HomeMy WebLinkAbout2004-086 ORIGINALew
. ATTACHMENT A
ENGINEERING SERVICES WORK AUTHORIZATION 0q *
DATE : WORK AUTHORIZATION NO , 1 FOR CONSULTING SERVICES b
COUNTY NO . CAMP DRESSER & McKEE INC . (CDM) CDM PROJECT NO .
(consultant)
I. Project Description
CDM will provide engineering services for design and permitting services to expand the
capacity of the North County Water Treatment Plant.
s
II. Scope of Services
Engineering services including design and permitting to expand the capacity of the
North County Water Treatment Plant are provided in Attachment B .
III. Consulting Engineer Insurance Requirements
A . Workers Compensation as required by the State of Florida . Employer' s Liability of
$100,000 each accident, $500,000 disease policy limit, and $100, 000 disease each
employee .
B . General Liability : commercial general liability coverage, including contractual
liability and independent contractor, with a minimum combined single limit of
$100,000 per occurrence and personal injury coverage of $50,000 .
C . Business Automobile Liability : owned, hired, and non-owned vehicles at a
minimum combined single limit of $100,000 per occurrence and personal injury
coverage of $50,000 for bodily injury and property damage for owned and non-
owned vehicles .
D . Professional Liability Insurance : providing coverage for negligent acts, errors, or
omissions committed by Consultant with a limit of $1 ,000,000 per claim/ annual
aggregate . This insurance shall extend coverage to loss of interest, earning, profit,
use, and business interruption, cost of replacement power, and other special,
indirect, and consequential damages .
IV. Compensation for Services
North County WTP - Phase II Expansion
Task 1 - Preliminary Design $68, 760 Lump Sum
Task 2 - Preparation of Contract Documents $477,570 Lump Sum
Task 3 - Permitting Services $93,440 Upper Limit
Task 4 - Bidding Assistance $37,380 Lump Sum
Task 5 - Contract Administration/
Periodic Field Representation $273,360 Upper Limit
Total $9505-10
Compensation is to be paid on a billing rate basis plus other direct costs on an as-needed
basis . CDM will submit monthly invoices for services performed .
A-1 mh t 534. doc
Lump Sum Cost Elements
For the Basic Services performed for a Lump Sum fee, Indian River County agrees
to pay Camp Dresser & McKee Inc . (CDM) partial payments to be made on a
monthly basis based on the percentage of work completed in accordance with the
referenced contract.
Billing Rate Basis with Upper Limit
For the Basic Services performed on a billing rate basis with an upper limit, Indian
River County agrees to pay CDM as follows :
For engineering services performed by CDM, the payment will be in accordance
with the established billing rates identified in the Continuing Contract Agreement
for Professional Services salary cost of such services for each employee times 2.35
for overhead and profit plus actual out-of-pocket expense costs . Salary cost is equal
to 1 . 393 times direct salary costs and is defined as the cost of salaries (including
sick leave, vacation, and holiday pay applicable thereto) for time directly
chargeable to the project; plus unemployment, excise, and payroll taxes; and
contributions for social security, employment compensation insurance, retirement
benefits, and medical and other group insurance benefits .
Actual out-of-pocket expense costs are all costs other than labor costs that are
incurred during the progress of the work. The actual out-of-pocket expense costs
include : air fare, automobile rental if required, mileage charges, parking tolls, taxi,
meals and lodging, all in accordance with reimbursement rates set forth in Section
112 . 061 Florida Statutes (1999) , as amended, and telephone, printing and
reproduction costs, and other miscellaneous costs incurred specifically for this
project. The maximum cost for blueprint sheets is $1 . 10 . The maximum cost for
mylar sheet is $11 . 00 and a sepia sheet is $5 . 00. The charges for in-house computer
program and word processor usage will be at CDM ' s regular rates . For outside
computer services, charges will be made at invoiced cost to CDM.
For the basic services performed on a billing rate basis with an upper limit, IRC agrees to
provide a written request before work is started by CDM.
SUBMITTED BY : APPROVED BY :
CAMP DRESSER & McKEE INC . INDIAN RIVER COUNTY
(Consultant) BOARD OF COUNTY COMMISSIONERS
By : By :
ex H . Makled, P. E . , DEE Caroline D . Ginn
Vice President Chairman
Date : �/ g Date : April 13 , 2004
Am a ROVED .
Jeffery K . Barton
Clerk of the Court '
Cotifity AdnAinistrator
APP OVED AS TO FORM
By : 'OWdA'top AN EGAL SUI
Deputy Clerk 174
A IAN I_ . F
ISTANT COUNTY ATTORNEY
A-2 mh1534.doc
ATTACHMENT B
SCOPE OF WORK
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
BACKGROUND
The North County Water Treatment Plant is a permitted 3 . 53 million gallons per day (mgd)
facility serving northern Indian River County (IRC) . The facility began construction in June 1996
and was placed into operation in July 1998 . The existing plant draws water from three upper
Floridian Aquifer wells . The facility utilizes two, 1 . 5 mgd membrane treatment nanofiltration
skids and incorporates a raw water blend rate (0 .53 mgd) to achieve the facility capacity of 3 . 53
mgd . The facility layout was designed for future expansion, as required, as a result of new
customers / development in the North County area .
SCOPE OF SERVICES
CDM shall perform the following described engineering services related to the preliminary
design, final design, permitting, and construction services for the Phase II expansion to IRC
North County WTP. In general this Phase II Expansion is intended to increase the overall
membrane treatment capacity of the plant from 3 . 0 mgd to 7.5 mgd with provisions to expand
facility capacity to an ultimate 12 mgd of membrane capacity. The total plant rated capacity
after Phase II Expansion will be 8 . 83 mgd (projected to be 7.5 mgd membrane treatment
capacity plus 1 .33 mgd bypass and blend) . Should it be required that the membrane treatment
capacity be increased beyond 7.5 mgd based on the recommendations from Task 1 of this work
authorization, a subsequent amendment to this Authorization No . 1 will be negotiated . The
total plant rated capacity after Phase III Expansion (future) will be 14 . 12 mgd (projected to be 12
mgd membrane treatment capacity plus 2. 12 mgd bypass and blend) . The intent of this
authorization is for CDM to provide to IRC a set of Contract Documents suitable for public
procurement for construction of the herein described facilities .
The following described engineering services have been based upon the following assumptions
as directed by IRC Utilities Department staff:
1 . The final design of all Phase II improvements by CDM will utilize the design intent and
criteria provided in the North County (Hobart) RO Plant Preliminary Design Report
prepared by CDM and dated September 1995 in conjunction with those modifications
described herein, as requested by IRC . Subsequent to the review of the Preliminary
Design Report, as described in Task 1 - " Review of Preliminary Design Report," changes
in design intent and criteria may be adopted and incorporated into the final design.
Significant changes in the design intent and criteria as requested by IRC which are not
identified herein and that result in significantly altered or new facilities and/ or major
equipment will be considered Additional Services not covered under this authorization.
B-1 mhl534.doc
2 . Bench scale and pilot plant scale testing to determine membrane performance will not be
performed during this authorization. CDM will utilize full scale operating plant data in
conjunction with reasonably conservative design criteria in the final design of the Phase
II improvements .
3 . The existing facilities must remain in service during construction of the herein described
Phase II improvements. Construction will be phased to incorporate two new skids in the
existing process bay first, then bring the remaining new skid on-line upon completion of
the new process bay .
The primary intent of this effort is to provide Contract Documents suitable for obtaining
construction bids (one contract) for the North County Water Treatment Plant - Phase II
Expansion improvements (within the fence) . Well and raw water piping offsite or outside the
fence to be designed and bid by others . In general the new or modified facilities include the
following items :
Raw Water Supply System
■ Add three new 2 . 14 mgd upper Floridian aquifer production wells (including meters,
telemetry, well pumps, etc . ) . (TO BE DONE BY OTHERS)
■ Add new raw water system supply piping from the new wells to the existing system or
process building. Piping outside fence or offsite to be done by others .
■ Replace existing raw water main piping entering process building.
Pretreatment System
■ Add three new 1 ,300 gpm booster pumps with VFD / MCC .
■ Add three new 2 mgd (each) vertical cartridge filter housings (2 in existing, 2 in new
process bay) .
■ Add new external self-cleaning automatic sand strainer sized for the entire process flow
(plant build out) .
Membrane Process and Administration Building
■ Expand existing Membrane Process and Administration Building to provide space for
up to eight total skids and associated electrical/ control/ administrative area. Interior
and exterior architecture will match that of the existing facilities .
■ Add two new 1 . 5 mgd (each) capacity membrane skids in existing Membrane Building
with local instruments and controls .
■ Replace the membranes in the existing two skids .
■ Add one new 1 .5 mgd capacity (each) membrane skid in new membrane processing
building with local instruments and controls .
■ Add a new static mixer sized for plant build-out.
■ Add new process piping sized for plant build-out.
■ Expand the central computer control system sized for plant build-out.
■ Add new raw, product, and concentrate water instrument panels for plant build-out.
■ Add new transformer/ switchgear sized for plant build-out.
■ Add new or upgrade existing emergency power generator .
■ Add concentrate treatment system for plant build-out.
■ Expand existing membrane cleaning system.
B-2 mh1534. doc
Post-Treatment System
■ Expand the existing clearwell for plant build-out.
■ Add one new degasifier identical to existing degasifier at the existing clearwell.
■ Add one new degasifier identical to existing degasifier at the expanded clearwell area .
■ Add two new odor control scrubbers identical to existing odor control scrubber.
■ Add three new 3 . 53 mgd 100hp transfer pumps at clearwell.
■ Add one new 3 . 0 million gallon storage tank .
Existing High Service Pumps
■ Add four new high service pumps in existing high service pump station.
Bulk Chemical Storage Area/ Systems
■ Install plenum/ ductwork from existing fans at existing containment structures to
reduce corrosion and/ or chemical attack .
■ Upgrade bulk chemical storage tank capacity for zinc orthophosphate and hydrofluosilic
acid .
■ Upgrade capacity of chemical day tanks and metering pumps for all chemicals, if
necessary.
■ Expand all chemical piping systems for plant build-out.
Antiscalant System
■ Upgrade existing day tank and metering pumps .
Acid System
■ Upgrade existing day tank and metering pumps .
■ Replace existing bulk storage tank (30-day supply capacity) .
■ Relocate storage tank to northwest of existing membrane processing building.
Hypochlorite System
■ Expand existing bulk storage tank building.
■ Add new bulk sodium hypochlorite storage tanks in existing structure .
■ Upgrade existing feed pumps .
■ Add a fire protection system to meet Florida building code requirements .
Instrumentation and Control System
■ Expand existing control system with additional 1/ 0 cards and software to control and
monitor functions for Phase 11 equipment.
■ Upgrade existing control room computer monitors .
General
■ Improve paving and grading as required .
■ Landscaping/ irrigation system modifications, if necessary .
TASK 1 . 0 PRELIMINARY DESIGN
This task provides for the review of the Preliminary Design Report prepared in September 1995 .
The specific purpose of this review will be the confirmation of the presented design criteria and
B-3 mh1534. doc
t '
anticipated new facilities as well as recommendations resulting from the availability of new
equipment and recent design preferences of IRC .
Specific products of this task include draft and final Preliminary Design Report Update,
Geotechnical (Soils) Report, Topographic Survey, and Preliminary Site Plan Approvals .
Subtask 1 . 1 Preliminary Design Report Review and Update
CDM will provide the following services related to the review of the existing
Preliminary Design Report prepared by CDM in September 1995 :
A . Conduct a review workshop with IRC staff to obtain comments on the existing
Preliminary Design Report and desired changes to design criteria and/ or new
design preferences .
B . Review the existing Preliminary Design Report limiting the review to
confirmation of the presented design criteria, proposed new facilities, and
proposed new equipment. In addition, consider the availability of newer
generation equipment as well as new design preferences recently adapted or
expressed by IRC .
C . Prepare and submit five copies of a draft Preliminary Design Report Update to
IRC for review . Update will include narrative related to maintaining operations
at the current facility while constructing the new facilities . Conduct meeting with
IRC to discuss modifications to the Preliminary Design Report.
D . Prepare and submit final Preliminary Design Report update to IRC incorporating
written comments . This letter and the final Preliminary Design Report will serve
as the basis of design and will be utilized in the permitting process .
Subtask 1 . 2 Geotechnical Investigations
CDM will provide the following services through a Subcontractor related to
geotechnical (soil) investigations :
A . Review previous geotechnical investigations at the plant site . Perform additional
necessary subsurface explorations at the site, necessary for the development of
design criteria for the anticipated new structures .
B . Perform standard penetration tests and split-spoon sampling within the borings
at regular intervals .
C. Perform classification tests on selected samplings obtained from the borings .
D . Visually classify soil samples in general accordance with the United Soil
Classification System and prepare Test Boring Records .
B-4 mhl534. doc
E . Summarize the results of the geotechnical investigations and provide
recommendations for surface preparation and design of the proposed structures.
F . Review site and foundation preparation specifications and revise as appropriate
for site specific requirements .
Subtask 1 . 3 Topographic Surveys
CDM will provide the following services through a Subcontractor related to topographic
survey:
A . Review previous topographic and boundary mapping of the plant site and
recommend additional necessary surveying.
B . Determine locations and elevations of existing structures (including finished
floors) , roadways, visible utilities and storm drains, adjacent property lines, and
horizontal and vertical control for construction.
C . Determine locations of underground utilities that could interfere with
construction of the new facilities .
D . Convert survey information to digital format for use on AutoCAD, latest release .
Subtask 1 .4 Preliminary Site Plan Approval
CDM will prepare and submit a Preliminary Site Plan report including 24 " x 36 "
drawings and sketches addressing community development issues such as setbacks,
landscaping, noise abatement, odor control, construction activities restrictions,
stormwater control, and other issues pertaining to the planning and zoning process .
CDM will utilize the previous development order for the site in conjunction with
existing planning and zoning ordinances as well as discussions with planning and
zoning officials as the basis for the Preliminary Site Plan . CDM will submit a draft plan
to the appropriate County agencies, receive comments, and modify site plan as
necessary. The scope of services is based on the assumption that the plan will be
approved through the administrative approval process . Public hearings are not
budgeted for this task.
TASK 2. 0 PREPARATION OF CONTRACT DOCUMENTS
This task provides for the preparation of drawings and specifications, conducting formal
reviews of the contract documents at certain completion levels, and developing an opinion of
probable construction cost. Specific work products will include three draft contract document
sets during three different levels of completion.
Subtask 2 . 1 Preparation of Contract Documents
CDM will prepare final construction drawings and specifications suitable for inviting
construction bids for this project. The technical specifications will utilize CSI' s sixteen
B-5 mh1534. doc
e r
divisions, three-part format. The design shall be complete including (as applicable to the
Project) site improvements, building, appurtenances, process and ancillary equipment,
accessories, wiring, piping, foundations, substructures, electrical controls,
instrumentation, metering, and all mechanical facilities . The design shall also include
detailed drawings, specifications, tables, charts, schedules, and other documentation as
may be necessary for the Project. A preliminary list of drawings assumed for this Scope
of Services is attached as Table B-1 . The list of drawings may change as the design
occurs and the final list will include necessary drawings required for the WTP
expansion.
Subtask 2. 2 Periodic Review of Work Progress
At approximately the 30 percent, 60 percent, and 90 percent completion levels of the
contract documents, CDM will submit five sets of progress drafts of the contract
documents to IRC staff for review, schedule, and conduct a review meeting with IRC
staff, and address appropriate IRC review comments .
Subtask 2. 3 Final Contract Document Submittal
CDM will submit five sets of final contract documents to IRC staff prior to bidding
advertisement for the project.
Subtask 2.4 Probable Construction Cost
CDM will prepare an opinion of the probable construction cost at the 60 percent and 90
percent completion levels for the Project. The final estimate of probable construction cost
shall be delivered to IRC staff prior to the opening of bids for the project.
TASK 3 . 0 PERMITTING SERVICES
This task provides for the preparation of necessary permit applications, meetings, and
negotiation with regulatory agencies and preparation of responses to Requests for Additional
Information (RAI) .
CDM will prepare applications for permits as may be required and related to this project.
Permit-related work shall include furnishing required data, drawings, and other information
requested and assisting IRC to obtain required permit approvals . CDM will submit permit
applications to IRC for review and meet with IRC as required to discuss the review comments .
CDM will revise the applications as required and submit to appropriate regulatory agencies for
review and approval. The permits to be obtained could include the following :
■ Florida Department of Environmental Protection (FDEP) will require a permit to
construct plant process and site improvements .
■ St. John' s River Water Management District (SJRWMD) and IRC Engineering
Department will require an Environmental Resources Permit (ERP) for modifications to
the existing stormwater drainage system at the plant site . The existing permit is a
Management and Storage of Surface Water (MSSW) permit that was issued in 1996 .
B-6 mh1534. doc
i �
ATTACHMENT C-1
ESTIMATED PROJECT LABOR DISAGGREGATION
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
Principal/ Senior Professional Professional Field Senior Support Staff Support Project
Task Officer Associate Professional II 1 Rep. Services Services Admin Total
Task 1 .0 - Preliminary Design
1 . 1 - Preliminary Design Report Review/
Update g 40 60 80 60 0 16 60 60 384
1 . 2 - Geotechnical Investigation 2 4 8 4 0 0 0 4 8 30
1 . 3 - Topographic Surveys 2 8 8 4 0 0 0 4 8 34
1 . 4 - Preliminary Site Plan Approvals 4 8 8 16 0 0 0 12 8 56
Task 2. 0 - Preparation of Contract Documents
2 . 1 - Preparation of Contract Documents
Civil/ General/ Landscape 8 24 120 160 24 0 16 160 80 592
Mechanical 8 64 120 200 120 0 16 160 80 768
Electrical 8 40 160 120 120 0 16 160 80 704
Instrumentation 8 64 160 160 40 0 16 80 80 608
Architectural 8 80 160 160 40 0 16 80 80 624
Structural 8 60 80 80 60 0 16 80 80 464
HVAC 4 16 40 40 0 0 4 24 24 152
Fire Protection 2 4 16 8 0 0 4 16 8 58
2 . 2 - Periodic Review of Work Progress 24 48 48 48 0 0 24 0 40 232
2 . 3 - Final Contract Document Submittal 4 8 8 16 0 0 8 0 24 68
2 . 4 - Probable Construction Cost 4 16 40 24 0 0 0 0 40 124
Task 3 . 0 - Permitting Services
FDEP - WTP 4 16 24 80 24 0 8 24 40 220
FDEP - ERP 4 40 80 120 80 0 8 80 80 492
Other 4 16 40 80 40 0 4 16 40 240
Task 4. 0 - Bidding Assistance Services
4 . 1 - Print Plans and Specs 0 4 0 0 0 0 4 8 0 16
4 . 2 - Assist with Bids 4 8 48 48 16 0 0 8 40 172
4 . 3 - Final Cost Estimate 4 8 16 40 0 0 0 0 16 84
4 . 4 - Evaluate Bids 2 2 8 16 4 0 0 0 16 48
4 . 5 - Award Contract 0 4 8 16 0 0 0 0 16 44
Task 5. 0 - Contract Admin/ Periodic Field Rep
5 . 1 - Shop Drawings 8 60 200 280 9,0 ,0 0 0 120 748
5 . 2 - Applications for Payment 8 64 40 0 0 0 0 0 40 152
5 . 3 - Contract Administration 40 80 100 200 0 0 0 0 160 580
5 . 4 - Record Drawings 4 16 64 40 0 0 8 80 24 236
5 . 5 - Final Certification 4 16 40 16 0 0 0 8 24 108
5 . 6 - Periodic Field Representation 0 1 0 0 0 0 936 0 0 0 936
(Tasks 1 . 0 - 5 .0 ) Total 188 818 11704 2 , 056 708 936 184 1 , 064 11316 81974
C-1 mh1534.doc
ATTACHMENT C-2
PROJECT BUDGET
ENGINEERING SERVICES FOR
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
PROJECT
DESCRIPTION : North County WTP - Phase II Expansion
Task 1 - Preliminary Design
Category Hours Rate Cost
Officer 16 155 $2,480
Principal/ Associate 60 140 $8,400
Senior Professional 84 120 $10, 080
Professional II 104 100 $10,400
Professional I 60 80 $4,800
Senior Support Services 16 85 $1 ,360
Staff Support Services 80 70 $500
Project Administration 84 60 $5,040
TOTAL HOURS 504
SALARY
$48,160
OTHER DIRECT COST
Travel 800
Communications 11000
Printing 800
TOTAL OTHER DIRECT COSTS $2, 600
OUTSIDE PROFESSIONALS
Geotechnical 81000
Survey 10,000
TOTAL OUTSIDE PROFESSIONALS $18 ,000
TOTAL ESTIMATED COSTS - LUMP SUM $68, 760
TOTAL ESTIMATED ENGINEERING FEE (LUMP SUM) $6&760
C-2 mh1534. doc
ATTACHMENT C-3
PROJECT BUDGET
ENGINEERING SERVICES FOR
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
PROJECT
DESCRIPTION: North County WTP - Phase 1I Expansion
Task 2 - Preparation of Contract Documents
Category Hours Rate Cost
Officer 86 155 $13,330
Principal/ Associate 424 140 $59,360
Senior Professional 952 120 $114,240
Professional II 11016 100 $101 , 600
Professional 404 80 $32,320
Senior Support Services 136 85 $11 ,560
Staff Support Services 760 70 $53,200
Project Administration 616 60 $36, 960
TOTAL HOURS 4,394
SALARY $422,570
OTHER DIRECT COST
Travel 41000
Communications 16,000
Printing 51000
TOTAL OTHER DIRECT COSTS $25,000
OUTSIDE PROFESSIONALS
John Dean Architect (Architectural) $ 30, 000
TOTAL ESTIMATED COSTS - LUMP SUM $477,570
TOTAL ESTIMATED ENGINEERING FEE (LUMP SUM) 477 570
C-3 mhl534.doc
ATTACHMENT C-4
PROJECT BUDGET
ENGINEERING SERVICES FOR
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
PROJECT
DESCRIPTION : North County WTP - Phase II Expansion
Task 3 - Permitting Services
Category Hours Rate Cost
Officer 12 155 $1 ,860
Principal/ Associate 72 140 $10,080
Senior Professional 144 120 $17,280
Professional II 280 100 $28,000
Professional 144 80 $11 ,520
Senior Support Services 20 85 $1 ,700
Staff Support Services 120 70 $8400
Project Administration 160 60 $900
TOTAL HOURS 952
SALARY COST $88,440
OTHER DIRECT COST
Travel 11000
Communications 21000
Printing 21000
TOTAL OTHER DIRECT COSTS $5,000
TOTAL ESTIMATED COSTS - UPPER LIMIT $93,440
TOTAL UPPER LIMIT 93 M40
C-4 mh1534. doc
ATTACHMENT C-5
PROJECT BUDGET
ENGINEERING SERVICES FOR
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 4 - Bidding Assistance Services
Category Hours Rate Cost
Officer 10 155 $1,550
Principal/ Associate 26 140 $3,640
Senior Professional 80 120 $9,600
Professional II 120 100 $12,000
Professional I 20 80 $1 ,600
Senior Support Services 4 85 $340
Staff Support Services 16 70 $1 ,120
Project Administration 88 60 51280
TOTAL HOURS 364
SALARY
$35,130
OTHER DIRECT COST
Communications 500
Printing 11750
TOTAL OTHER DIRECT COSTS $2,250
TOTAL ESTIMATED COSTS - LUMP SUM $37,380
TOTAL ESTIMATED ENGINEERING FEE (LUMP SUM) $M380
C-5 mhl534.doc
ATTACHMENT C-6
PROJECT BUDGET
ENGINEERING SERVICES FOR
NORTH COUNTY WATER TREATMENT PLANT
PHASE II EXPANSION
PROJECT
DESCRIPTION : North County WTP - Phase II Expansion
Task 5 - Contract Administration/ Periodic Field Representation
Category Hours Rate Cost
Officer 64 155 $9,920
Principal/ Associate 236 140 $33, 040
Senior Professional 444 120 $53,280
Professional II 536 100 $53,600
Professional I 80 80 $6,400
Field Representative 936 75 $70,200
Senior Support Services 8 85 $680
Staff Support Services 88 70 $6, 160
Project Administration 368 60 $22,080
TOTAL HOURS 2,760
SALARY COST $255,360
OTHER DIRECT COST
Travel 31000
Communications 71000
Printing 81000
TOTAL OTHER DIRECT COSTS $18, 000
TOTAL ESTIMATED COSTS - UPPER LIMIT $273,360
TOTAL UPPER LIMIT 273 360
C-6 mh1534.doc
EXHIBIT D
DUTIES, RESPONSIBILITIES, AND LIMITATIONS OF AUTHORITY
OF THE RESIDENT PROJECT REPRESENTATIVE
GENERAL
The Resident Project Representative (RPR) is CDM' s agent at the site, will act as directed by and
under the supervision of CDM, and will confer with CDM regarding RPR' s actions . RPR' s
dealings in matters pertaining to the on-site work shall, in general, be with CDM and the
CONTRACTOR keeping the COUNTY advised as necessary . RPR' s dealings with
subcontractors shall only be through or with the full knowledge of the CONTRACTOR . RPR
shall generally communicate with the COUNTY with the knowledge of, and under the direction
of CDM.
DUTIES AND RESPONSIBILITIES
The duties and responsibilities of the RPR include the following:
1 . Schedules :
a . Review the progress schedule, schedule of shop drawing submittals, and
schedule of values prepared by CONTRACTOR and consult with CDM
concerning acceptability.
2. Conferences and Meetings :
a . Attend meetings with the CONTRACTOR, such as preconstruction
conferences, progress meetings, job conference, and other project-related
meetings, and prepare and circulate copies of minutes thereof.
3 . Liaison:
a . Serve as CDM' s liaison with the CONTRACTOR, working principally
through CONTRACTOR ' s superintendent and assist in understanding
the intent of the Contract Documents .
b. Assist CDM in serving as the COUNTY' s liaison with the CONTRACTOR
when the CONTRACTOR' s operations affect the COUNTY' s on-site
operations . Assist in obtaining from the COUNTY additional details or
information, when required for proper execution of the work .
4 . Shop Drawings and Samples :
a . Record date of receipt of shop drawings and samples .
b . Receive samples which are furnished at the site by the CONTRACTOR
and notify CDM of availability of samples for examination.
C . Advise CDM and the CONTRACTOR of the commencement of any work
requiring a shop drawing or sample, if the submission has not been
approved by CDM .
D-1 mhl534. doc
5 . Rejection of defective Work, Inspections and Tests :
a . Conduct on-site observations of the work in progress to assist CDM in
determining if the work is in general proceeding in accordance with the
Contract Documents .
b . Report to CDM whenever the RPR believes that any work is
unsatisfactory, faulty or defective or does not conform to the Contract
Documents; or has been damaged, or does not meet the requirements of
any inspection, test or approval required to be made; and advise CDM or
work that RPR believes should be corrected or rejected or should be
uncovered for observation, or required special testing, inspection or
approval .
C , Verify that tests, equipment and systems start-ups and operating and
maintenance instructions are conducted in the presence of appropriate
personnel, and that the CONTRACTOR maintains adequate records
thereof; and observe, record and report to CDM appropriate details
relative to the test procedures and start-ups .
d . Accompany visiting inspectors representing public or other agencies
having jurisdiction over the Project, record the outcome of these
inspections, and report to CDM .
6 . Interpretation of Contract Documents :
a . Report to CDM when clarifications and interpretations of the Contract
Documents are needed and transmit to the CONTRACTOR clarifications
and interpretations as issued by CDM .
7. Modifications :
a . Consider and evaluate the CONTRACTOR' s suggestions for
modifications to the drawings or specifications and report with the RPR' s
recommendations to CDM . Transmit to the CONTRACTOR decisions as
issued by CDM .
8 . Records :
a . Maintain, at the job site, orderly files for correspondence, reports of job
conferences, shop drawings and samples, reproductions of original
Contract Documents including all Work Directive Changes, Addenda,
Change Orders, Field Orders, additional drawings issued subsequent to
the execution of the Contract, CDM' s clarifications and interpretations of
the Contract Documents, Progress Reports, and other Project-related
documents .
b . Keep a diary or log book, recording CONTRACTOR hours on the job site,
weather conditions, data relative to questions of Work Directive Changes,
Change Orders, or changed conditions, list of job site visitors, daily
activities, decision, observations in general, and specific observations in
more detail as in the case of observing test procedures; and send copies to
CDM .
C . Record names, addresses, and telephone numbers of all contractors,
subcontractors and major suppliers of materials and equipment.
D-2 mh 1534. doc
9. Reports :
a . Furnish CDM periodic reports as required of progress of the work and of
the CONTRACTOR' s compliance with the progress schedule and
schedule of shop drawing and sample submittals .
b . Consult with CDM in advance of scheduled major tests, inspections or
start of important phases of the work.
C , Draft proposed Change Orders and Work Directive Changes, obtaining
backup material from the CONTRACTOR and recommend to CDM
Change Orders, Work Directive Changes, and Field Orders .
d . Report immediately to CDM and the COUNTY upon the occurrence of
any accident.
10. Payment requests :
a . Review applications for payment with the CONTRACTOR for
compliance with the established procedure for their submission and
forward with recommendations to CDM, noting particularly the
relationship of the payment requested to the schedule of values, work
completed and materials and equipment delivered at the site, but not
incorporated in the work .
11 . Certificates, Maintenance and Operation Manuals :
a . During the course of the work, verify that certificates, maintenance and
operation manuals and other data required to be assembled and
furnished by CONTRACTOR are applicable to the items actually installed
and in accordance with the Contract Documents, and have this material
delivered to CDM for review and forwarding to the COUNTY prior to
final payment of the work .
12 . Completion:
a . Before CDM issues a Certificate of Substantial Completion, submit to the
CONTRACTOR a list of observed items requiring completion or
correction.
b . Conduct final inspection in the company of the COUNTY, CDM, and the
CONTRACTOR, and prepare a final list of items to be completed or
corrected .
C . Observe that all items on final list have been completed or corrected and
make recommendations to CDM concerning acceptance .
1 . LIMITATIONS OF AUTHORITY
1 . Project Representative shall have limitations as follows :
a . Shall not authorize any deviation from the Contract Documents or
substitution of materials or equipment, unless authorized by CDM .
b . Shall not exceed limitations of CDM' s authority as set forth in the
Agreement of the Contract Documents .
C , Shall not undertake any of the responsibilities of the CONTRACTOR,
subcontractors or the CONTRACTOR' s superintendent.
D-3 mh1534.doc
I
1
i I / •
d . Shall not advise on, issue directions relative to, or assume control over
any aspect of the means, methods, techniques, sequences, or procedures
of construction unless such advice or directions are specifically required
by the Contract Documents .
e . Shall not advise on, issue directions regarding, or assume control over,
safety precautions and programs in connection with the work .
f. Shall not accept shop drawing or sample submittals from any one other
than the CONTRACTOR.
g . Shall not authorize the COUNTY to occupy the Project in whole or in
part.
h . Shall not participate in specialized field or laboratory tests or inspections
conducted by others except as specifically authorized by CDM.
D-4 mh1534. doc
CONCEPTUAL CONSTRUCTION COST ESTIMATE
NORTH COUNTY WATER TREATMENT PLANT EXPANSION
1 , Site Work Cost/ Price
$250,000
2. Production Wells (3) * $750, 000
3 . Raw Water Piping* $250,000
4 . Raw Water Piping Modifications $200, 000
5 . RO Booster Pumps (3) $250, 000
6 . Cartridge Filter Housings (3) $150,000
7. Sand Strainer $75,000
8 . Membrane Skids (3) $11800,000
9 . Replace Existing Membranes $500,000
10 . Degasifiers (2) $240,000
11 . Odor Control Scrubbers (2) $170, 000
12 . Transfer Pumps (3) $125, 000
13 . 3 MG Storage Tank $600,000
14 . Bulk Chemical Area Modifications $75, 000
15 . Yard Piping/ Miscellaneous Tank Features $100, 000
16 . Acid Tank $120,000
17. Hypochloride System Expansion - Building $300,000
18 . Hypochloride System Tankage / Equipment $250,000
19 . Fire System - Hypochloride $50,000
20 . Electrical/ Office Addition $400,000
21 . Process Bay with Trenches $1 ,000, 000
22 . Stainless Piping/ Valves $600,000
23 . Overhead Crane $100,000
24 . Miscellaneous $300, 000
Subtotal
$8,655,000
Instrumentation (10 % ) $865,500
Electrical (15 % ) $1 ,298,250
Subtotal
$10,818, 750
Contingency (15 % ) $1 , 622,813
Total Estimated Construction Cost $12 ,441 ,563
* Production Well and most of raw water piping to be done by others .
mh1534. doc