REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special...

51
REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND MATERIALS TESTING SERVICES FOR THE CONSTRUCTION OF THE GROUNDWATER REPLENISHMENT SYSTEM FINAL EXPANSION PROPOSALS DUE JULY 23, 2019 2:00 P.M.

Transcript of REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special...

Page 1: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

REQUEST FOR PROPOSALS

FOR SPECIAL INSPECTION AND

MATERIALS TESTING SERVICES

FOR THE CONSTRUCTION OF THE

GROUNDWATER REPLENISHMENT SYSTEM

FINAL EXPANSION

PROPOSALS DUE

JULY 23, 2019

2:00 P.M.

Page 2: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

ii

TABLE OF CONTENTS

SECTION PAGE

1.0 Introduction ......................................................................................................... 1 2.0 Project Background and Description ................................................................ 1

2.1 Advanced Water Treatment Facility ................................................................ 2 2.2 OCSD P2 Facilities ......................................................................................... 2

3.0 Pipeline Rehabilitation ........................................................................................ 3 4.0 General Information ............................................................................................ 3

4.1 As-Needed Not-To-Exceed Services .............................................................. 4 4.2 Qualifications and Certification Requirements ................................................ 4

5.0 Scope of Work ..................................................................................................... 5 5.1 Task 1 Technical Management Services ........................................................ 5 5.2 Task 2 Field Inspection and Testing ............................................................... 6 5.3 Task 3 Materials Laboratory Testing ............................................................. 11 5.4 Task 4 Manufacturing Plant Inspection ......................................................... 11 5.5 Task 5 Other Specialty Services ................................................................... 12

6.0 Proposal Requirements .................................................................................... 12 6.1 General ......................................................................................................... 12 6.2 Contents ....................................................................................................... 12 6.3 Appendices (not page counted) .................................................................... 14 6.4 Cost Proposal ............................................................................................... 14

7.0 Submittal Requirements ................................................................................... 15 7.1 Length ........................................................................................................... 15 7.2 Copies ........................................................................................................... 15 7.3 Signature ...................................................................................................... 15 7.4 Proposal ........................................................................................................ 15 7.5 Cost Proposal ............................................................................................... 15 7.6 Compliance ................................................................................................... 15 7.7 Late Proposals .............................................................................................. 16

8.0 Pre-Submittal Activities .................................................................................... 16 8.1 Questions Concerning Request for Proposals .............................................. 16 8.2 Review of Construction Plans and Specifications ......................................... 16 8.3 Revision to the Request for Proposals .......................................................... 16

9.0 Special Inspection and Materials Testing Firm Selection Process ............... 16 9.1 Evaluation Criteria ......................................................................................... 16 9.2 Disadvantaged Firm Program ....................................................................... 17

10.0 Schedule for Selection and Award................................................................... 17 11.0 Special Conditions ............................................................................................ 17

11.1 Reservations ................................................................................................. 17 11.2 Public Records .............................................................................................. 17 11.3 Right to Cancel ............................................................................................. 17

Page 3: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

iii

11.4 Additional Information ................................................................................... 17 11.5 Public Information ......................................................................................... 18 11.6 Professional Services Agreement ................................................................. 18 11.7 Insurance Requirements ............................................................................... 18 11.8 Equal Employment Opportunity and Affirmative Action Requirements ......... 18

EXHIBITS

Exhibit A Level of Effort Estimate of Services ........................................................... A-1 Exhibit B OCWD Proposal Evaluation Form ............................................................. B-1 Exhibit C Laboratory Testing and Equipment Rate Sheet ........................................ C-1 Exhibit D Sample Professional Services Agreement ............................................... D-1 Exhibit E Building Facts Product Service Summary ................................................. E-1

Page 4: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

1

1.0 INTRODUCTION The Orange County Water District (OCWD) is seeking proposals from qualified firms that are interested in providing Special Inspection and Materials Testing Services for construction of the Groundwater Replenishment System Final Expansion (GWRSFE) Project. The expansion will include upgrading the existing 100-million-gallon-per-day (mgd) Advanced Water Purification Facility (AWPF) by adding 30 mgd of additional capacity. Work will include construction of additional microfiltration (MF), reverse osmosis (RO), and ultraviolet light (UV) treatment; building new facilities at Orange County Sanitation District’s Plant 2 (OCSD P2) for the conveyance of secondary effluent to GWRS and rehabilitating an existing pipeline between OCSD P2 and the AWPF. The new facilities at OCSD P2 will include two flow equalization tanks (2.5 and 3.5 million-gallon [MG]) partially buried prestressed concrete tanks, tank feed piping, and vertical turbine pump station.

This Request for Proposals (RFP) describes the project, the required scope of services, project milestones, the selection process, and the minimum information that must be included in the proposal. Failure to submit information in accordance with these requirements and procedures may be cause for disqualification.

The services cover a broad range of materials testing and special inspection services, all of which may not be applicable to all firms. The Consultant may subcontract services to other qualified firms to cover scope items for which they are not otherwise qualified.

The Consultant and their subconsultant(s), if any, must have demonstrated experience in each of the areas they are proposing to do work and employ registered architects, licensed engineers and individually certified inspectors and technicians experienced in the disciplines covered by the scope of services.

2.0 PROJECT BACKGROUND AND DESCRIPTION Located in Fountain Valley, California, the existing GWRS AWPF consists of treatment processes and associated facilities to treat up to 100 mgd of secondary effluent from the OCSD. The GWRSFE, will include increasing the MF, RO, and UV processes to add a nominal rated product water capacity of 30 mgd, making the AWPF capable of producing 130 mgd of recycled water.

OCWD has entered into a Construction Management Services Agreement with Butier Engineering, Inc. (Construction Manager [CM]) for the GWRSFE. The Special Inspection and Materials Testing Services will be coordinated by the CM on behalf of the OCWD.

Construction of the GWRSFE Project will be split into two contracts. Contract 1 includes the AWPF expansion at the OCWD in Fountain Valley and the new facilities at OCSD P2. Construction duration of contract 1 is from Fall 2019 to December of 2022.

Page 5: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

2

Contract 2 is the pipeline rehab between OCSD P2 and the AWPF. The contract 2 design is scheduled to be complete in September 2019. Additionally, the contract 2 project will be bid and constructed within the construction duration of contract 1.The engineer’s estimate for the construction of Contract 2 is approximately $20 million.

The award of the Construction Contract 1 is expected in Fall of 2019. Notice To Proceed with construction is anticipated in November 2019, and the construction contract duration is 3 years. The engineer’s estimate for the construction of Contract 1 is approximately $189 million.

A description of the construction elements follows.

2.1 ADVANCED WATER TREATMENT FACILITY

The AWPF contract includes all structures, piping, and equipment that are within the boundaries of the OCWD treatment site located at Ellis Avenue and Ward Street in Fountain Valley and the OCSD treatment site located adjacent to the AWPF.The work will include the following activities:

• Construction of concrete basement for 12 new microfiltration cells and the equipping of 14 cells of associated microfiltration equipment and piping (including cast-in-place auger piles)

• Construction of associated piping and equipment for 3 new UV trains

• Construction of associated piping and equipment for 2 new RO trains.

• Installation of 6 new interstage booster pumps, 15 new RO interstage booster pumps (retrofit of existing units), and 6 new motors and ariable speed drives.Construction of sodium hypochlorite storage tanks and dosing areaConstruction of two new sulfuric acid bulk storage tanks and dosing pump

• Installation of new equipment including cartridge filters, inline static mixer, decarbonator, RO flush pump, DPW pump, polymer feed system, surge tank and various pumps within existing buildings.

• Upgrade to the plant’s process control system (PCS).

2.2 OCSD P2 FACILITIES

The OCSD P2 facilities includes all structures, piping, and equipment that are located at OCSD’s treatment plant on Brookhurst Street and the Pacific Coast Highway in Huntington Beach. The work will include the following activities:

• Construction of two prestressed concrete flow equalization tanks (2.5 and 3.6 MG) with Deep Soil Mixing soil augmentation for the foundation.

Page 6: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

3

• Construction of a new secondary effluent pump station with 5 new secondary effluent pumps.

• Construction of a concrete diversion box with 84-inch steel influent pipeline as well as a weir box with 36-inch steel feed pipeline.

3.0 PIPELINE REHABILITATION The OCWD pipeline rehabilitation work (Contract 2) includes the slip-lining of an existing 66-inch reinforced concrete pipe (RCP) with a pressurized pipe system. The work will include the following activities:

Excavation of at least 10 access pits along the existing 66-inch pipeline alignment to allow for the slip-lining.

• The slip-lining of HDPE or FRP within the existing pipeline

• Installation of new AV/AR valves

4.0 GENERAL INFORMATION All work shall comply with the requirements of federal, state, and local laws, OCWD requirements, professional engineering and industry standards, and other regulations relating to the construction of water/wastewater/recycled treatment facilities.

The OCWD is requesting proposals, which, as a minimum, shall include the tasks outlined in Section 4, Scope of Work. The firm to be awarded Special Inspection and Materials Testing Services will be retained through the completion of the project. The Special Inspection and Materials Testing Firm shall designate one lead individual, the Services Manager, who bears overall responsibility for all services, and who shall be available to coordinate with the CM and report directly to the OCWD GWRS Program Manager.

Subcontractors under direct contract with the Special Inspection and Materials Testing Firm may perform required tasks that cannot be performed by in-house personnel. All such subcontractors shall be identified in the proposal, and the utilization of subcontractors is subject to approval by the OCWD. The Special Inspection and Materials Testing Firm shall only assign personnel and subcontractors whose qualifications and experience is commensurate with the expertise required to accomplish the assigned tasks.

The GWRS will receive federal and state funding. The Special Inspection and Materials Testing Firm will be required to comply with all applicable federal and state requirements associated with any grants or loans obtained from these sources. Field

Page 7: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

4

building inspectors and soils testers will be subject to California prevailing wage determinations.

The CM will be responsible for coordinating the Special Inspections and Materials Testing Services outlined in this RFP. The CM coordination authority will include the following tasks:

• Review and approval of the qualifications of field personnel provided • Monitoring of testing equipment calibration records • Scheduling of inspection and testing services • Receipt and acceptance of documentation and reporting • Verification of invoicing

The CM will establish procedures for inspection and testing on-site, and Special Inspection and Materials Testing personnel will abide by the CM’s procedures, including safety measures and reporting formats. Space in the CM field offices will be provided for Special Inspection and Materials Testing personnel, as appropriate, and participation in construction meetings may be requested. It is intended that Special Inspection and Materials Testing personnel operate as an integrated part of the OCWD’s construction management team.

The OCWD reserves the right to reject or remove personnel performing services under this contract.

4.1 AS-NEEDED NOT-TO-EXCEED SERVICES

The Special Inspection and Materials Testing and Other Services will be provided on an As-Needed basis. A Level of Effort Estimate for Services is provided as Exhibit A to the RFP for use in developing a Not-To-Exceed cost proposal for the work. The actual services requested and payment therefore are subject to the performance of the construction contractor.

4.2 QUALIFICATIONS AND CERTIFICATION REQUIREMENTS

The Consultant must have experience in providing materials testing and special inspection services in accordance with applicable codes, rules and reference standards related to buildings and facilities construction, which shall include:

• Field and laboratory testing services. • Certifications, accreditations, and licenses (as applicable). • Specific experience and expertise of individual staff: • Professional licensure; • College education from accredited institution, or equivalent; and • Certifications held from ICC, AWS, ACI, PCI, ASNT, NICET and other nationally

recognized certifying agencies.

Page 8: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

5

Specific certification and license requirements for laboratories and personnel providing services under the term contract include, but are not limited to:

• Professional Engineers (PE) must be licensed in the State of California. • Registered Architects (RA) must be licensed in the State of California. • Inspectors and technicians must hold the certification type issued by the

appropriate agency for the type of work they will perform

5.0 SCOPE OF WORK The Scope of Work for the Special Inspection and Materials Testing Services includes the following tasks:

1. Task 1 Technical Management Services 2. Task 2 Field Inspection and Testing 3. Task 3 Laboratory Testing 4. Task 4 Manufacturing Plant Inspection 5. Task 5 Other Specialty Services 6. Task 6 Personnel for the performance of Tasks 1 through 5 above to be available

from September 2, 2019 through August 30, 2022. 7. Task 7 All services are to be based on the GWRSFE bid documents available

from OCWD and the Level of Effort Table within this RFP

5.1 TASK 1 TECHNICAL MANAGEMENT SERVICES

The cost of Task 1 services: management, coordination and reporting, shall be incorporated in the billing rates for services under Tasks 2 through 5.

5.1.1 Services Manager

The Special Inspection and Materials Testing Firm shall designate a Services Manager (Project Manager [PM]) who will be responsible for the general tasks and services. The PM shall ensure that appropriate staff and resources are available to adequately provide the services indicated herein. The PM is to maintain ongoing interaction and communication with the CM and, as necessary, with the OCWD’s GWRS Program Manager.

5.1.2 Report Preparation

The Special Inspection and Materials Testing Firm shall provide documentation of services in accordance with procedures agreed to with the CM.

• Detailed daily reports for each day of field inspection and testing. A copy of the daily report and field inspection and test reports to be uploaded to the CM’s web based Procore documentation software at the end of each day.

Page 9: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

6

• Laboratory test results. Draft copies to be uploaded to the CM’s web based Procore software within 24 hours of completion of testing or as required by CM.

• Tabulated field and lab test data. Draft reports to be uploaded to the CM’s web based Procore documentation software within 24 hours of completion of test or as required by CM.

• Summary reports by area and work feature. Summary reports will be requested by the CM as appropriate to facilitate partial utilization and simplify the organization of the Final Report.

• A monthly report shall be uploaded to the CM’s web based Procore documentation software, documenting all special inspections, test results, and correction of any discrepancies noted in the inspections performed in the previous month. The monthly report is due by the 5th work day of the following month or as required by CM.

• A Final Report shall be uploaded to the CM’s web based documentation Procore software within 30 days of the Notice of Completion of the project that includes a cover letter certifying that all work inspected by the Special Inspection and Materials Testing Firm was performed in compliance with the construction documents stamped and signed by CA Registered Engineer, a summary page of all testing results, and copies of all field reports, field test reports, and lab test results and reports.

5.2 TASK 2 FIELD INSPECTION AND TESTING

Field Inspection and Testing Services will be scheduled by the CM based on the requests of the Construction Contractor. Construction Contractor requests specify a minimum of 48 hours notice for inspections; therefore, the Special Inspection and Materials Testing Firm must work closely with the CM to implement services in accordance with the construction contract requirements. The following list of services is preliminary. Refer to Exhibit A for the estimated level of effort for field inspection and testing.

Special Inspectors for items of work requiring special inspection, such as, but not limited to: adhesive anchor bolt placement, high strength structural steel bolting, structural steel welding, structural masonry, spray-applied fireproofing, reinforced concrete shall be certified in accordance with ICC, ICBO, ACI, AWS, CBC as applicable and/or as required by the local building jurisdiction.

5.2.1 Earthworks

• Inspect excavation, shoring, and ground stabilization, if necessary.

Page 10: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

7

• Inspect excavation bottoms for conformance with the conditions described in the project Geotechnical Reports and adequacy to achieve the design bearing capacities.

• Evaluate imported materials to be used as bedding, backfill, subgrade, and road base.

• Observe soils compaction; test soils compaction and moisture content (ASTM D1557 and ASTM D2922); and gradation analysis (ASTM C136), etc.

• Inspect placement of geotextiles.

5.2.2 Foundation Piling

• Observe, monitor and report parameters of drilling operations for auger-cast piles. Prepare daily reports for all work observed. Report format/forms shall be submitted for approval prior to commencing work.

• Monitor test pile program in accordance with project specifications. Verify pile placement locations, plumbness, element diameters, lengths, reinforcement, grout volumes, and bearing capacity tests.

• Test fresh grout (ASTM C39 for cylinders or ASTM C109 for cubes) including fabrication of test specimens (ASTM C192)

• It is preferred that all pile inspectors have either a geotechnical or civil engineering background with credentials, such as a Professional Engineering license. Submit pile inspector experience and qualifications with proposal.

5.2.3 Deep Soil Mixing

• Verify geometric tolerances for adjacent mixing piles are met

• Verify by core sampling and testing the average strength of the soil cement panels are within the specified tolerance

• Verify by visual observation the uniformity of the soil mixing meets the maximum particle size specified and grout injection rate is as specified

• In order to ensure that adequate equipment is used for soil mixing, verify equipment meets the requirements imposed such as for example

1. Multi-shaft mixing equipment

2. The soil mixing rig should be equipped with electronic sensors built into the leads to determine vertical alignment;

Page 11: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

8

3. The equipment should allow the engineer to confirm the penetration depth within 150 mm during construction;

4. The grout should be premixed in a mixing plant, using a batch process, which combines dry materials and water in predetermined proportions. Automatic batch scales should be used to accurately determine the mix proportions for the water and cement during grout preparation;

5. Positive displacement pumps should be used to transfer the grout from the mixing plant to the augers. For the uniform initial distribution of grout during soil mixing, the grout should be delivered to each auger by an individual positive displacement pump;

6. To control soil mixing energy, the rig should be equipped with sensors to monitor the mixing tool penetration/withdrawal speed, the mixing tool rotation speed, and the grout injection rate

• Verify the contractor employs a registered surveyor to stake the horizontal alignment and the contractor utilizes optic surveying instruments to periodically check the vertical alignment

• Verify wall depth is monitored by the contractor using either electrical sensing or tape attached to the mast

• Each daily quality control report shall document the progress of the wall construction and present the results of the real-time monitoring of the mixing parameters for each panel installed. Results of subsequent core data and strength testing are to be submitted upon the completion of the strength testing, generally 28 days after installation. The daily quality control report shall include the following QC- monitoring parameters for each soil-cement panel: a) rig number, b) type of mixing tool, c) date and time of the panel construction, d) panel and column numbers, e) column diameter, f) column top and bottom elevations, g) grout mix design designation, h) grout specific gravity measurements, and i) description of the obstructions, interruptions, or other difficulties during the installation and how they were resolved. The daily quality control report also must include the following real-time monitoring parameters for each column at specified intervals in tables: a) depth vs. penetration/withdrawal rates, b) depth vs. shaft rotation rate, c) depth vs. grout injection volume, d) depth vs. average amperage draw of the mixing motors.

5.2.4 Asphaltic Concrete (AC) Pavement

• Inspect road base placement and field test compaction.

Page 12: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

9

• Inspect AC Pavement placement and field test compaction (California Test 304).

• Perform core sampling in accordance with codes and standards referenced in the project specifications.

5.2.5 Concrete

• Inspect concrete formwork for shape, location, and dimensions.

• Inspect placement of reinforcing steel and bolts in accordance with American Concrete Institute (ACI) and Concrete Reinforcing Steel Institute (CRSI) standards prior to placement of structural concrete.

• Test fresh concrete including fabrication of test specimens for strength tests (ASTM C39), slump (ASTM C143), air content tests (ASTM C231), and temperature determination (ASTM C1064).

• Inspect structural concrete placement including verification of proper mix, timing, and application techniques.

• All concrete inspectors and/or technicians shall be certified in accordance with ACI as applicable.

5.2.6 Masonry

• Inspect engineered masonry construction and grouting. • Prepare grout and mortar specimens for testing (ASTM C140).

5.2.7 Metals

• Visually inspect aluminum/structural steel/ steel moment frame/ steel roof deck construction details and welding. The minimum qualifications of the welding inspector shall be Certified Welding Inspector CWI in accordance with American Welding Society (AWS) QC 1.

• Inspect installation of high-strength bolts.

• Inspect installation of anchors in hardened concrete.

• Inspect carbon and stainless steel pipe welding.

• Perform nondestructive testing (NDE) of field-welded joints using liquid dye penetrant, mag-particle, and ultrasonic techniques. All NDE examiners shall be certified, as a minimum, in accordance with ASNT, SNT-TC-1A Level II.

Page 13: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

10

5.2.8 Architectural

• Inspect installation of doors and windows, metal wall panels, and aluminum storefront systems.

5.2.9 Roofing

• Inspect modified bitumen roofing system installation.

5.2.10 Coatings

• Inspect coating and lining system preparation, application, and testing, including high solids urethane and epoxy coatings, and architectural paint.

• Coatings inspector shall be certified in accordance with NACE standards.

5.2.11 Special Construction – Prestressed Concrete Cylinder Tanks

• Test and Inspect in accordance with AWWA D110-04 Wire- and Strand-Wound, Circular, Prestressed Concrete Water Tanks

5.2.12 Carbon and Stainless Steel Pipe

• Inspect carbon and stainless steel pipe welding, with minimum inspector qualifications of CWI in accordance with AWS QC 1.

• Perform nondestructive testing (NDE) of field-welded joints using liquid dye penetrant, mag-particle, radiography and ultrasonic techniques. All NDE examiners shall certified, as a minimum, in accordance with ASNT, SNT-TC-1A Level II.

5.2.13 Cathodic Protection

• Provide a National Association of Corrosion Engineers (NACE)-Certified cathodic protection specialist to inspect installation of cathodic protection systems.

5.2.14 Positive Material Identification (PMI)

• Perform insitu testing of metals using a portable positive material testing machine capable of providing ASME material type and chemistry of each alloying element.

• Machine operator shall be trained and certified by the equipment manufacture for the make and model of the machine in use.

Page 14: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

11

• Scope should include the purchase of an OCWD approved portable XRF analyzer for determining various types of metal (in particular stainless steel grades such as 304, 316 and 2205).

5.3 TASK 3 MATERIALS LABORATORY TESTING

Perform sampling, material testing, and laboratory services in accordance with the methods prescribed in current standards of the American Society for Testing and Materials (ASTM) for soils, concrete/mortar/grout, and asphaltic concrete pavement. Provide written inspection and testing reports, including conclusions drawn regarding quality. Laboratory(s) shall be certified under the AASHTO (American Association of State Highway and Transportation Officials) Materials Reference Laboratory (AMRL) Cement and Concrete Reference Laboratory (CCRL) laboratory certification program.

Refer to Exhibit A for estimated Level of Effort for Laboratory Testing.

5.4 TASK 4 MANUFACTURING PLANT INSPECTION

Plant inspection services for the GWRSFE are intended to be performed by the Construction Contractor and/or the Design Engineer. Exhibit A, Level of Effort Estimate, includes a lump sum allowance for plant inspections if CM team involvement is required.

5.4.1 Carbon and Stainless Steel Pipe Manufacturing Special Fittings Fabrication

• Monitor and evaluate manufacturer’s quality control plan. • Provide quality assurance (QA). • Collect and compile fabrication records and test data. • Evaluate test results. • Provide guidance and recommendations.

5.4.2 Structural Steel – Joist, Girder, and Light-Framed Steel Truss Manufacturing

• Perform special inspection in accordance with California Building Code (CBC) Chapter 17A.

• Verify that proper quality control (QC) procedures and tests have been employed for materials and manufacturing processes.

• Perform visual inspection of finished joists and girders.

• Perform NDE, as required, on all moment frame connections. All NDE examiners shall certified, as a minimum, in accordance with ASNT SNT-TC-1A Level II.

• Perform continuous inspection of steel truss manufacture.

Page 15: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

12

• Keep detailed records of each piece mark examined along with the results. In addition, place a mark or tag on each inspected on each joist, girder, or truss inspected.

5.5 TASK 5 OTHER SPECIALTY SERVICES

5.5.1 Water Quality Testing

• Sample and test groundwater and storm runoff for compliance with OCSD and/or OCWD Wastewater Discharge Regulations and National Pollution Discharge Elimination System regulations.

5.5.2 Construction Photo Documentation and Aerial Photography

• See attached proposal from Building Facts in Exhibit E. This negotiated proposal with Building Facts should be incorporated into the total not-to-exceed fee for the construction materials testing services. The CM firm and/or the GWRS Program Manager will call upon the construction documentation services from Building Facts as needed to monitor any construction activities.

5.5.3 Noise Monitoring

• Provide noise measurement and reporting services to verify construction generated noise meets local ordinance restrictions and respond to noise complaints. Offer recommendations for mitigation. All work shall be supervised by a Certified Acoustical Engineer.

6.0 PROPOSAL REQUIREMENTS 6.1 GENERAL

The Proposal should be concise, well organized, and should demonstrate the responder’s qualifications and experience applicable to the project.

Responders will be evaluated based on the information submitted in accordance with Section 10.0.

6.2 CONTENTS

6.2.1 Cover Letter / Summary

Include a 1-to 2-page overview of the entire Proposal, describing the highlights of the proposal.

6.2.2 Identification of Responder

• Legal name and address of company.

Page 16: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

13

• Legal form of company (e.g., partnership, corporation, joint venture). If joint venture, identify the members of the joint venture and provide all information required under this section for each member.

• If the company is a wholly owned subsidiary of a parent company, identify the parent company.

• Address of local office and all proposed testing laboratories.

• Name, title, address, and telephone number of person to contact concerning the Proposal.

6.2.3 Experience

Describe Proposer’s experience in completing similar QA/QC services for comparable construction projects. List at least three successfully completed projects of a similar nature during the past 10 years. Include the names of the Projects, their constructed values, the project owners, and the client companies. Provide the names and contact information for the respective Project Managers, the scope of work performed, and value of the service contracts. Projects currently being performed may be submitted for consideration.

6.2.4 Approach to Work

Prepare a work plan for providing the anticipated materials testing, inspection, and field engineering services, including a description of resource capabilities and procedures for ensuring responsiveness, properly qualified personnel, timeliness in reporting, and QA for the services required.

6.2.5 Project Staffing

Describe the specific qualifications and capabilities of the designated services manager, laboratory managers, field engineers, and inspectors to be assigned to the project. The proposal should identify all individuals who will actually perform and oversee work on the project. Indicate the roles and responsibilities of prime consultant and all subconsultants. An organizational chart is recommended.

6.2.6 Safety Record

Describe company safety policies citing written Safety Plans, orientation programs, frequency of meetings, and qualifications of Safety Manager. Provide injury and illness information from OSHA 200 Log and/or OSHA 300 Log for the last 3 years, including total employee hours worked, Recordable Injury Frequency Rate, and Experience Modification Rate (EMR).

Page 17: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

14

6.2.7 Current or Previous Claims or Judgments

Describe any judgments, claims, arbitration proceedings, or lawsuits pending, outstanding, threatened or decided in the last 5 years to which your firm, or an officer or partner of the firm, has been or was party to.

6.3 APPENDICES (NOT PAGE COUNTED)

6.3.1 Resumes & Inspector Qualifications

Provide representative resumes of each member of the project team. In addition, provide copies of all proposed inspector/technician and NDE examiner qualifications/certifications that will be performing work on the project.

6.3.2 Billing Rates

Provide a schedule of charges presenting the firm’s billing rates, fees, and charges for the services requested and other services that may apply or are offered by the firm(s). Include cost information for minimum hours billable per day, criteria for an 8-hour workday, and provisions for overtime, night shift, and weekend work. No travel time will be billable to the project for travel to the construction site.

6.4 COST PROPOSAL

Submit a Not-to-Exceed Fee Proposal based on the Level of Effort Estimate of Services, Exhibit A, as a separate sealed document.

Provide a separate, sealed cost proposal that includes all costs for the project based on the Scope of Work and the Level of Effort Estimate of Services attached as Exhibit A:

• Provide the basis of the billing rates applied and any other direct costs.

• Include all administration and overhead, project site visits, attendance at meetings, truck and equipment charges, travel for pick-up of samples for laboratory testing, and all reproduction costs. Include the costs associated with administration, overhead, mailings, reproductions, phone usage, facsimile transmissions, computers, mileage and other administrative item in the rates provided or otherwise delineated within the Not-To-Exceed total fee proposal.

• Field services described in the scope of work are governed by the Director of the Department of Industrial Relations, State of California. The rates are subject to changes on a yearly basis. Current prevailing wage rates are available from the Department of Industrial Relations web site at: http://www.dir.ca.gov/dlsr/pwd/index.htm . Identify and include assumptions regarding escalation in the Not-To-Exceed total fee proposal.

Page 18: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

15

• Identify subcontracts costs and markups in the cost proposal, as well as the percentage of the contract fee to be used by Disadvantaged Firms

7.0 SUBMITTAL REQUIREMENTS 7.1 LENGTH

The proposal length is limited to 10 pages, excluding resumes and billing rate information.

7.2 COPIES

Submit one executed original, clearly marked as such on the cover, and five additional copies of the Proposal, along with an electronic file in PDF format.

7.3 SIGNATURE

The Proposal shall be signed by an individual or individuals authorized to execute legal documents on behalf of the Proposer.

7.4 PROPOSAL

Proposal must be received no later than 2 p.m. local time, on Tuesday, July 23, 2019, at the office of:

Orange County Water District 18700 Ward Street Fountain Valley, CA 92708 Attn: Sandy Scott-Roberts

7.5 COST PROPOSAL

Submit in a sealed package on the same date and to the same office as the Proposal with the following information clearly marked on the outside of the Cost Proposal package:

• Name of Responder. • Project Title. • The words “Estimate of Hours and Cost” and “CONFIDENTIAL” marked in

red.

• Include Attachment C Laboratory Testing and Equipment Rate Sheet

7.6 COMPLIANCE

Failure to comply with the requirements of this RFP may result in disqualification.

Page 19: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

16

7.7 LATE PROPOSALS

Late Proposals and/or modifications thereto received subsequent to the hour and date specified above will not be considered.

8.0 PRE-SUBMITTAL ACTIVITIES 8.1 QUESTIONS CONCERNING REQUEST FOR PROPOSALS

All questions regarding the RFP should be presented in writing to:

Orange County Water District 18700 Ward Street Fountain Valley, CA 92708 Phone: (714) 378-3292 Fax: (714) 378-3373 Attn: Sandy Scott-Roberts [email protected] or Kathryn Demesa [email protected]

8.2 REVIEW OF CONSTRUCTION PLANS AND SPECIFICATIONS

Construction plans and specifications are available for review on-site or can be provided electronically. Contact Project Manager, Sandy Scott-Roberts, to arrange for review.

8.3 REVISION TO THE REQUEST FOR PROPOSALS

The OCWD reserves the right to revise the RFP prior to the date the Proposals are due. Revisions to the RFP shall be mailed to all potential Proposers. The OCWD reserves the right to extend the date by which the Proposals are due.

9.0 SPECIAL INSPECTION AND MATERIALS TESTING FIRM SELECTION PROCESS

A Selection Panel (Panel) will be established for this project and will include staff from the OCWD and may include representatives of the CM Consultant. The Panel will evaluate the Proposals based on the information submitted. The Panel will not require interviews as a part of the evaluation process. Based on the Proposal, the Panel will rank the finalists as to qualifications. The Panel will then open the fee proposal and make its final recommendation to the OCWD Board of Directors in August 2019.

9.1 EVALUATION CRITERIA

Evaluation of the proposals will be based on the form attached as Exhibit B.

Page 20: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

17

9.2 DISADVANTAGED FIRM PROGRAM

The GWRS may be financed by federal and state funds. The Special Inspection and Materials Testing Firm will be required to comply with all applicable federal and state requirements associated with these grants. During the evaluation of the proposals, each firm’s proposed commitment to the equal opportunity objectives will be reviewed.

10.0 SCHEDULE FOR SELECTION AND AWARD The process for nominating and selecting a consultant and awarding the contract is expected to take place according to the following tentative schedule:

• Advertise and Issue RFP: May 23, 2019 • Proposal Due Date: July 23, 2019 • Selection and Notification: August 9, 2019 • OCWD Board Approval: August 21, 2019 • OCWD Issuance of Contract: September 4, 2019 • Notice to Proceed: September 5, 2019

11.0 SPECIAL CONDITIONS 11.1 RESERVATIONS

This RFP does not commit the OCWD to award a contract, to defray any costs incurred in the preparation of a Proposal pursuant to this RFP, or to procure or contract for work.

11.2 PUBLIC RECORDS

All Proposals submitted in response to this RFP become the property of the OCWD and are public records; therefore, they may be subject to public review.

11.3 RIGHT TO CANCEL

The OCWD reserves the right to cancel, for any or no reason, in part or in its entirety, this RFP including but not limited to selection schedule, submittal date, and submittal requirements. If the OCWD cancels or revises the RFP, the OCWD will notify all the Proposers in writing.

11.4 ADDITIONAL INFORMATION

The OCWD reserves the right to request additional information and/or clarifications from any or all Proposers.

Page 21: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

18

11.5 PUBLIC INFORMATION

Release of Public Information, selection announcements, contract awards, and all data provided by the OCWD shall be protected from public disclosure. Consultants desiring to release information to the public must receive prior written approval from the OCWD.

11.6 PROFESSIONAL SERVICES AGREEMENT

The selected consultant will be required to sign the attached Professional Services Agreement (Exhibit C) and to provide the Insurance Certificates and all other required documentation within 15 calendar days of notice of award.

11.7 INSURANCE REQUIREMENTS

The minimum insurance requirements are $5 million ($10 million aggregate) for comprehensive general liability insurance, $1 million for workers compensation, $1 million for comprehensive automobile liability insurance, $2 million for professional liability insurance, and $2 million Pollution Liability (Environmental) insurance. OCWD requires contractors, consultants, and vendors doing business with it to obtain Errors and Omissions insurance as shown in the Professional Services Agreement (Exhibit C). OCWD must also be named as additional insured.

11.8 EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS

The Consultant shall provide a Statement of Equal Employment Opportunity/Affirmative Action. The consultant and each subconsultant shall not discriminate in the employment of persons on the work because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sexual preference or sex of such persons except as permitted by Section 12940 of the California Government Code. The CM is expected to maintain policies similar to those of the OCWD regarding equal employment opportunities and affirmative action as set forth in the OCWD’s Administrative Policies.

Page 22: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

A-1

EXHIBIT A LEVEL OF EFFORT ESTIMATE OF SERVICES

Page 23: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

A-2

The Level of Effort Estimate reflects the Construction Manager’s opinion of the services and effort that may be required for quality assurance. The actual services and effort required is subject to the GWRSFE Design Documents and the construction contractor’s performance. The actual services and effort will be performed “as-needed”. Not all services or effort estimated may actually be utilized.

Groundwater Replenishment System Final Expansion Contract No. GWRS-2019-01

Special Inspection, Materials & Soils Testing and other Quality Assurance Services

Estimated Level of Effort - 11/01/19 to 11/01/22

Page 24: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

Task System, Material, Description Spec Section Standard Unit Total1 Field Inspection, Testing and Technical Management (Include in Base Rates) hours 2,040

2.1 Earthwork hours 1,650Foundation Subgrade Acceptance 02200.1.2 CBC 1704A.7 hours 120Paving Subgrade 2512.3.3.A ASTM 1556 or D2922 200Deep Soil Mixing Inspection hours 800Backfill Compaction 2200 ASTM 1556 or D2922 hours 290Pipe Trenching and Backfill 02202.2-2.03 ASTM 1556 or D2922 hours 240

2.2 Piling hours 1,000Auger/Grout Pressure Grouted Piles Observation 2370 CBC 1704A.9 hours 800Pile Cap Inspection 2370 ASTM hours 200

2.3 AC Pavement hours 230Base and AC Compaction 2512 ASTM 1556 or D2922 hours 230

2.4 Concrete hours 630Structural Reinforcement/Epoxy Bars/Bar Couplers 3200 CBC 1704A.4 hours 360Structural Concrete Placement 3300 CBC 1704A.4 hours 270

2.5 Masonry hours 160Reinforced Hollow Masonry Unit 4230 CBC 1704.A.5.1 hours 160

2.6 Metals hours 896Steel Joists and Joist Girders 5210 CBC 1704.A.3 hours 220Mag Particle Testing Surge Tank Manway hours 140Steel Roof Deck 5312 CBC 1704.A.3 hours 144Cold Formed (Light) Metal Framing 5400 CBC 1704.A.3 hours 184Anchorage in Concrete and Masonry 5550 CBC 1704A.4/5.1 hours 208

2.7 Architectural hours 256Doors, Windows, metal wall panels 07412, Division 8 hours 256

2.8 Roofing hours 104Modified Bitumen Roofing 7525 hours 104

2.9 Coatings hours 296Elastomeric High-Solids Urethane Lining and High Solids Epoxy 9880 hours 80Architectural Painting 9920 hours 80Protective Coatings: heavy-duty maintenance 9940 hours 136

2.1 Special Construction hours 500Pressure Vessel Manway Inspection hours 100Prestressed Concrete Tanks Inspection 13207 hours 400

2.11 Steel Pipe hours 500Steel Pipe – CWI Visual Inspection 15062 Hours 400NDT Technician 15062 hours 100

2.12 Cathodic Protection hours 160Cathodic Protection for Steel Pipe 16641 hours 160

2.13 Positive Material Identification hours 240ASME material and chemistry analysis Various hours 240

3 Laboratory TestingCompaction - Max Density ASTM D 1557 mod. Proc each 48Grain Size Distribution ASTM D422 each 8Soil Identification ASTM D422 ASTM D4318 each 8Sand Equivalent ASTM D2419 each 8Corrosivity Test (Ferrous Metals) each 5Concrete Compressive Strength ASTM C39 each 1,000Mortar/Grout Compression Test each 12Masonry Prism Test each 4Rebar Tensile Test each 10Asphalt Density and Thickness on Core Samples each 2

4 Manufacturing Plant Inspections hours 400Steel Pipe and Special Fittings 16062,15062A hours 200Structural Steel Elements 521,005,400 hours 200

5 Other ServicesWater Quality TestingQA testing of dewatering effluent and stormwater runoff. 1090 LS $20,000Noise MonitoringMeasurement of Construction Noise 1360 LS $30,000Construction Photo Documentation and Aerial PhotographyBuilding Facts LS $82,920

A-3

Page 25: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

B-1

EXHIBIT B OCWD PROPOSAL EVALUATION FORM

Page 26: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

B-2

Page 27: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

C-1

EXHIBIT C LABORATORY TESTING AND EQUIPMENT RATE SHEET

Page 28: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

C-2

Laboratory Testing and/or Equipment Rate Sheet

Date:

1. CONCRETE Unit Price Units a. Concrete Design Mix, P.E. /Design

b. Concrete Unit Costs (Including Labor): i. Concrete Test Cylinders /cylinder (Pick-up, Molds, Curing, Testing, Reporting) ii. Preparation, Testing and Reporting of Cores per ASTM C42 /core

c. Special Equipment (Not Including Labor): i. Concrete Cores per ASTM C42 /day ii. Pachometer (R-Meter) /day iii. Windsor Probes (ASTM C803) /set of 3 iv. Pull-Test Equipment /day v. Floor Flatness Equipment (Dipstick) /day vi. Ground Penetrating Radard (GPR) Equipment /day vii. Moisture Vapor Emission (Calcium Chloride) Test Kits -

ASTM F1869

/test viii. Relative Humidity Testing of Slab-on-Grade Concrete -

ASTM F2170

/test ix. Microwave Test Equipment (AASHTO TP23) /day

d. Laboratory Concrete Analysis (Includes Labor): i. Petrographic Analysis - Chemical by ASTM C856 /test ii. Petrographic Analysis - Microscopic by ASTM C856 /test iii. Petrographic Analysis - Visual by ASTM C856 /test

2. STRUCTURAL STEEL Unit Price Units a. Special Equipment (Not Including Labor):

i. Skidmore-Wilhelm Meter /day ii. Torque Wrench /day iii. Ultrasonic Equipment /day iv. Radiographic Equipment /callout v. Radiographic Film /film vi. Magnetic Particle Equipment /day vii. Liquid Dye Penetrant /day

b. Special Testing (Spray-Applied Fireproofing): i. Adhesion/Cohesion Test (ASTM E736) (Not Incl. Labor) /test ii. Density Test, Laboratory (ASTM E605) (Including Labor) /test

Page 29: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

C-3

3. SOILS Unit Price Units a. Soil Sampling (ASTM D75) /pick-up

b. Special Equipment: c. i. Nuclear Moisture-Density Gauge (Not Including Labor) /day

(Direct Transmission Type only) d. Laboratory Testing (Including Labor):

i. Modified Proctor Test (ASTM D1557) /test ii. Standard Proctor Test (ASTM D698) /test iii. Gradation (ASTM D422) /test iv. Gradation (ASTM D422) w/Hydrometer /test v. Soil Classification (ASTM D2487)

/test vi. Atterberg Limits (ASTM D4318)

vii. Organic Matter (ASTM D2974) viii. pH (ASTM D4972) /test viii. Unconfined Compressive Strength (ASTM D49722166) /test

4. MASONRY Unit Price Units a. Laboratory Tests: (Including Labor)

i. Absorption (ASTM C140) /test ii. CMU Compression (ASTM C140) /test iii. Mortar Compression (ASTM C780) /test iv. Grout Compressive Strength Test (ASTM C1019) /test v. Prism Compressive Strength (ASTM C1314) /test

5. WINDOW TESTING Unit Price Units a. AAMA 502-02, Test Method B /day

b. AAMA 503-03 /day c. AAMA 501.2-03 /day

6. TECHNICAL TIME OR SUPERVISORY VISITS

(Other than Officers, Principals and Partners) Unit Price Units

a. Non-PE /Hr. b. PE /Hr.

7. OTHER (Specify) Unit Price Units a.

b. c. d. e. f.

Page 30: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

D-1

EXHIBIT D

SAMPLE PROFESSIONAL SERVICES AGREEMENT

Page 31: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -1-

AGREEMENT NO. *** with *** for ***

This Agreement (the “Agreement”) is made and entered into as of ***, by and between the ORANGE COUNTY WATER DISTRICT, a special governmental district organized and operating under the laws of the State of California (hereinafter “OCWD”) and *** (“Contractor”). (The term Contractor includes professionals performing in a consulting capacity.)

PART I FUNDAMENTAL TERMS

A. Location of Project: ***

B. Description of Services/Goods to be Provided: *** in accordance with PART IV, Scope of Services, included herein.

C. Term: Unless terminated earlier as set forth in this Agreement, the services shall commence on *** (“Commencement Date”) and the term of this Agreement shall continue through its expiration on ***.

D. Party Representatives:

D.1. OCWD designates the following person/officer to act on OCWD’s behalf: ***.

D.2. Contractor designates the following person to act on Contractor’s behalf: ***.

E. Notices: All notices and other writings required to be delivered under this Agreement to the parties shall be delivered at the addresses set forth in Part II (“General Provisions”).

F. Attachments: This Agreement incorporates by reference the following Attachments to this Agreement:

F.1. Part I: Fundamental Terms F.2. Part II: General Provisions F.3. Part III Special Provisions F.4. Part IV: Scope of Services F.5. Part V: Budget

Page 32: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -2-

G. Integration: This Agreement represents the entire understanding of OCWD and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with regard to those matters covered by this Agreement. This Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements or understandings, if any, between the parties, and none shall be used to interpret this Agreement.

IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first set forth above.

ORANGE COUNTY WATER DISTRICT ***

By: _____________________________ By: ____________________________ Michael R. Markus, P.E., D.WRE General Manager Title: ___________________________

By: ______________________________ By: ____________________________ Denis R. Bilodeau, P.E., President Title: ___________________________

Dated: ___________________________

APPROVED AS TO FORM: Contractor Information:

RUTAN & TUCKER, LLP Address for Notices and Payments: _____________________________ By: ______________________________ _____________________________ Joel D. Kuperberg, General Counsel Attention: *** Telephone: *** Facsimile: ***

Page 33: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -3-

PART II GENERAL PROVISIONS

SECTION ONE: SERVICES OF Contractor

1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide the goods and/or services shown on Part IV hereto (“Scope of Services”), which may be referred to herein as the “services” or the “work.” If this Agreement is for the provision of goods, supplies, equipment or personal property, the terms “services” and “work” shall include the provision (and, if designated in the Scope of Services, the installation) of such goods, supplies, equipment or personal property.

1.2 Changes and Additions to Scope of Services. OCWD shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from said work. No such work shall be undertaken unless a written order is first given by OCWD to Contractor, incorporating therein any adjustment in (i) the Budget, and/or (ii) the time to perform this Agreement, which adjustments are subject to the written approval of the Contractor. It is expressly understood by Contractor that the provisions of this Section 1.2 shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor.

1.3 Standard of Performance. Contractor agrees that all services shall be performed in a competent, professional, and satisfactory manner in accordance with the standards prevalent in the industry, and that all goods, materials, equipment or personal property included within the services herein shall be of good quality, fit for the purpose intended.

1.4 Performance to Satisfaction of OCWD. Contractor agrees to perform all work to the satisfaction of OCWD within the time specified. If OCWD reasonably determines that the work is not satisfactory, OCWD shall have the right to take appropriate action, including but not limited to: (i) meeting with Contractor to review the quality of the work and resolve matters of concern; (ii) requiring Contractor to repeat unsatisfactory work at no additional charge until it is satisfactory; (iii) suspending the delivery of work to Contractor for an indefinite time; (iv) withholding payment; and (v) terminating this Agreement as hereinafter set forth.

1.5 Instructions from OCWD. In the performance of this Agreement, Contractor shall report to and receive instructions from OCWD’s representative identified in Part I, or his or her designee. Tasks or services other than those specifically described in the Scope of Services shall not be performed without the prior written approval of the OCWD.

Page 34: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -4-

1.6 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties, and restrictions attending performance of the services under the Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any conditions, including any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the OCWD of such fact and shall not proceed except at Contractor’s risk until written instructions are received from the OCWD’s Representative.

1.7 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of OCWD. In addition, neither the Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior express written approval of OCWD. In the event of any unapproved transfer, including any bankruptcy proceeding, OCWD may, in its sole and absolute discretion, void the Agreement. No approved transfer shall release any surety of Contractor of any liability hereunder without the express consent of OCWD.

1.8 Compensation. Contractor shall be compensated in accordance with the terms of Part V hereto (“Budget”). Included in the Budget are all ordinary and overhead expenses incurred by Contractor and its agents and employees, including meetings with OCWD representatives, and incidental costs incurred in performing under this Agreement. Contractor shall be compensated for actual costs incurred by subcontractors or other services, and no mark-up will be paid to contractor by OCWD. Unless otherwise specified in Part V, OCWD shall compensate Contractor on a time-and-materials basis at the rates listed in Part V. Contractor shall submit an invoice referencing this Agreement, the Work Order number, date and description of services performed, and the amount. OCWD shall pay the Contractor within 30 days of receipt of the invoice.

SECTION TWO: INSURANCE AND INDEMNIFICATION 2.1. Insurance. Without limiting Contractor’s indemnification obligations, Contractor shall procure and maintain, at its sole cost and for the duration of this Agreement, insurance coverage as provided below, against all claims for injuries against persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, employees, and/or subconsultants. In the event that Contractor subcontracts any portion of the work, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to

Page 35: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -5-

maintain pursuant to this Section 2.1. 2.1.1 Insurance Coverage Required. The policies and amounts of

insurance shall be as follows: a. Commercial General Liability Insurance - The Contractor shall provide and maintain commercial general liability insurance. The coverage for commercial general liability insurance shall be at least as broad as the following: Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 0001). Contractor shall maintain limits no less than the following: Two million dollars ($2,000,000) per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit or products-completed operations aggregate limit is used, either the general aggregate limit shall apply separately to the project/location (with the ISO CG 2503, or ISO CG 2504, or insurer’s equivalent endorsement provided to OCWD) or the general aggregate limit and products-completed operations aggregate limit shall be twice the required occurrence limit. b. Automobile Liability Insurance - The Contractor shall provide and maintain automobile liability insurance. The coverage for automobile liability insurance shall be at least as broad as the following: Insurance Services Office (ISO) Business Auto Coverage (Form CA 0001) covering Symbol 1 (any auto). Contractor shall maintain limits no less than the following: One Million Dollars ($1,000,000.00) for bodily injury and property damage each accident limit. c. Workers Compensation and Employer's Liability - The Contractor and all subcontractors shall insure (or be a qualified self-insured) under the applicable laws relating to workers’ compensation insurance, all of their employees working on or about the construction site, in accordance with the “Workers’ Compensation and Insurance Act”, Division IV of the Labor Code of the State of California and any Acts amendatory thereof. The Contractor shall provide employer’s liability insurance with limits of no less than $1,000,000 each accident, $1,000,000 disease policy limit and $1,000,000 disease each employee. d. Professional Liability - The Contractor shall provide coverage appropriate to the Contractor’s profession covering Contractor’s wrongful acts, negligent actions, errors or omissions. The retroactive date (if any) is to be no later than the effective date of this Agreement. The limits shall be no less than $1,000,000 per claim and annual aggregate. e. Environmental Impairment Liability – The Contractor shall provide and maintain coverage appropriate for the hazardous material/waste activity contemplated in this Agreement. The retroactive date is to be later than the effective date of this Agreement.

2.1.2. General Requirements. Contractor’s insurance: a. Shall be issued by an insurance company, which maintains an A.M. Best’s rating of “-A, VII” or higher; unless otherwise approved by OCWD; b. General Liability and Automobile Liability shall name the “OCWD, and its officers, officials, employees, agents, representatives and volunteers (collectively hereinafter “OCWD and OCWD Personnel”) as additional insureds” and contain no special limitations on the scope of protection afforded to OCWD and OCWD Personnel. All insurance provided hereunder shall include the appropriate separate endorsement(s). c. Shall be primary insurance and any insurance or self-

Page 36: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -6-

insurance maintained by OCWD or OCWD Personnel shall be in excess of Contractor’s insurance and shall not contribute with it; d. Shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability; e. Workers’ Compensation and Employer’s Liability shall be endorsed to state that the insurer shall waive all rights of subrogation against OCWD and OCWD Personnel, excluding Professional Liability; f. Shall have project name and/or agreement number indicated on certificate; and g. Shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits, non-renewed, or materially changed for any reason, without thirty (30) days prior written notice thereof given by the insurer to OCWD by U.S. mail, or by personal delivery, except for nonpayment of premiums, in which case ten (10) days prior notice shall be provided. 2.1.3 Deductibles. Any deductibles or self-insured retentions must be declared to and approved by OCWD prior to the execution of this Agreement by OCWD. 2.1.4 Evidence of Coverage. CONSULTANT shall furnish OCWD with certificates of insurance (Acord Form 25S or insured’s equivalent) with additional insured (ISO endorsement CG 20 10, CG 20 33 or insured’s equivalent) including waiver of subrogation endorsement, demonstrating the coverage required by this Agreement, which shall be received and approved by OCWD not less than five (5) working days before work commences. 2.1.5 Workers Compensation Insurance – No Employees/Sole Proprietor. By his/her signature hereunder, Contractor certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing the performance of the work of this Agreement. Contractors and subcontractors will keep Workers Compensation Insurance for their employees in effect during all work covered by this Agreement. In the event Contractor has no employees requiring Contractor to provide Workers' Compensation Insurance, Contractor shall so certify to OCWD in writing prior to OCWD's execution of this Agreement. OCWD and OCWD Personnel shall not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this section or with the provisions of law relating to Workers' Compensation.

2.2 Indemnification.

2.2.1 The parties mutually acknowledge that OCWD has retained Contractor to perform the tasks and services set forth in this Agreement based upon the special skills, expertise and experience of Contractor. Accordingly, in performing the tasks and services under this Agreement, Contractor shall use the skill and care that a highly specialized professional, with expertise in the field, would use under similar circumstances. Further, the parties mutually agree that, to the extent that Contractor retains subcontractors or subcontractors to perform any portion of any of the tasks or services under this Agreement, Contractor has a duty to OCWD to ensure that the tasks

Page 37: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -7-

and services performed by such subcontractors or subcontractors meet the same professional level, skill and expertise expected of Contractor.

2.2.2 Except as set forth in subdivision 2.2.3 or 2.2.4, Contractor shall indemnify, defend (with legal counsel acceptable to OCWD) and hold harmless OCWD and the OCWD Personnel from and against any and all actions, suits, claims, demands, judgments, attorneys fees, costs, damages to persons or property, losses, penalties, obligations, expenses or liabilities (“Claims”) that may be asserted or claimed by any person or entity arising out of Contractor’s performance of any tasks or services for or on behalf of OCWD, whether or not there is concurrent active or passive negligence on the part of OCWD and/or any OCWD Personnel, but excluding any Claims arising from the active sole negligence or willful misconduct of OCWD or any OCWD Personnel.

2.2.3 The provisions of this subdivision 2.2.3 apply only in the event that Contractor is a “design professional” within the meaning of California Civil Code section 2782.8(b). If Contractor is a “design professional” within the meaning of Section 2782.8(b), then, notwithstanding subdivision 2.2.2 above, to the fullest extent permitted by law (including, without limitation, Civil Code sections 2782 and 2782.6), Contractor shall defend (with legal counsel reasonably acceptable to OCWD), indemnify and hold harmless OCWD and OCWD Personnel from and against any Claim that arises out of, pertains to, or relates to, directly or indirectly, in whole or in part, the negligence, recklessness, or willful misconduct of Contractor, any subcontractor, subcontractor or any other person directly or indirectly employed by them, or any person that any of them control, arising out of Contractor’s performance of any task or service for or on behalf of OCWD under this Agreement. Such obligations to defend, hold harmless and indemnify OCWD or any OCWD Personnel shall not apply to the extent that such Claims are caused in part by the sole active negligence or willful misconduct of OCWD or such OCWD Personnel. To the extent Contractor has a duty to indemnify OCWD or any OCWD Personnel under this subdivision 2.2.3, Contractor shall be responsible for all incidental and consequential damages resulting directly or indirectly, in whole or in part, from Contractor’s negligence, recklessness or willful misconduct.

2.2.4 The provisions of this subdivision 2.2.4 apply only in the event that this Agreement is a “construction contract” within the meaning of Civil Code Section 2782(b) and 2783. If this Agreement is a “construction contract” within the meaning of those statutes, then notwithstanding subdivision 2.2.2 above, to the fullest extent permitted by law, Contractor shall indemnify, defend (with legal counsel acceptable to OCWD) and hold harmless OCWD and the OCWD Personnel from and against any and all Claims that may be asserted or claimed by any person or entity arising out of Contractor’s performance of any tasks or services for or on behalf of OCWD, whether or not there is concurrent passive negligence on the part of OCWD and/or any OCWD Personnel, but excluding any Claims arising from the active negligence or willful misconduct of OCWD or any OCWD Personnel.

Page 38: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -8-

SECTION THREE: LEGAL RELATIONS AND RESPONSIBILITIES

3.1 Compliance with Laws. Contractor shall keep itself fully informed of all existing and future state and federal laws and all county, municipal and OCWD ordinances and regulations which in any manner affect those employed by it or in any way affect the performance of services pursuant to this Agreement. Contractor shall at all times observe and comply with all such laws, ordinances, and regulations and shall be responsible for the compliance of all work and services performed by or on behalf of Contractor. When applicable, Contractor shall not pay less than the prevailing wage, which rate is determined by the Director of Industrial Relations of the State of California.

3.2 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense all licenses, permits, and approvals that may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for Contractor’s performance of the services required by this Agreement, and shall indemnify, defend, and hold harmless OCWD against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against OCWD thereunder.

3.3 Covenant Against Discrimination. Contractor covenants for itself, its heirs, executors, assigns, and all persons claiming under or through it, that there shall be no discrimination against any person on account of race, color, creed, religion, sex, marital status, national origin, or ancestry, in the performance of this Agreement. Contractor further covenants and agrees to comply with the terms of the Americans with Disabilities Act of 1990 (42 U.S.C. §12101 et seq.) as the same may be amended from time to time.

3.4 Independent Contractor. Contractor shall perform all services required herein as an independent Contractor of OCWD and shall remain at all times as to OCWD a wholly independent Contractor. OCWD shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise, or a joint venturer, or a member of any joint enterprise with Contractor. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of OCWD. Neither Contractor nor any of Contractor’s employees shall, at any time, or in any way, be entitled to any sick leave, vacation, retirement, or other fringe benefits from the OCWD; and neither Contractor nor any of its employees shall be paid by OCWD time and one-half for working in excess of forty (40) hours in any one week. OCWD is under no obligation to withhold State and Federal tax deductions from Contractor’s compensation. Neither Contractor nor any of Contractor’s employees shall be included in the competitive service, have any property right to any position, or any of the rights an employee may have in the event of termination of this Agreement.

3.5 Use of Patented Materials. Contractor shall assume all costs arising from the use of patented or copyrighted materials, including but not limited to equipment, devices, processes, and software programs, used or incorporated in the services or work performed by Contractor under this Agreement. Contractor shall indemnify,

Page 39: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -9-

defend, and save the OCWD harmless from any and all suits, actions or proceedings of every nature for or on account of the use of any patented or copyrighted materials.

3.6 Proprietary Information. All proprietary information developed specifically for OCWD by Contractor in connection with, or resulting from, this Agreement, including but not limited to inventions, discoveries, improvements, copyrights, patents, maps, reports, textual material, or software programs, but not including Contractor’s underlying materials, software, or know-how, shall be the sole and exclusive property of OCWD, and are confidential and shall not be made available to any person or entity without the prior written approval of OCWD. Contractor agrees that the compensation to be paid pursuant to this Agreement includes adequate and sufficient compensation for any proprietary information developed in connection with or resulting from the performance of Contractor’s services under this Agreement. Contractor further understands and agrees that full disclosure of all proprietary information developed in connection with, or resulting from, the performance of services by Contractor under this Agreement shall be made to OCWD, and that Contractor shall do all things necessary and proper to perfect and maintain ownership of such proprietary information by OCWD.

3.7 Ownership of Data, Reports and Documents. The Contractor shall deliver to OCWD’s representative identified in Part I, at the end of the project, notes and surveys made, all reports of tests made, studies, reports, plans, a copy of electronic and digital files, and other materials and documents which shall be the property of OCWD. The Contractor is not responsible to third parties of OCWD’s use of data, reports and documents on other projects. OCWD may use or reuse the materials prepared by Contractor in any manner desired without additional compensation to Contractor. Any work performed by Contractor under this Agreement shall be the property of OCWD.

3.8 Retention of Funds. Contractor hereby authorizes OCWD to deduct from any amount payable to Contractor (whether arising out of this Agreement or otherwise) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate OCWD for any losses, costs, liabilities, or damages suffered by OCWD, and all amounts for which OCWD may be liable to third parties, by reason of Contractor’s negligent acts, errors, or omissions, or willful misconduct, in performing or failing to perform Contractor’s obligations under this Agreement. OCWD in its sole and absolute discretion, may withhold from any payment due Contractor, without liability for interest, an amount sufficient to cover such claim or any resulting lien. The failure of OCWD to exercise such right to deduct or withhold shall not act as a waiver of Contractor’s obligation to pay OCWD any sums Contractor owes OCWD.

3.9 Termination By OCWD. OCWD reserves the right to terminate this Agreement at any time, with or without cause, upon written notice to Contractor. Upon receipt of any notice of termination from OCWD, Contractor shall immediately cease all services hereunder except such as may be specifically approved in writing by OCWD. Contractor shall be entitled to compensation for all services rendered prior to receipt of OCWD’s notice of termination and for any services authorized in writing by OCWD thereafter. If termination is due to the failure of Contractor to fulfill its obligations under this Agreement, OCWD may take over the work and prosecute the same to completion

Page 40: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -10-

by contract or otherwise, and Contractor shall be liable to the extent that the total cost for completion of the services required hereunder, including costs incurred by OCWD in retaining a replacement Contractor and similar expenses, exceeds the Budget.

3.10 Right to Stop Work; Termination By Contractor. Contractor shall have the right to stop work only if OCWD fails to timely make a payment required under the terms of the Budget. Contractor may terminate this Agreement only for cause, upon thirty (30) days’ prior written notice to OCWD. Contractor shall immediately cease all services hereunder as of the date Contractor’s notice of termination is sent to OCWD, except such services as may be specifically approved in writing by OCWD. Contractor shall be entitled to compensation for all services rendered prior to the date notice of termination is sent to OCWD and for any services authorized in writing by OCWD thereafter. If Contractor terminates this Agreement because of an error, omission, or a fault of Contractor, or Contractor’s willful misconduct, the terms of Section 3.9 relating to OCWD’s right to take over and finish the work and Contractor’s liability therefor shall apply.

3.11 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party’s consent to or approval of any act by the other party requiring the party’s consent or approval shall not be deemed to waive or render unnecessary the other party’s consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing.

3.12 Legal Actions. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted and maintained in the Superior Courts of the State of California in the County of Orange, or in any other appropriate court with jurisdiction in such County, and Contractor agrees to submit to the personal jurisdiction of such court.

3.13 Rights and Remedies are Cumulative. The rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party.

3.14 Attorneys’ Fees. In any action between the parties hereto seeking enforcement of any of the terms or provisions of this Agreement or in connection with the performance of the work hereunder, the party prevailing in the final judgment in such action or proceeding, in addition to any other relief which may be granted, shall be entitled to have and recover from the other party its reasonable costs and expenses, including but not limited to reasonable attorney’s fees, expert witness fees and courts costs. If either party to this Agreement is required to initiate or defend litigation with a third party because of the violation of any term or provision of this Agreement by the other party, then the party so litigating shall be entitled to its reasonable attorney’s fees and costs from the other party to this Agreement.

3.15 Force Majeure. The time period specified in this Agreement for performance of services shall be extended because of any delays due to unforeseeable

Page 41: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -11-

causes beyond the control and without the fault or negligence of OCWD or Contractor, including but not restricted to acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation and/or acts of any governmental agency, including OCWD, if the delaying party shall within ten (10) days of the commencement of such delay notify the other party in writing of the causes of the delay. If Contractor is the delaying party, OCWD shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of OCWD such delay is justified. OCWD’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against OCWD for any delay in the performance of this Agreement, however caused. Contractor’s sole remedy shall be extension of this Agreement pursuant to this Section 3.15.

3.16 Non-liability of OCWD Officers and Employees. No officer, official, employee, agent, representative or volunteer of OCWD shall be personally liable to Contractor, or any successor in interest, in the event of any default or breach by OCWD, or for any amount which may become due to Contractor or its successor, or for breach of any obligation of the terms of this Agreement.

3.17 Conflict of Interest. No officer, official, employee, agent, representative or volunteer of OCWD shall have any financial interest, direct or indirect, in this Agreement, or participate in any decision relating to this Agreement which affects his or her financial interest or the financial interest of any corporation, partnership, or association in which he or she is interested, in violation of any Federal, State, or OCWD statute, ordinance, or regulation. The Contractor shall not employ any such person while this Agreement is in effect.

3.18 Compliance with California Unemployment Insurance Code Section 1088.8. If Contractor is a sole proprietor, then prior to signing the Agreement, Contractor shall provide to the OCWD a completed and signed Form W-9, Request for Taxpayer Identification Number and Certification. Contractor understands that pursuant to California Unemployment Insurance Code Section 1088.8, the OCWD will report the information from Form W-9 to the State of California Unemployment Development Department, and that the information may be used for the purposes of establishing, modifying, or enforcing child support obligations, including collections, or reported to the Franchise Tax Board for tax enforcement purposes.

SECTION FOUR: MISCELLANEOUS PROVISIONS

4.1 Records and Reports. Upon request by OCWD, Contractor shall prepare and submit to OCWD any reports concerning Contractor’s performance of the services rendered under this Agreement. OCWD shall have access, upon reasonable notice, to the books and records of Contractor related to Contractor’s performance of this Agreement. All drawings, documents, and other materials prepared by Contractor in the performance of this Agreement (i) shall be the property of OCWD and shall be delivered at no cost to OCWD upon request of OCWD or upon the termination of this Agreement,

Page 42: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -12-

and (ii) are confidential and shall not be made available to any individual or entity without prior written approval of OCWD. Contractor shall keep and maintain all records and reports related to this Agreement for a period of three (3) years following termination of this Agreement, and OCWD shall have access to such records upon 48 hours notice.

4.2 Notices. Unless otherwise provided herein, all notices required to be delivered under this Agreement or under applicable law shall be personally delivered, or delivered by United States mail, prepaid, certified, return receipt requested, or by reputable document delivery service that provides a receipt showing date and time of delivery. Notices personally delivered or delivered by a document delivery service shall be effective upon receipt. Notices delivered by mail shall be effective at 5:00 p.m. on the second calendar day following dispatch. Notices to the OCWD shall be delivered to the following address, to the attention of the OCWD Representative set forth in Paragraph D.1 of the Fundamental Terms of this Agreement:

To OCWD Orange County Water District Representative: P. O. Box 8300 Fountain Valley, CA 92728-8300

All invoices shall be properly identified with the corresponding Agreement No. and sent to the address shown below:

Invoices Only: Orange County Water District Attention: Accounts Payable P. O. Box 20845 Fountain Valley, CA 92728-0845

Notices to Contractor shall be delivered to the address set forth below Contractor’s signature on Part I of this Agreement to the attention of Contractor’s Representative set forth in Paragraph D.2 of the Fundamental Terms of this Agreement. Changes in the address to be used for receipt of notices shall be effected in accordance with this Section 4.2.

4.3 Construction and Amendment. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. The headings of sections and paragraphs of this Agreement are for convenience or reference only, and shall not be construed to limit or extend the meaning of the terms, covenants and conditions of this Agreement. This Agreement may only be amended by the mutual consent of the parties by an instrument in writing.

4.4 Severability. Each provision of this Agreement shall be severable from the whole. If any provision of this Agreement shall be found contrary to law, the remainder of this Agreement shall continue in full force.

Page 43: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -13-

4.5 Authority. The person(s) executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound.

4.6 Special Provisions. Any additional or supplementary provisions or modifications or alterations of these General Provisions shall be set forth in Part III of this Agreement (“Special Provisions”).

4.7 Precedence. In the event of any discrepancy between Part I (“Fundamental Terms”), Part II (“General Provisions”), Part III (“Special Provisions”), Part IV (“Scope of Services”), and/or Part V (“Budget”), Part III shall take precedence and prevail over Parts I, II, IV and V; Part II shall take precedence and prevail over Parts I, IV and V; Part IV shall take precedence and prevail over Parts I and V; and Part V shall take precedence over Part I.

Page 44: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -14-

PART III SPECIAL PROVISIONS

A. Prior to and as a condition of entering into an Agreement for the Work scheduled herein on which it submits a bid, the Bidder shall provide the District with proof of the Bidder’s and all subcontractors’ current registrations to perform public work pursuant to Labor Code Section 1725.5 effective March 1, 2015. B. Effective January 1, 2016, ALL general contractors and subcontractors must submit certified payroll records to the Labor Commissioner using the Department of Industrial Relations’ (DIR’s) electronic certified payroll reporting (eCPR) system. It shall be the responsibility of each general contractor and subcontractor to comply with its obligation under this Section. C. The Contractor shall comply with the Prevailing Wage Requirements of Exhibit ***, added in its entirety. D. The Contractor shall comply with the State Law Mandated Contract Provisions of Exhibit ***, added in its entirety. E. The Contractor shall comply with the Contractor Safety Program, a copy of which is appended as Exhibit *** of this Agreement. Contractor shall also complete and submit the “Instructions for Contractors” forms, pages nos. 1-4 with the executed Agreement to the District.

MODIFY THE FOLLOWING SECTIONS OR DELETE: E. Section 2.1.1.a. Commercial General Liability Insurance, from PART II GENERAL PROVISIONS is deleted in its entirety and replaced with the following:

“a. Commercial General Liability Insurance The Contractor shall provide and maintain commercial general liability insurance. The coverage for commercial general liability insurance shall be at least as broad as the following: Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 0001). Contractor shall maintain limits no less than the following: Ten million dollars ($10,000,000) per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit or products-completed operations aggregate limit is used, either the general aggregate limit shall apply separately to the project/location (with the ISO CG 2503, or ISO CG 2504, or insurer’s equivalent endorsement provided to OCWD) or the general aggregate limit and products-completed operations aggregate limit shall be twice the required occurrence limit.” F. Section 2.1.1.d Professional Liability, from PART II, GENERAL PROVISIONS, is deleted in its entirety.

Page 45: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -15-

G. Section 2.1.1.e Environmental Impairment Liability from PART II, GENERAL PROVISIONS is revised as follows: e. Environmental Impairment Liability – The Contractor shall provide and maintain coverage appropriate for the hazardous material/waste activity contemplated in this Agreement. Environmental Impairment Liability shall be maintained in an amount of $_______________ per claim and $________________ annual aggregate.

OR

C. Section 2.1.1.e Environmental Impairment Liability from PART II, GENERAL PROVISIONS is deleted in its entirety.

Page 46: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -16-

PART IV SCOPE OF SERVICES

A. Services shall be performed in accordance with Exhibit A, *** dated *** and .

Page 47: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

OCWD AGREEMENT NO. *** *** -17-

PART V BUDGET

A. OCWD shall compensate Contractor in accordance with Exhibit B, *** dated *** for a not-to-exceed fee of $***.00.

Page 48: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

E-1

EXHIBIT E

BUILDING FACTS PRODUCT SERVICE SUMMARY

Page 49: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

BuildingFacts, LLC • 99 Comet Ave. • Buffalo, New York 14216 • 716-568-4033

April 26, 2019

Orange County Water District

18700 Ward Street

Fountain Valley, CA 92708

Re: GWRS Final Expansion

Hi Sandy,

BuildingFacts will be handling the construction documentation for the GWRS Final Expansion

project slated to start in 2020. Our services on this project will include, photographic documentation,

webcams, aerial photography (drone photography) and BuildingFacts Documentation Software

(subscription & hosting).

Photographic Documentation will commence at preconstruction/pre-site survey and continue

with monthly visits over 36 months to capture, pad prep/underslab, monthly exterior, site, interior photos,

MEP photos, point of interests/periodic construction photos and finish with final completion, final exterior,

interior and elevation photos. A shot list will be created from site plans prior to construction to ensure

proper coverage of entire site and integral points of construction. Each “Hot Spot” will be shot with our

unique Point-Of-View method to maximize photography coverage. Our Point-Of-View method will create 6

to 10 individual photos (amount depends on if exterior or interior) and one 360 degree panoramic image

from any given “Hot Spot”. There will also be individual points of interest shots taken throughout

construction as needed. Equipment to be used to perform photography is a DSLR camera, tri-pod, swivel,

and specialty tele-photo, wide angle and fish eye lenses. BuildingFacts photographers are OSHA certified

and confined space certified. Total cost for service is $37,334.00.

Webcams will commence filming at the beginning of construction and operate for the duration of

construction (36 months). 2 webcams are slated to be installed on construction site with positioning of

Page 50: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

BuildingFacts, LLC • 99 Comet Ave. • Buffalo, New York 14216 • 716-568-4033

webcams to be determined by RE/PE/PM for the OCWD with professional advice on positioning provided

by BuildingFacts (Option for additional webcams available if needed). BuildingFacts will install webcams

and provide non-penetrating roof mounts if needed. Photos will be shot at 10 minute intervals from 6am

to 6pm daily to create time lapse video, live video and photo albums. Webcams are onsite fixed 4K cellular

construction cameras. Each camera is 8.3-megapixel streaming camera in an outdoor enclosure with 109-

degree horizontal field-of-view. Includes a 4G cellular modem with high gain antennas, 120V AC power

supply, all-weather modem/power enclosure, pole/wall mounting brackets and 3840x2160 (16:9

widescreen aspect ratio) and be viewable from desktop, tablet or mobile. All visual data has a secure

remote image storage with auto backup, embeddable most recent image for website, online time-lapse

movie playback & downloadable. Included is a 1080P HD/4K Ultra HD time-lapse movie at the end of

project. 5GB/monthly cellular data provided through AT&T and Verizon (overages billed at $10/GB). Total

cost for service is $19,686.00.

Aerial photography will be flown on 14 different flights over the duration of the construction. A

total of 40 hrs. of flight time has been allotted for use to accurately document project from

preconstruction to final completion. First aerial flight will commence at preconstruction and cover the

entire construction site and then be flown every 3 months (12 flights) until completion of construction. A

final flight will be performed once construction has been completed to cover the entire construction site.

Each flight will consist of photos and/or videos depending on the preference of the OCWD. Aerial

photography will be performed by BuildingFacts FAA Certified Drone Pilot using a DJI Phantom 4 Pro

Drone. Drone has obstacle sensing system, GPS, Auto Exposure Bracketing, Time-Lapse, HDR & UHD

photography modes as well as FHD & HD video recording modes. All Aerial/Drone footage includes editing

and graphics. Total cost for service is $12,600.00

BuildingFacts Documentation Software, Commercial Archive, will be provided for the duration of

the project (36 months) through a private url link, secure network with a redundant backup that is

accessible through log in credentials. The software houses all visual data captured and it is presented

through simple menu navigation. Interactive site plans are used to access pictures, videos, documents and

other media files. Designated pages will also contain contractor information, project details and

messaging/notes portal. All visual media and documents can be easily shared and downloaded. Software

Page 51: REQUEST FOR PROPOSALS FOR SPECIAL INSPECTION AND … · request for proposals . for special inspection and . materials testing services . for the construction of the . groundwater

BuildingFacts, LLC • 99 Comet Ave. • Buffalo, New York 14216 • 716-568-4033

platform is accessible from anywhere in the world via phone, tablet or desktop. BuildingFacts Commercial

Archive provides full transparency of construction projects, accurate records of existing conditions at any

given time, visual timeline of construction site, real-time as-built records and easy communication for team

members. Total cost for service is $4,500.00.

BuildingFacts Documentation Software will be online hosted for the duration of the project (36

months) and include software updates, maintenance and IT support. Total cost for service is $1,800.

BuildingFacts has included a miscellaneous cost section to include additional construction

visits/photos/documentation/data overages/software tools/services to be used at owner’s discretion.

Total cost is $7,000.00.

Total Do-Not-Exceed Price: $82,920.00

If you have any questions or comments please do not hesitate to contact me at

[email protected] or 517-285-5255.

Best Regards,

Hunter Patrick

BuildingFacts