change order work performed on a time-and-materials basis will be verified daily. Valley CM will enter the change order work activities into the CPM schedule to verify requested time extensions impacts accompanying the change order. A detailed change order cost estimate with which to compare and negotiate the contractor's cost quotation will be prepared for larger change orders. Valley CM will then 9 October 16, 2018 Item #5 Page 25 of 38 V/\LLEY tnn~tn1cuon M.:.111.Jqement Proposal for CM & Inspection Services for Recycled Water Phase 111 Pipeline Expansion Segment 5 Project {city of Carlsbad Cal i fo r nia recommend acceptance or rejection of the terms of the change order to the City. If the change order is accepted, Valley CM will prepare the document for signature. Ifthere is disputed extra work, Valley CM will work with the City and contractor until the item has been satisfactorily resolved. If it is not resolved, Valley CM will track the item as a potential claim. Change order status will be included in the monthly status report. Valley CM will take the lead in the resolution of any contract claims for this project during the construction contract period. We will keep current logs of Notice of Potential Claims and will prepare documents and supporting evidence regarding claims. Information on each individual Notice of Potential Claim will be kept separately in the project files. Valley CM will provide complete documentation, a claims response strategy, and cost analysis for the City review. However, it is Valley CM's intent to resolve claims and disputed work quickly and fairly as our experience has proven this typically results in the lowest cost to the City. Based on past experience, resolved issues don't' become claims! Project Closeout Project closeout can often be an overlooked item on the project. Valley CM believe that a successful closeout starts at the beginning of the project by explaining to the contractor what will be required and reminding them as the project progresses. Valley CM typically prepares an ongoing punch list to allow the contractor to complete these items as the work progresses instead of waiting to the end. We also require O&M manuals early to allow enough time for review by Operations. Redlines are reviewed on a monthly basis as a perquisite for processing the progress payment so the accuracy is maintained throughout the project and we are not trying to recreate it at the end. Administration and Record Keeping Valley CM utilizes Smartsheet, a cloud-based project management software program. All project documents (submittals, RFI's, meeting minutes, progress payments, etc.) are transmitted, logged and shared electronically utilizing this cloud- based system. Each user (City, Contractor and Valley CM) has separate login credentials that allows easy tracking of all use and restricted access to specific areas as needed. A dependable and simple document control system is the key to managing claims. At the end of the project, a thumb drive with all the electronic copies will be turned over to the City Field Observation/Inspection Valley CM will provide full-time inspection services to monitor the contractor's work for contract compliance during construction. Valley CM's inspector will document the contractor's daily work activities and compliance with all City and Agency standard specifications for utility materials and installation procedures through preparation of daily construction reports and logs. Hard copies of the daily construction reports and logs will also be maintained at Valley CM's office and converted to PDF format and uploaded to the document control site on a regular basis. Logs will include verbal, electronic and telephone conversations, material certification for compliance with the contract, compaction results, pipe testing result, reinforced concrete inspection, concrete strength testing and coordination and verification of all 3rd part quality control testing. For this project, the yd party QC consultant will be provided and paid for by the City with coordination required by Valley CM. Deficient work will be identified, tracked, and corrected using advisory notices and non-conformance reporting systems. Any damage to private or public property will be tracked, resolved, and reported in a timely manner. Compliance with all agency encroachment and other permits will be monitored and reported. All materials will be verified and documented for compliance with plans, specifications and approved submittals. Valley CM will perform a final project walkthrough with the City and contractor to prepare the final punch list. Any items remaining from preliminary punch lists and logs of nonconforming work will be added. Items from the post-construction conditions survey will be added and both the contractor and Valley CM will sign off on the completion of each punch list item. Daily Inspection Reports. Valley CM utilized Note Vault software for preparation of our daily reports. Note Vault is a software app that allows Lisa to speak his notes regarding the description of the current activities. Photographs can be tagged to each specific note entry. The voice notes are then transcribed, and the daily report is automatically generated and emailed to Lisa for review on a daily basis. This application virtually eliminates the old, time consuming way of handwriting daily reports and allows for a more detailed and thorough daily report. The daily report automatically pulls the current, local weather three times during the day and also allows the easy input of labor and equipment used. The daily inspection reports can be emailed to the City and any other personnel on a daily basis. 10 October 16, 2018 Item #5 Page 26 of 38 V Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project (city of Carlsbad V/\LLEY C al ifo r ni a Photographs Digital photos and video records will be taken of work progress (and preconstruction conditions) to document the contractor's work. All photos will be annotated with key words for future searching and stored in electronic files. Drone photograph and videos will be taken of the project on a regular basis. Proiect Issues (The really important stuff!) Valley CM staff have reviewed the plans and specification and driven the project. The following items summarize key project issues to make this project a success. • PUBLIC RELATIONS. The work on this project will affect a tremendously dense, urban environment that has been subject to various construction projects (public works and private development) in the same general area for several years. While Valley CM will work hand-in-hand with the contractor to minimize the impact of the physical construction, the public will still be inconvenienced. Valley CM's goal is to minimize this construction inconvenience by implementing an aggressive public relations program. This program will ensure all directly affected parties (especially the HOA residents) have immediate access to the current project information and current schedule. Providing detailed and accurate schedule information will allow the public to plan for the disruption and to minimize the impact on their daily lives. o City of Carlsbad Website. The City's website lists project currently under construction. (http://www.carlsbadca.gov/residents/construction.asp ). Valley CM will make sure this project is listed separately and provide updated information on a weekly basis to the City, so residents have accurate information when accessing the website. This information will include an overall site map that lists the areas affected by construction, so the public can plan their routes accordingly. o City of Carlsbad Streets Division Phone Calls. The City's website directs residents to call the City Streets Division (760-434-2980) with Construction Complaints on public streets. Valley CM will ensure the person(s) answering this phone has the latest information regarding the project so they can answer their questions. Valley CM will also provide a contact list of project staff, so Streets Division can provide the public with these phone numbers if they have additional questions. Valley CM will also ensure that the Streets Division has a weekly, updated location map for all work that can also be emailed to the residents if requested. Valley CM will follow up weekly with Streets Division to log all calls made regarding this project. o Homeowner's Associations (HOA). The project includes work at the Flower Fields Apartments and Carlsbad Palisades. These HOA's have very narrow streets and the work will severely impact these residents. Valley CM will meet with each HOA immediately after the approval of the baseline schedule to discuss the work and approximate time frame. We will discuss the scope of work (including final paving), schedule of work, daily work hours, limits of work, noise, trash pickup, parking impacts, etc. so the HOA can broadcast this information to the residents with plenty of advance notice of the work and a clear idea of the level of impacts it will have. o Businesses on El Camino Real. The intersection of El Camion Real and Marron Road has a large business presence that has been affected by various construction projects over the last several years. Additionally, business tend to quickly voice their concerns and complaints to the City when construction affects their businesses. Valley CM staff will meet with the property managers for The Shoppes at Carlsbad, the Carlsbad Plaza South Shopping Center and Carlsbad Plaza (CVSNons Center). Valley CM will meet with each property manager immediately after the approval of the baseline schedule to discuss the work and approximate time frame. We will discuss the scope of work (including final paving), schedule of work, daily work hours, limits of work, noise, trash pickup, parking impacts, etc. so the property manager can broadcast this information to the business with plenty of advance notice of the work and a clear idea of the level of impacts it will have. Valley CM will also meet with individual business owners and/or managers as needed throughout the project. • SCHEDULE. A thorough and detailed baseline schedule will be one of the main keys to the success of the project. Specification Section 6.1.2. l O states that the Notice to Proceed will NOT be issued until the baseline schedule is approved. This forces the contractor to provide a thought out and clear plan for constructing the project BEFORE works starts. Contractors will often be in a hurry to start the work and not provide the proper level of planning that the project requires to minimize impacts to the public. Valley CM's staff (who all have significant contractor experience) will provide a detailed and thorough review of the baseline schedule. We will 11 October 16, 2018 Item #5 Page 27 of 38 V V/\LLEY C ons.l I uc11w 1 Mc.1n<1gcn1r~nt Proposal for CM & Inspection Services for Recycled Water Phase 111 Pipeline Expansion Segment 5 Project {'city of Carlsbad Cal i fornia ensure the ORDER OF WORK requirements of 6-2.1 are incorporated, and more importantly, the activities and durations of the work reflects an accurate and realistic description of how the work will actually be constructed and how long it will take. By conditioning the issuance of the NTP upon approval, not just submission, of a baseline schedule, the contractor will be forced to thoroughly think through the sequence of the entire project (Potholing 4 weeks prior to pipe installation, expediting "<ork in the HOA's, El Camino Real, Environmental Sensitive Areas, maximum 500LF trench open, etc.) and set the project up for success. The project specifications also predicates monthly progress payments with an approved, monthly schedule update. This forces the contractor to continually update the schedule in a clear, concise and accurate manner throughout the entire project. Valley CM will provide a thorough review of each monthly schedule update to ensure it reflect the actual progress of the project. o Flower Fields HOA. This location has narrow roadways and over 112 apartments with almost 300 residents. Specific care must be taken to address ingress/egress during construction along with trash service. Valley CM will ensure the contractor has a clear and workable plan for this area which is communicated well in advance to the HOA and residents. The photo on the right shows the narrow roadways where the new RW water line will be installed. o Carlsbad Palisades HOA. This location is a collection of townhomes with separate garages for each townhome. There is limited open parking. Specific care must be taken to address ingress/egress during construction along with trash service. Valley CM will ensure the contractor has a clear and workable plan for this area which is communicated well in advance to the HOA and residents. The photo on the right shows the narrow roadways where the new RW water line will be installed. • TRAFFIC CONTROL/WORK HOURS. The project plans provide traffic control plans for the major arterial streets. However, the contractor will still be required to provide traffic control plans for review and approval for several of the residential and non-arterial streets. Changeable Message Boards (CMB's) should be required to be posted 7-10 days prior to any work on El Camino Real, Cannon Rd, Marron Rd and Tamarack Avenue. This will provide notification to the traveling public of the upcoming work so alternative arrangements can be made to minimize disruption. o The traffic control plans for several locations on El Camion Real offers the contractor the option of working 8:30am-3 :30pm OR night work 10pm-5am. Valley CM recommends specifying night work only for El Camino Real North of Marron and work on Marron that affects access to the Shoppes at Carlsbad mall. Night work presents unique safety and logistic challenges when the night work is only for a small portion of the project. o Night work typically generators noise complaints due to the equipment back-up alarm. Cal-OSHA regulation require the back-up alarms be audible from 200ft behind the vehicle so muffling or lowering the volume can possibly violate this regulation. However, there are new Cal-OSHA approved back- up alarms that utilize "white noise" frequency sound instead of the tonal "beep-beep" sound. Brigade Electronic manufactures the BBS-TEK White Sound Alarm. The "white noise" sound dramatically reduces the noise to the surrounding community while maintaining a safe environment for the workers. Olivenhain Municipal Water District has implemented the "white noise" backup alarms with much success on several of their vehicles over the last year. However, the noise generated by saw cutting can be mitigated by modifying the specifications to requiring the contractor to remove the asphalt by use of a "zipper" type grinder. While still noisy, it is significantly quieter than saw cutting and more tolerable by the public. 12 October 16, 2018 Item #5 Page 28 of 38 V V/\LLEY Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project {"city of Carlsbad c.onst·rl1rt1011 MdfMc.Jenu?nt C al i fornia o Kelly Elementary School is located at the south end of Kelly Drive at Park Drive. The work in the area will need to be restricted to summer when school is not in session as the driveway entrance to the school is located on Kelly Drive. o Traffic Control Plan Sheet TC-33 calls the closure of westbound Cannon to accommodate the proposed bore pit under the NCTD tracks with an accompanying detour south to Palomar Airport Rd and then north on Avenida Encinas. Sheet TC-33 shows work hours of 8:30am-3pm, however jack and bore operations require 24/7 traffic control for the duration of the tunneling due to the native of this type of construction. Based on field review for the location, there does not appear to be a safe alternative to allow through traffic without significant realignment of the RW main. This is impractical due to the number of existing utilities in this area. Valley CM recommends revising the traffic control plans for this location to accommodate 24/7 traffic control and require the contractor to complete this work with definitive time restrictions to minimize the impact of this detour to the traveling public. A significant number of cars use this road for access to southbound I-5 each morning and there will be initial complaints when this detour is implement. CMB' s should be posted a minimum of 2 weeks prior to this closure to maximize notice to drivers using this route. o Traffic Control Plan Sheet TC-56 calls for the complete closure of Northbound Pontiac Drive during installation of the RW water main along Tamarack A venue and requires a significant detour for access to this area. Valley CM recommends modifying the traffic control plans for this area to only allow for half of Pontiac Drive to be closed at a time, allowing through traffic and eliminating the detour. This will significantly reduce the burden of a significant detour on the residents in this area. • TECHNICALISSUES o Cannon Road (Sheet C-8). The 54-inch desalinization pipeline was installed via tunnel at this location and there is likely the remainder of the beam and plate shoring used for the pit directly in the pipeline alignment. Valley CM has confirmed that beam and plate shoring was used in this location. Typically only the top 5' of the beams and plates are removed and the remainder left in place when complete. Additional potholing should be required in this location to determine if there is any obstruction. 1"=4' I U.i ____ I o Flower Field Apartments. ' SEE ENLARGED PLAN 0 { I APPOX De.sat Pip,;llnsc 1eceMng·plt • There are several fire hydrants visible at the site that are NOT shown on the plans to be reconnected. The plans should be modified to reconnect all fire hydrants as the existing 8-inch water line is being abandoned during this work. • The paving requirements for this area omits a small section of roadway that doesn't have pipeline replacement. This area should be included in the overall paving requirements as the entire remainder of the roadways will be repaved. 13 October 16, 2018 Item #5 Page 29 of 38 V VALLEY (Oll':'it"ftlEl"IOl1 Mdlld(JCl"llf!nl Proposal for CM & Inspection Services for Recycled Water Phase III Pipeline Expansion Segment 5 Project {city of Carlsbad Californ i a o Tamarack Slurry Seal. Tamarack Ave. appear to have recently been slurry sealed and full width slurry seal should be required in the bid in this area to maintain the City's pavement management plan. o Lump Sum Bid Items. The pipeline installation bid items are all currently lump sum bid items. Valley CM recommends changing these to a LF bid item to more easily accommodate additions/deduction of the actual pipeline quantity. o Equipment Storage. Specification Section 7-10.2 restricts the contractor for excessive use of the public street for equipment storage. Valley CM will ensure this requirement is enforces to minimize impact to the public during the work o Recycled Water Separation Guidelines. The State Water Resources Control Board issued new guidance for Separation of Water Mains and Non-Potable Pipelines on December 14, 2017. This guidance letter supersedes Guidance Memo 2003-02, dated October 15, 2003. Valley CM will ensure the project is constructed within these guidelines when any redesigns of the pipeline are required due to utility conflicts. Both Paul Mochel and Lisa Craig are certified Cross Connection Specialists and performed this work on the OMWD Village Park Recycled Water Project. 6. SCHEDULE All staff listed in this proposal are available for the complete duration of the project. 7. REFERENCES Valley CM encourages you to call any of the references in the Project Experience section of this proposal. 14 October 16, 2018 Item #5 Page 30 of 38 V/\LLEY Construction Management Paul Mochel, PE, CCM, CWI Project Executive Paul has over 25 years of experience in construction management as both an owner's representative and a general contractor. He has constructed over$ I 50 million worth of projects and has extensive experience with water and wastewater projects including treatment facilities, pipelines, pump stations and reservoirs. Paul has supervised the construction of treatment facilities ranging from .5 MGD to 32 MGD and the installation of over 125,000 linear feet water and wastewater gravity and pressure pipelines through open cut construction, microtunneling, jack & bore, drill & blast tunnel, pipe bursting, CIPP lining and spiral wound PVC lining. Having been both an inspector and contractor, Paul understands the contractor's requirements to complete the job while maintaining the owner's best interest. Pipelines Village Park Recycled Water Project ($8.2 Million): Construction Manager for the installation of7 miles of 4-inch through 12-inch C900 PVC recycled water main in the Village Park area of Encinitas. The project also includes the installation of an EFI pre-packaged pump station. Extensive coordination was required with the City of Encinitas and public as the project is located in a densely residential area. Pipeline redesigns required compliance with DHS separation guidelines for tertiary treated recycled water lines. Night work was required in several locations. Encinitas, California. Unit AA Phase 1 & Phase 2 ($12.1 Million-Phase 1, $4.2 Million-Phase 2): Construction Manager for these concurrent projects. Phase 1 includes 16,000 LF of 48" steel pipe with polyurethane coating installed via open trench through heavily traveled 2-lane roads, environmentally sensitive land inside only a 20' wide easement and 300LF installed through a drill and blast rock tunnel underneath Escondido Creek. Phase 2 included the connection of the AA pipeline at each end to the San Diego County Water Authority Pipeline 5 and Flow Control Facility OV- 8. The Pipeline 5 connection required the installation of a l 08" x 48" tee that had to be installed during a IO-day shutdown window. San Marcos Interceptor Phase 1 ($4.2 Million): Construction Manager for the installation of 3,000 LF of 36" Hobas (FRP) pipe via open trench up to depth s of 25' below grade immediately adjacent to the San Marcos Creek as well as through the parking lots of several high profile businesses. The project required extensive dewatering and sewer bypassing for this trunk sewer replacement. The project also includes microtunneling drives under several homes and under State Route 78, which required Caltrans coordination. San Marcos, California. Sewer CIPP Rehabilitation ($5.5 Million): Construction Manager for the installation of over 20 miles of Cured In Place Pipe (CIPP) sewer main rehabilitation (8"-12" diameter). The project includes over 450 separate locations, each of which required proper notification, traffic control, sewer bypass and inspection. The work also included over 1,900 sewer lateral service connections via brim style "Top Hat's" and 270-degree full wrap SLB seal. Vista, CA Sewer CIPP Rehabilitation-Phase 1 & 2 ($6.5 Million): Construction Manager for the installation of over 30 miles of Cured In Place Pipe (CIPP) sewer main rehabilitation (8"-18" diameter). The project includes over 650 separate locations, each of which required proper notification, traffic control, sewer bypass and inspection. The work also included over 3,000LF of open cut sewer replacement and over 200 manhole rehabilitations. South Pasadena, CA Education B.S., General Engineering, University of Illinois-Urbana 1990 Registrations/licenses Professional Engineer California C-68833 Certifications Construction Management Association of America - Certified Construction Manager (CCM) American Welding Society- Certified Welding Inspector (CWI) #09020901 Certified Public Infrastructure Inspector-CPII (APWA) Certified Cured-In-Place Pipe (CIPP) lnspector-NASSCO California Contractor's License- General Engineering A/B-99513 Backflow Tester (A WW A & ABPA) Cross-Connection Specialist (AWWA&APWA) Professional affiliations American Society of Civil Engineers Construction Management Association of America -Past President America Public Works Association (APWA)-Subject Matter Expert for the Certified Public Infrastructure Inspector Exam (2013) October 16, 2018 Item #5 Page 31 of 38 V/\.LLEY const..-ur.Uon Management Lisa Craig, CCM, CWI Construction Manager Lisa has over 25 years of construction field experience working for an underground pipeline and heavy civil contractors including 16 years experience supervising field crews. Her projects have included open cut gravity and pressure pipeline construction, jack & bore and drill & blast tunnels, microtunneling, CIPP sewer lining as well as pump/lift station construction and water treatment projects for public and private clients. She has extensive experience in estimating, cost analysis and project controls. Her experience working as a general contractor from the laborer level to project manager allows Lisa to anticipate problems and the contractor's actions to minimize change or-ders and delays. She spent several years as a field superintendent for a dewatering and bypass-pumping contractor and brings this relevant and applicable experience to her projects. Home Gardens Well Collection Pipeline ($6.2 Million). Construction Manager for the installation of 3, I 00 LF of 24-inch DI Pipe, 8,400 LF of 20-inch DI Pipe and 2,500 LF of 16-inch DI pipe to connect an existing well to the City's new ION Exchange plant and to the existing city pipe line. There were jack and bore tunnels under BNSF Railroad and one under Temescal Concrete Lined Wash. The project was very challenging due to the soil conditions. Most of the project is in a river wash so the ground was very sandy and difficult to shore. We also encountered soils conditions of very large boulders and solid rock. The project was constructed during day and night shift's across multiple jurisdictions (City Of Corona, CALTRANS, Riverside County and Home Gardens). The project came in on time and under budget. -Corona, CA. Village Park Recycled Water Project ($8.2 Million): Inspector for the installation of 7 miles of 4-inch through 12-inch C900 PVC recycled water main in the Village Park area of Encinitas. The project also includes the installation of an EFI pre-packaged pump station. Extensive coordination was required with the City of Encinitas and public as the project is located in a densely residential area. Pipeline redesigns required compliance with DHS separation guidelines for tertiary treated recycled water lines. Night work was required in several locations. Encinitas, California. Unit AA Phase 1 & Phase 2 ($12 Million-Phase 1, $4 Million-Phase 2): Resident Engineer/Welding Inspector the installation of 16,000 LF of 48" steel pipe with polyurethane coating installed via open trench through heavily traveled 2-lane roads, environmentally sensitive land inside only a 20' wide easement and 300LF installed through a drill and blast rock tunnel underneath Escondido Creek. The project also included the installation of a 108" x 48" tee that had to be installed during a 10-day shutdown window. This required the contractor to work 24/7 during this time to ensure completion within the 10-day window and utilized over 2,000 man-hours in 1 week. The Flow Control Facility OV-8 connection included the installation of 36" Plunger and Ball Valves as well as a venturi flow meter. Escondido, California. City of Pomona Sewer & Water Replacement ($8 Million Total)): Resident Engineer for the replacement of 10,000 LF of 8"-12" sewer mains and 5,000 LF of 10" water lines in heavily residential areas with 1 contractor working under 2 separate contracts operating concurrently. Pomona, California. Lacosta Town Center 18" Water Relocation ($1.5 Million): Resident Engineer for the new installation of 18" CMLC steel water line required during the construction of a new commercial development. The project also required the installation of a 12" CMLC hi-line for 2 months during the project. This work required close coordination with the developer, contractor and water district staff who would eventually take ownership of the new pipeline. Carls bad, CA Certifications Construction Management Association of America -Certified Construction Manager (CCM #6350) American Welding Society - Certified Welding Inspector (CWI) #09020901 Certified Public Infrastructure Inspector-CPU (APW A) Certified Cured-In-Place Pipe Inspector-NASSCO (National Association of Sewer Service Companies) Certified Water Distribution Operator-DI (California Department of Public Health) Certified Backflow Tester (A WWA and ABPA) Certified Recycled Water Cross Connection Specialist (A WWA and ABPA) Professional affiliations Construction Management Association of America American Water Works Association (AWWA) October 16, 2018 Item #5 Page 32 of 38 V V/\LLEY Cnnc:;.I n irHon M,1naqP.1 nP.nl Frank Gomez Inspector Frank has over 17 years of experience in in the water and wastewater industry specializing in the construction of treatment plants, pump stations and chemical systems. He has constructed over $50 million worth of projects and has extensive experience with water and wastewater projects including treatment facilities, pipelines, pump stations and reservoirs. Frank has significant experience in resident engineering services including RFl's, submittals and change order management. Having built numerous facilities , Frank understands the contractor's requirements to complete the job while maintaining the owner's best interest. Home Gardens Well Collection Pipeline Inspector for the installation 3,100 LF of 24-inch DI Pipe, 8,400 LF of 20-inch DI Pipe and 2,500 LF of 16-inch DI pipe to connect an existing well to the City's new ION Exchange plant and to the existing city pipe line. There were jack and bore tunnels under BNSF Railroad and one under Temescal Concrete Lined Wash. The project was very challenging due to the soil conditions. Most of the project is in a river wash so the ground was very sandy and difficult to shore. We also encountered soils conditions of very large boulders and solid rock. The project was constructed during day and night shift's across multiple jurisdictions (City Of Corona, CAL TRANS, Riverside County and Home Gardens) Rockhoff Pump Station Replacement Certifications Cal-OSHA 40 Hour Cal-OHSA HAZWOPER Competent Person Confined Space Professional affiliations Construction Management Association of America America Public Works Association (APW A) Resident Engineer for the construction of a pump station replacement project. The project is located on a small site and required the existing pump station to remain in service during the construction of the new pump station. The project included the removal and replacement of 1,000 LF of 12-inch PVC water main along a highly traveled street in Escondido and connection to the VID flume vault. The project included a pre-negotiated Grundfos booster pump skid package, a new CMU building, a new electrical room equipment, new I&C equipment, site grading, surge tanks, flow meter, standby generator and on and off-site pipeline improvements. Weese Filtration Plant Chemical System Upgrades and Media Replacement. Resident Engineer for the construction of a new chemical system for an operational plant. The project includes a new chemical containment structure, multiple chemical storage tanks, yard piping, mixing and pumping equipment, electrical, instrumentation and controls. The project requires the existing plant and existing chemical system to remain in service while constructing the new chemical system. The project also included the replacement of granular media for the plants 8 filter bays. This included removal of all sand, rock and anthracite, various repairs of the filter system while down and then placement and backwashing new sand, rock and anthracite. City of Oceanside. San Dieguito Pump Station. Project Superintendent for the construction of a new 15MGD raw water pump station that required keeping the existing pump station in service at all times. The project included a copper sulfate treatment system, new intake pipeline that required coordination with the Department of Dams, a new CMU building, new 480V electrical service, SCADA integration, surge tank replacement, various mechanical piping, vertical turbine pump installation, new MCC's, VFD's, HV AC, plumbing, electrical and instrumentation. Santa Fe Irrigation District Holtville Reservoir and Clarifiers with Sodium Hypochlorite Treatment System. Project superintendent for the construction of a new 2.4 MG steel reservoir with concrete foundation excavated, raw water ponds lined with HDPE liner and demolition of an existing 1.5 MG steel reservoir. The project also included the rehabilitation of an existing pump station wet well and piping, replacement of a bridge suspended water line, upgrade of chemical meter pumps for hypochlorite and installation of turbidity analyzers. City of Holtville Water Department Olympiad Pump Station and Sodium Hypochlorite Treatment System Project Superintendent for the construction of a new pump station with new CMU building with vertical turbine pumps, associated piping and electrical and controls system. The project also included a chemical skid with poly tank and metering pumps for hypochlorite dosing. October 16, 2018 Item #5 Page 33 of 38 May 11, 2018 ADDENDUM NO. 1 (-City of Carlsbad RE: CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 PROJECT-RFQ18-420TRAN Please include the attached addendum in the Proposal submittal. This addendum--receipt acknowledged--must be included to your Proposal when your bid is submitted. U ) . T * · ,-, Uli-«f'::ft , ;f~.: . l J ~t_j_ Eleida Felix Yackel !/ Senior Contract Admini~trator I AC0DGE RECEIPT OF ADDENDUM NO. 1 fr ~ IUt Ffr6poser's Signature/ Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t · 1; Ii I' October 16, 2018 Item #5 Page 34 of 38 CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 PROJECT-RFQ18-420TRAN Addendum No. 1 From: Valerie Airey, Project Manager Phone: 760-602-2764 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 1 (including this page) Date: May 11, 2018 Proposal Due Date: Remains the same -May 23, 2018 -4:00 P .M. NOTICE The following changes to the Request for Qualifications with Fee Proposal are hereby made effective as though originally issued with the solicitation. Proposers are reminded that all previous requirements to this solicitation remain in full force and effect. The following provides responses to inquiries and additional information for the referenced project. Proposer must acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject proposer to disqualification. Response to Inquiries: 1 Q. Will a cover and/or dividers be excluded from the 15-page maximum? 1A. Yes. 2Q. On RFQ page 9, under Payment, it states that, "the normal hourly rate charged to the City will include any additional costs the consulting firm may incur for overtime." Can you clarify if the labor rates submitted as part of the cost proposal should be a single rate inclusive of overtime or shown as separate regular and overtime rates. If only one inclusive rate is desired, can the City provide an approximate number of overtime and double-time hours anticipated for this project? 2A. Please show as separate rates. 3Q. Section 02223 identifies the contractor responsible for trench compaction testing and backfill testing, material testing for asphalt and concrete is normally handled through the City's on- call testing firm. Is this the preferred method or should the CM consultant Include an estimate for those services? For consistency, one alternative to consider is having the City provide a dollar amount that all firms use for the proposal. 3A. The City will be responsible for contracting with a testing firm. The selected consultant will be responsible for coordinating necessary testing inspections during construction. 40. The plans identify areas for culture monitoring. It was unclear who will provide those services? The plans identify the City will provide a Biologist, we assume Carlsbad will provide those services and not the consultant? 4A. Correct. The city will provide cultural monitoring. October 16, 2018 Item #5 Page 35 of 38 CONTRACTOR'S STATEMENT COMPLIANCE WITH INSURANCE REQUIREMENTS (Please see Sample Contract, Section 11) The CONTRACTOR must attach either of the following items to this page, and submit with his/her proposal: 1) Certificates of insurance showing conformance with the City's contract insurance requirements herein for: e Comprehensive General Liability Insurance • Automobile Liability Insurance • Workers' Compensation and Employer's Liability Insurance • Errors and Omissions/ Professional Liability Insurance OR 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the CONTRACTOR, will issue to the CONTRACTOR policies of insurance for Comprehensive General Liability, Automobile Liability, Workers' Compensation and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the City showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in the included contract for each insurance company that the CONTRACTOR proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Within twenty (20) calendar days after City's notification of award of contract to CONTRACTOR all required insurance documents must be submitted to the City's Purchasing Officer. CONTRACTOR's failure to provide the City-required insurance certificates showing specified coverage within this time frame may be cause for the contract award :~.,.~~cinded~i:/:he City's sole discretion. / / ~"'/ ,-1/' ~ l!cv L C<DNTRACTOl=t's Acknowledgement (signature) RFQ 18-420TRAN 8 of 19 October 16, 2018 Item #5 Page 36 of 38 V V/\LLEY Cons11uctlon Man<l(]Cmr.nt City of Carlsbad Recycled Water Phase Ill Pipeline Expansion Segment 5 Project Field §ta ff Resource Plan and Level Dr Effort (Hours Per Month) Based on Project Specification Schedule 24 Month Construction Duration Position Name ¾ Hours 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Hours Rate Total Project Executive Paul Mochel, PE, CCM 3% 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 192 I $155 I $29,760 Senior Construction Manaoer Lisa Craia, CCM 33% 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 88 138 138 2,212 I $145 I $320,740 Project Inspector Frank Gomez 64% 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 176 4,224 1 $130 I $549,120 66281 I $899,620 All costs are included in the hourly rate (auto, laptop, cell phone, etc.) Costs are based on a 24-month conslruction duration. lncreasesJdecreases in the duration will adjust the cost proportionalty. October 16, 2018 Item #5 Page 37 of 38 Task 1 1 .1 1.2 1.3 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 3 3.1 VALLEY CONSTRUCTION MANAGEMENT FEE SCHEDULE V V/\LLEY Construction Management City of Carlsbad Recycled Water Phase Ill Pipeline Expansion Segment 5 ESTIMATED STAFF HOURS FOR EACH TASK AND STAFF MEMBER Task Description Paul Mochel Lisa Craiq Principal Construction Manager PRECONSTRUCTION SERVICES Constructabilitv Review 0 0 Project Manaqement 0 0 Preconstruction Conference 4 12 Task 1 Total Hours 4 12 Hourly Rate $155 $145 Task 1 Total Cost $620 $1,740 CONSTRUCTION SERVICES Contract Administration 140 1500 Reports and Communications 0 140 Photo Documentation 0 20 Construction Proqress Meetinqs 24 60 Shop Drawinqs and Submittal Review 8 100 Plans and Specifications Interpretation 8 100 Construction Inspection Services 0 20 Proqress Payments 0 60 Contractor's Claims & Chanae Orders 8 40 Stormwater Inspection Services 0 40 Tak 2 Total Hours 188 2080 Hourly Rate $155 $145 Task 2 Total Cost $29,140 $301,600 PROJECT CLOSEOUT Closeout 0 120 Task 3 Total Hours 0 120 Hourly Rate $155 $145 Task 3 Total Cost $0 $17,400 PROJECT TOTAL HOURS 192 2212 Hourly Rate $155 $145 PROJECT TOTAL COST $29,760 $320,740 TOTAL COST Frank Gomez RE/Inspector 0 0 4 4 $130 $520 20 20 20 40 0 40 3900 60 20 40 4160 $130 $540,800 60 60 $130 $7,800 4224 $130 $549,120 $899,620