Loading...
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