Loading...
HomeMy WebLinkAbout2014-10-21; Municipal Water District; 791; Approve Amendment CH2M Water Recycling12 CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL AB# MTG. DEPT. 791 10-21-14 PW-UTIL APPROVAL OF AMENDMENT NO. 1 WITH CH2M HILL ENGINEERS, INC. FORTHE CARLSBAD WATER RECYCLING FACILITY PHASE III EXPANSION, PROJECT NO. 5209 DEPT.DIRECTOR J].- GEN. COUNSEL CITY MGR. RECOMMENDED ACTION: Adopt Resolution No. 1504 approving Amendment No. 1 to amend the Professional Services Agreement with CH2M Hill Engineers, Inc. for the Carisbad Water Recycling Facility Phase III Expansion, Project No. 5209. ITEM EXPLANATION; The Carlsbad Water Recycling Facility (CWRF) is located at 6220 Avenida Encinas adjacent to the south side of the Encina Water Pollution Control Facility (see Exhibit 2). Construction of the CWRF was completed in 2005 as part of Cartsbad Municipal Water District's (CMWD) Recycled Water Phase II project and has a capacity of 4.0 million gallons per day (mgd). The Encina Wastewater Authority operates and maintains the CWRF through a Memorandum of Understanding with CMWD. On November 27, 2012, by Resolution No. 1455, the Board adopted a Mitigated Negative Declaration for the District's Phase III Recycled Water Project, which includes the expansion of the treatment capacity of the Cartsbad Water Recycling Facility. The CWRF expansion includes additional microfiltration equipment, influent pumps, a chlorine contact tank and other miscellaneous improvements to increase the treatment capacity at CWRF to approximately 7.0 mgd. On October 8, 2013, by Resolution No. 775, the Board approved an agreement with CH2M Hill to provide professional engineering services related to the expansion of the Carlsbad Water Recycling Facility. CH2M Hill was initially selected because of their water treatment plant design experience and their full service qualifications in providing water treatment studies through design and construction support. The scope of the original agreement with CH2M Hill was limited to filtration studies and preparation of a preliminary design report so that the project could be better defined before entering into the design phase ofthe project. This work has since been completed and staff recommends moving forward with the design recommendations in the preliminary design report. DEPARTMENT CONTACT: Terry Smith 760-602-2765 terry.smith(5)cartsbadca.gov FOR CITY CLERKS USE ONLY y BOARD ACTION: APPROVED < CONTINUED TO DATE SPECIFIC • DENIED • CONTINUEDTO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER-SEE MINUTES • AMENDED • Amendment No. 1 with CH2I\A 10-21-14 Page 2 of 3 On January 17, 2014, Governor Brown proclaimed a drought state of emergency and on March 1 he signed legislation to provide assistance to communities affected by drought to improve the availability and use of local water supplies. This legislation directed the Department of Water Resources (DWR) to expedite the award of $200 million of Funding, or 44 percent of the amount remaining in Proposition 84 grant program. On June 18, 2014, the San Diego County Water Authority (SDCWA) Board of Directors approved and authorized the General Manager to submit a Proposition 84, 2014 Integrated Regional Management (IRWM) Drought Solicitation Implementation Grant Application. The approved list of projects consisted of seven projects totaling approximately $15 million in grant requests, which includes grant funding of $4.0 million to CMWD for a portion ofthe Phase III Recycled Water Project, including the expansion of the Carisbad Water Recycling Facility and two pipeline expansion segments. Last month DWR announced its draft list of recommended grant recipients. After receiving and responding to public comments on its draft list, DWR is expecting to release its final grant award in November 2014. To be eligible for the grant funds, CMWD must award construction contracts prior to April 1, 2015. In order to achieve this milestone date for the CWRF Expansion Project, staff recommends that the project proceed using a Design-Build contract deliver method in lieu of a traditional Design-Bid-Build approach. Therefore, staff has requested a scope of services and fee proposal from CH2M Hill Engineers to develop a Design-Build Request for Proposal (RFP) document and to provide assistance to CMWD through the design-build contractor selection process. Staff has negotiated a fair and reasonable fee for these services and is recommending that the Board approve Amendment No. 1 with CH2M Hill Engineers for an amount not-to-exceed $319,266. FISCAL IMPACT: The expansion ofthe CWRF is part ofthe Recycled Water Phase III project and is included under Project No. 5209. As shown in Table 1, the current project appropriation is $7,140,000 from the Recycled Water Fund. CH2M Hill, Inc. will provide the professional engineering services specified in Amendment No. 1 for a total not to exceed cost of $319,266. TABLE 1 - PROJECT COST ESTIMATE Recycled Water Phase III CRWF Plant Expansion, Project No. 5209 ESTIMATED COSTS Design Contract (CH2M Hill) $319,266 Construction Contract (Estimate) $8,250,000 Construction Management, Inspection, and Material Testing $800,000 TOTAL ESTIMATED PROJECT COSTS (CRWF Plant Expansion) $9,369,266 Current Appropriation-Phase III CRWF Plant Expansion, Project No. 5209 $7,140,000 Current Expenditures/Encumbrances- CRWF Plant Expansion, Project No. 5209 $291,897 TOTAL AVAILABLE PHASE III CRWF Plant Expansion, Project No. 5209 $6,848,103 ADDITIONAL APPROPRIATION ANTICIPATED FOR CONSTRUCTION $2,521,163 Amendment No. 1 with CH2M 10-21-14 Page 3 of 3 As shown in the table above, sufficient funds have been appropriated for this amendment to the professional services agreement with CH2M Hill. However, additional appropriations are anticipated for the construction phase, which have already been budgeted in the CIP for next fiscal year for the Phase III Recycled Water Project. Separate Board action will be required for acceptance of award of grant funds and an agreement with the San Diego County Water Authority for distribution of funds to the Phase III Recycled Water Project. ENVIRONMENTAL IMPACT; The expansion ofthe CWRF is part ofthe Recycled Water Phase III Recycled Water Project, Expansion Segment No. 8. An environmental impact assessment was conducted for the Phase III Recycled Water Project, and a Mitigated Negative Declaration and Mitigation Monitoring and Reporting Program was approved by the Board through Resolution No. 1455, on November 27, 2012. Pursuantto Public Resources Code Section 21065, approving a professional services agreement does not qualify as a "project" within the meaning of the California Environmental Quality Act (CEQA) in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. PUBLIC NOTIFICATION: None. EXHIBITS: 1. Resolution No. 1504 a Resolution ofthe Board of Directors ofthe Carlsbad Municipal Water District (CMWD), Approving Amendment No. 1 to amend the Professional Services Agreement with CH2M Hill Engineers, Inc. forthe Carlsbad Water Recycling Facility Phase III Expansion, Project No. 5209. 2. Location Map 3. Amendment No. 1 to Agreement for Professional Engineering Services with CH2M Hill Engineers, Inc. forthe Cartsbad Water Recycling Facility, Project No. 5209. 9 10 11 12 13 RESOLUTICNNO. 1504 1 2 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING AMENDMENT 4 NO. 1 TO AMEND THE PROFESSIONAL SERVICES AGREEMENT WITH CH2M HILL ENGINEERS, INC. FOR THE CARLSBAD WATER 5 RECYCLING FACILITY PHASE III EXPANSION, PROJECT NO. 5209. 6 7 WHEREAS, the Cartsbad Water Recycling Facility is owned by the Carlsbad Municipal 8 Water District; and WHEREAS, on October 9, 2013, CMWD entered into an agreement with CH2M Hill Engineers Inc., in the amount of $250,176 to provide preliminary design services to better define the project before entering into the design phase ofthe project; and WHEREAS, CH2M Hill completed a Preliminary Design Report describing the 14 recommended facilities and treatment process forthe expansion ofthe Carlsbad Water Recycling 15 Facility, which includes an expansion from 4.0 mgd to 7.0 mgd; and 16 WHEREAS, staff recommends Design-Build project delivery approach in lieu of a 17 traditional Design-Bid-Build approach to accelerate the project schedule; and 18 WHEREAS, staff and CH2M Hill, Inc. have negotiated fees in the sum of $319,266 to 19 20 provide to professional engineering services for Design-Build procurement assistance, design 21 review and project management; and 22 WHEREAS, the Board has determined it is necessary and in the public interest to approve Amendment No. 1 to the agreement with CH2M Hill, Inc. to provide said professional engineering services, forthe Carisbad Water Recycling facility Phase lil Expansion, Project No. 5209; and WHEREAS, funds has been appropriated in the 2014-2015 Capital Improvement Program 23 24 25 26 27 from the Water Replacement Fund in the amount of $7,140,000; and 28 1 WHEREAS, the appropriation from the Recycle Water Fund, are sufficient for the 2 amendment to the professional engineering services agreement. NOW, THEREFORE, BE IT RESOLVED by the Cartsbad Municipal Water District Board of Directors ofthe City of Carlsbad, California, as follows: 1. That the above recitations are true and correct and incorporated herein. 3 4 5 6 7 2. That the President of the Board is hereby authorized and directed to execute 8 Amendment No. 1 to the Professional services agreement with CH2M Hill, Inc. to provide professional engineering services for the Carlsbad Water Recycling Facility Phase III Expansion, Preliminary Design, Project No. 5209. // // 9 10 11 12 13 14 // 15 // 16 17 18 19 20 // // // // 21 // II II II II 22 23 24 25 26 27 // 28 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Special Meeting ofthe Board of Directors ofthe Carisbad Municipal Water District of the City of Carisbad on the 21st day of October 2014, by the following vote to wit: AYES: NOES: ABSENT: Board Members Hall, Packard, Schumacher, Blackburn. None. Board Member Wood. ^TT HALL, President MATT ATTEST: BARBARA ENGLESON, S^dretary •af O: •r LOCATION MAP SITE NOT TO SCALE PROJECT NAME CWRF PHASE III EXPANSION PROJECT NUMBER 5209 EXHIBIT PLOTIED BY: SCOTT EVANS PLOT DATE:9/19/13 PATH:D:\UVUVES DEPARTUENT\LOCATION UAPS\5209.Dm UTILI 039 AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY CH2M HILL ENGINEERS, INC. This^Amendment No. 1 is entered into as of the c2^'~^ day of (y,(L><>-^i^-flH>> , 2014, amending the agreement dated October 9, 2013 (the "Agreement") by and between the Carlsbad Municipal Water District, a PublicAgency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad ("CMWD"), and CH2M Hill Engineers, Inc., a Delaware corporation, ("Contractor") (collectively the "Parties"). RECITALS A. Contractor has completed the preliminary design phase of the Cartsbad Water Recycling Facility as described in the Agreement and the Parties desire to alter the scope of work to include Design-Build services in lieu of Design-Bid-Build services for the Carlsbad Water Recycling Facility Expansion; and B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time. Contractor will provide those services described in Exhibit "A". 2. CMWD will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed three hundred nineteen thousand two hundred sixty six dollars ($319,266). Contractor will provide CMWD, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by CMWD. 3. Contractor will complete all work described in Exhibit "A" by October 8, 2016. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment 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 amendment. General Counsel Approved Version 1/30/13 8 CONTRACTOR CH2M HILL ENGINEERS INC., a Delaware corporation Thomas T. Price, P.E., Vice President (print name/title) By: (sign here) (print name/title) UTILI 039 CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: President ATTEST: rJzi4. BARBARA ENGLESON^ 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: CELIA A. BREWER, General Counsel By:. Assistant General CoiVisel General Counsel Approved Version 1/30/13 Exhibit "A" CARSLBAD MUNICIPAL WATER DISTRICT CARLSBAD WATER RECYCLING FACILITY, PHASE III EXPANSION PROJECTNO. 5209 AMENDMENT 1 SCOPE OF SERVICES September 25,2014 PROTECT BACKGROUND This is the first amendment to the AGREEMENT FOR SERVICES BETWEEN CARLSBAD MUNICIPAL WATER DISTRICT AND CH2M HILL ENGINEERS, INC. dated October 9, 2013 (Agreement) for additional engineering services associated with the Carlsbad Water Recycling Facility (CWRF) Phase III Expansion (Project). Carlsbad Municipal Water District (CMWD), a subsidiary of the City of Carlsbad (City), owns the CWRF located at 6220 Avenida Encinas, Carlsbaci, Califomia. The CWRF is currently regulated by the Califomia Regional Water Quality Control Board under Order No. 2001-352 for tiie treatment and reuse of up to 4.0 million gallons per day (mgd). CH2M HILL was selected to provide consulting services to CMWD for the CWRF Phase III Expansion. The Project was initiated under a traditional design-bid-build (DBB) delivery metiiod. CH2M HILL completed the preliminary design xmder the Agreement. CMWD has decided to switch the project delivery approach to design-build (DB) in order to facilitate meeting grant funding requirements. Based on the preliminary design completed by CH2M HILL, the Project will generally consist of a 3.0 mgd expansion of die CWRF treatment capaciiy. This scope of work describes the services to be rendered by CH2M HILL for CMWD on the Project It is anticipated that CMWD will issue an amendment or separate contract to CH2M HILL for subsequent phases of work or for work exceeding the level of effort described herein. SCOPE OF WORK This scope of work describes the design-build phase support services to be rendered by CH2M HILL associated witii the CWRF Phase III Expaiision project. CH2M HILL's scope of work presented herein generally includes the following services: • Design-Build Procurement Assistance, • Design Review, and • Project Management. This scope of work does not include oversight of the DB contractor during the construction phase of tiie Project. Pagel 0 Task 4: Design-Build Procurement Assistance Under this task, CH2M HILL will provide assistance witii the Design-Build procurement for tiie CWRF Phase III Expansion. CH2M HILL will assist witii flie development of selection criteria and preparation of the Request for Proposal (RFP) documents in accordance with the City of Carlsbad, Califomia Municipal Code (Code) section 3.28.085. CMWD will be responsible for preparing necessary council memos and resolutions for the Project CMWD will also be responsible for printing hard copies of the RFP documents if necessary. CMWD shall provide guidance and documents/forms necessary to comply with financing requirements including those of the State Revolving Fimd (SRF) and otiier grant funding pertaining to tiiis Project Specific work activities and deliverables to be performed by CH2M HILL for this task are as identified below. Subtask 4a. Design-Build RFP Document Development As part of this subtask, CH2M HILL will prepare a DB RFP to request proposals from qualified DB contractors. The RFP will include tiie following elements and will request both a technical and price proposal for final design and consbuction of the CWRF Phase III Expansion DB project Description of Project, Project Objectives and Scope of Work, Selection Process and Project Schedule, Proposal Submittal Requirements, Preliminary Design Documents including the Preliminary Design Report, drawings and system performance criteria. Sample DB Contract witii General and Special Conditions, Required Forms including Form of Price Proposal, Evaluation Criteria, Sample Questionnaires and Forms, and Subcontracting Plan. The RFP will establish the DB contractor selection on the basis of a best-value selection, including both qualifications and price considerations, as defined under Code section 3.28.085.F.2. Based on direction from CMWD, we have assumed this DB procurement will not include a separate prequalification step. The RFP package will request information including experience, competency, financial information, capacity, licenses and other accreditations, safety record, and existence of claims from tiie prospective contractors. In addition to the price proposal, the RFP will also request an estimate of life-cycle cost which will be included in the evaluation criteria. CH2M HILL will develop a sample DB conti:act (using DBIA or EJCDC standard documents) including modified general and spedal conditions. CMWD will be responsible for providing relevant general conditions that are required by tiie City. CH2M HILL will prepare supplemental drawings and performance criteria that will be attached to the RFP and used to describe the work to be performed by the DB contractor. Page 2 1^ Proposers may advance the design during the proposal period and/or make changes to the Preliminary Design Report concepts in order to develop their price proposal. The environmental permit applications are being completed by CMWD. Grant application and compliance work is being performed by CMWD. CH2M HILL will prepare and submit the CWRF Phase III Expansion DB RFP documents in Microsoft Word format to the City for advertisement using the City's online bid system. CH2M HILL will submit to CMWD the elecb-onic CAD files and flie drawings completed during preliminary design in pdf format This scope of work assumes up to two meetings witii CMWD to review draft materials and one meeting with the City purchasing and/or legal departments to discuss the City's requirements for DB procurement CH2M HILL has assumed up to 80 hours of labor for attendance at one preproposal meeting, assistance witii responding to questions during the 30-day RFP period and preparing addenda as necessary. CH2M HILL will attend one round of proposer interviews, conduct comprehensive reviews and evaluations of the proposals, verify references and qualifications, and facilitate one meeting to discuss evaluation results/recommendations with the selection panel. Subtask 4b. Process ControI/SCADA Scope of Work This subtask is intended to define the process control/SCADA integration scope of work and will include the following activities: • Identify and document required changes or upgrades to the existing PLC and HMI hardware/software to accommodate the expansion Project including programming requirements, • Work with Process Engineer to prepare written process-level operational description of each major process, • Develop overall process-level control philosophy including local control approach, control system, level of automation, supervisory control, • Review concepts and draft work products with and seek approval from quality control reviewer, and • Develop a plan to define coordination requirements between the DB contractor and SCADA integrator, or provide basis of design guidance if the SCADA integration will be included in the DB contractor's scope of work. We have assumed up to 176 labor hours to complete the work of this subtask. It is assumed tiiat fhe existing SCADA system will be upgraded to accoimnodate the expansion and that SCADA standards and other reference documents will be made available by CMWD for review. The deliverable for this subtask will be a focused technical memorandum to provide a summary of the activities described above. It is not anticipated that this technical memorandum will be included in the preliminary design report Page 3 Task 5: Design-Build Design Review CH2M HILL wiU assist CMWD with review and oversight of tiie design documents completed by tiie selected DB contractor, up to tiie level of effort assumed, including tiie following activities: • Coordinate and provide design package review at the 60 percent complete stage, • Coordinate and provide design package review at tiie 90 percent complete stage, • Review and comment on the design criteria compliance, • Maintain project files and schedules, and • Assist with responses to requests for information (RFIs) related to the design fi'om the DB contractor and review of altemative solutions recommended by the DB contractor. It is assumed tiiat the final design drawings and specifications will not require review. We have assumed up to 376 labor hours to complete tiie work of this task. The design package reviews will focus on technical aspects of the design including process, civil, electrical, structural, instrumentation and conh-ol, and mechanical disciplines. The purpose of each design review is to provide a greater degree of confidence that the work, once constructed, will conform to tiie DB contract documents including tiie preliminary design report and otiier CMWD requirements and that flie DB contractor has maintained the integrity of the design concept as indicated in the contract documents. It is assumed that Encina will provide a design review as the contract operator for fhe project CH2M HILL shaU not supervise, direct or have control over the DB contractor or its subconb-actors or suppliers, nor shall we have authority over them or responsibility for (i) tiie means, methods, techniques, sequences, or procedures of construction selected or used by DB contractor, (ii) for safety or security at the site, (iii) for safety precautions and programs incident to tiie construction activities of DB contractor, or its subcontractors and suppliers, or for any failure to comply with Laws and Regulations applicable to DB contractor's fumishing and performing tiie work. CH2M HILL neither guarantees the performance of the DB contractor nor assumes responsibility for any failure to fumish and perform the work in accordance with the contract documents. The purpose of construction oversight will be to enable CH2M HILL to better carry out such duties and responsibilities as are assigned to and undertaken during the construction phase to provide a greater degree of confidence that the completed work will conform in general to the contract documents and that DB contractor has implemented and maintained the integrity of the design concept of the completed project as a functioning whole as indicated in the contract documents. CH2M HILL will establish document management protocols for the DB project duration including guidelines for transmittal and review of submittals, RFIs, work changes, and points of contact Page 4 1^ Task 6: Project Management Under this task, CH2M HILL shall provide Project management services for tasks 4 and 5 described above, including management of flie work, preparation of billing statements, monthly status reporting, document control, record keeping, and Project budget and schedule tracking. CH2M HILL's billing statements shall be submitted to tiie CMWD on a montiily basis, and shall be based upon CH2M HILL's standard invoicing format CH2M HILL shall report each month actual expenditures and remaining budget CH2M HILL will prepare a montiily Project status report (listing work completed, major decisions, action items, schedule status), which will be up to 3 pages in lengtii, and will be submitted to tiie CMWD in elecb-onic PDF format CH2M HILL will attend progress meetings wifli CMWD staff to provide and discuss progress reports. It is assumed tiiat flie duration of project management for the Project will be approximately 12 montiis, fi-om October 2014 tiirough September 2015. CH2M HILL has assumed up to 6 progress meetings, each lasting up to one hour, will be attended by tiie Project Manager. These meetings will be held at tiie CMWD's offices or at tiie CWRF. We have assumed up to 286 labor hours to complete the work of this task. LIST OF ASSUMPTIONS The following assumptions have been made relative to tiiis scope of work and the budget estimates: 1. It is assumed fliat all meetings/workshops will be held at flie CMWD administration office or at tiie CWRF and tiiat CH2M HILL representatives will attend in person as described in tiie scope ofwork. Additional CH2M HILL team members may join by teleconference as necessary or at the request of CMWD. 2. No equipment pre-purchase or pre-negotiation wUl be required. 3. Any investigation and remediation of possible hazardous waste, asbestos, lead paint or other types of contamination will be conducted as a separate contract 4. The design will be based on the federal, state, and local codes and standards in effect on the effective date of the authorization to proceed. Any changes in these codes may necessitate a change in scope. SCHEDULE Our scope of work and cost proposal assumes that services will be generally be performed between October 2014 and September 2015. We will complete and submit the RFP documents and Process Control/SCADA Technical Memorandum described in Task 4 wifliin 45 calendar days of receiving the Notice to Proceed for tiiis Project It is anticipated Pages tiiat flie selected DB contractor receive a Notice of Award in March 2015. Otiier interim milestones, such as design reviews, will be defined based on the proposal of tiie selected DB contractor. COST PROPOSAL CH2M HILL's fee estimate summary including estimated labor hours for tiie described Scope of Services is provided as Attachment A. The not-to-exceed cost for the Scope of Services described herein is $319,266. If additional level of effort is requested by CMWD for additional facilities or work that was not anticipated in this scope of work, an additional level of effort will be amended in accordance with terms of the contract, and will be executed on a time and materials basis. Page 6 Attachment A Fee Estimate Summary for Additional Engineering Services (9/25/14) CWRF Phase 111 Expansion, Proj No. 5209 Task/ Subta«k No. Task Description Task/ Subtask Labor Hours CH2M HIU. Ubor Fea ($) Other Direct Expenses(1) (S) Total Fee Estimate (2) IV 4 Dealgn-Bulld Procuromoni Assistance 896 $ 191,656 $ 2,200 $ 193,856 4a OB RFP Document Development 720 $ 154.920 $ 1,100 $ 156,020 4b Process Conlrol/SCADA Basis of Design 176 $ 36.736 $ 1,100 $ 37.836 5 Deslgn-Bulld Design Review 376 $ 73,280 $ 550 $ 73,830 6 Deslgn-Bulld Project Manogemert 262 $ 50,920 $ 660 $ 51,580 6a Project Administration (assume 12 months duration) 218 $ 42.060 $ 440 $ 42,500 6b Progress Meetings (assume 12 months duration) 44 $ 8,860 $ 220 $ 9,080 Totat Amendment 1 Fee 1,534 $ 315,856 $ 3,410 $ 319,266 (1) Includes CH2M HILL 10% markup on subconsultants (2) Indudes 3K markup of labor rates for charges expected in Calendar Year 2015