THE CLEARWATER TOWN POND PROJECT
I
AG~EMENT NO. OOCON000034
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND THE
CITY OF CLEARWATER
FOR
THE CLEARWATER TOWN POND PROJECT (K393)
THIS COOPERATIVE FUNDING AGREEMENT entered into and effective as of the 1 st day of January
1999 by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public
corporation of the State of Florida, whose address is 2379 Broad Street, Brooksville, Florida 34609-6899,
for itself and on behalf of the Pinellas-Anc1ote River Basin Board, hereinafter collectively referred to as
the "DISTRICT," and the CITY OF CLEARWATER, a municipal corporation of the State of Florida,
whose address Post Office Box 4748 Clearwater, Florida 33758-4748, hereinafter referred to as the
"CITY."
WITNESSETH:
WHEREAS, the CITY proposed a project to the DISTRICT for funding consideration under the
DISTRICT's cooperative funding program; and
WHEREAS, the project consists of the preliminary and final design, environmental permitting, and
construction of a four (4) acre stormwater treatment facility in downtown Clearwater, hereinafter referred
to as the "PROJECT"; and
WHEREAS, the PROJECT will provide stormwater treatment for an area of downtown approximately 200
acres in size as the area redevelops; and
WHEREAS, the DISTRICT considers the PROJECT worthwhile and desires to assist the CITY in funding
the PROJECT.
NOW, THEREFORE, the DISTRICT and the CITY, in consideration ofthe mutual terms, covenants and
conditions set forth herein, agree as follows:
1. PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below
as its respective Project Manager. Project Managers shall assist with PROJECT coordination and
shall be the party's prime contact person. Notices or reports shall be sent to the attention of the
parties' Project Manager by U.S. mail, postage paid, to the parties' addresses as set forth below:
Project Manager for the DISTRICT:
Michael L. Holtkamp, P. E.
Southwest Florida Water Management District
7601 U. S. Highway 301 North
Tampa, Florida 33637
Project Manager for the CITY:
Daniel R. Mayer
City of Clearwater
Public Works Administration
100 S. Myrtle Avenue
Clearwater, Florida 33756-5520
Page 10f5
#
&C-2SJ
(;)
I
I
1.1 The DISTRICT's Project Manager is hereby authorized to approve requests to extend a
PROJECT task deadline set forth in this Agreement. Such approval shall be in writing,
shall explain the reason for the extension and shall be signed by the Project Manager and
hislher Department Director, or Deputy Executive Director if the Department Director is
the Project Manager. The DISTRICT's Project Manager is not authorized to approve any
time extension which will result in an increased cost to the DISTRICT or any time
extension which will likely delay the final PROJECT task deadline.
2. SCOPE OF WORK. Upon receipt of written notice to proceed from the DISTRICT, the CITY shall
perform the services necessary to complete the PROJECT in accordance with the Special Project
Terms and Conditions set forth in Exhibit "A" and the CITY's Proposed Project Plan set forth in
Exhibit "B," both attached hereto and incorporated herein. Any changes to the Proposed Project Plan
and associated costs shall be mutually agreed to in a formal written amendment prior to being
performed by the CITY. The CITY shall be solely responsible for managing the PROJECT,
including the hiring and supervising of any consultants or contractors it engages under this
Agreement.
3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Six Million Two
Hundred Ten Thousand Dollars ($6,210,000). The DISTRICT agrees to fund 50 percent of the
PROJECT costs up to Three Million One Hundred Five Thousand Dollars ($3,105,000) and shall
have no obligation to pay any costs beyond this maximum amount. The CITY agrees to fund 50
percent of the PROJECT costs up to Three Million One Hundred Five Thousand Dollars
($3,105,000) and shall be responsible for all costs in excess of the anticipated total PROJECT cost.
The CITY shall be the lead party to this Agreement and shall pay PROJECT costs prior to requesting
reimbursement from the DISTRICT.
3.1 The DISTRICT shall reimburse the CITY for its share of PROJECT costs in accordance with
the Estimated Project Costs set forth in Exhibit "B." The CITY shall contract with consultants
or contractors in accordance with the Special Project Terms and Conditions set forth in Exhibit
"A." Upon DISTRICT approval, the budget amounts for the work set forth in such contract(s)
shall refine the amounts set forth in the Estimated Project Costs and shall be incorporated
herein by reference. The DISTRICT shall reimburse the CITY for 50% of each DISTRICT-
approved invoice received from the CITY, but at no point in time shall the DISTRICT's
expenditure amount under this Agreement exceed such expenditures made by the CITY.
Payment shall be made to the CITY within thirty (30) days of receipt of an invoice, with the
appropriate support documentation, which shall be submitted to the DISTRICT on a monthly
basis at the following address:
Accounts Payable Section
Southwest Florida Water Management District
Post Office Box 1166
Brooksville, Florida 34605-1166
3.2 The CITY hereby recognizes and agrees that DISTRICT funding of the PROJECT will be over
three (3) Fiscal Years, FY2000, FY2001 and FY2002, and is conditioned upon the inclusion,
Page 2 of5
#l
.
.
funding, and approval ofthe PROJECT in the DISTRICT's annual budgets. The DISTRICT
has approved $280,000 in FY2000 for the PROJECT and the remaining funds, up to the
DISTRICT's funding commitment, are anticipated to be available in the amount of$1 ,412,500
in FY2001 and $1,412,500 in FY2002. If DISTRICT funding in the future Fiscal Years does
not occur, the CITY shall be responsible for all funding necessary to complete the PROJECT.
3.3 The CITY shall not use any DISTRICT funds for any purposes not specifically identified in
the Proposed Project Plan.
3.4 The DISTRICT shall have no obligation to reimburse the CITY for any costs under this
Agreement until construction of the PROJECT has commenced.
4. CONTRACT PERIOD. This Agreement shall be effective upon execution by all parties and shall
remain in effect until June 30, 2003, unless terminated or extended in writing by mutual written
agreement of the parties.
5. PROJECT RECORDS AND DOCUMENTS. Each party shall, upon request, permit the other party
to examine or audit all PROJECT related records and documents during or following completion of
the PROJECT. Each party shall maintain all such records and documents for at least three (3) years
following completion of the PROJECT. All records and documents generated or received by either
party in relation to the PROJECT are subject to the Public Records Act in Chapter 119, Florida
Statutes.
6. REPORTING. The CITY shall provide the DISTRICT with any and all reports, models, studies,
maps or other documents resulting from the PROJECT.
7. LIABILITY. Each party hereto agrees that it shall be solely responsible for the negligent acts or
omissions of its officers, employees, contractors and agents; however, nothing contained herein shall
constitute a waiver by either party of its sovereign immunity or the limitations set forth in Section
768.28, Florida Statutes.
8. DEF AUL T. Either party may terminate this Agreement upon the other party's default in complying
with any term or condition of this Agreement, as long as the terminating party is not in default of any
term or condition of this Agreement. To effect termination, the terminating party shall provide the
defaulting party with a written "Notice of Termination" stating its intent to terminate and describing
the term and/or condition with which the defaulting party has failed to comply. If the defaulting
party has not remedied its default within thirty (30) days after receiving the Notice of Termination,
this Agreement shall automatically terminate.
9. TERMINATION WITHOUT CAUSE. This Agreement may be terminated by the DISTRICT
without cause upon fifteen (15) days written notice to the CITY. Termination shall be effective upon
the fifteenth (15th) day after the CITY's receipt of said notice. In the event of such termination the
CITY shall be entitled to compensation for all services reasonably and properly incurred to the date
of termination.
Page 3 of 5
AKJ
I
I
19. MODIFICATIONS. This Agreement constitutes the entire agreement between the parties and may
be amended only in writing, signed by all parties to this Agreement.
20. DOCUMENTS. The following documents are attached and made a part ofthis Agreement. In the
event of a conflict of contract terminology, priority shall first be given to the language in the body
of this Agreement, then to Exhibit "A," and then to Exhibit "B."
A. Exhibit "A"
B. Exhibit "B"
Special Project Terms and Conditions
CITY's Proposed Project Plan
IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this
Agreement on the day and year set forth next to their signatures below.
~~
Countersigned:
g~ J; ~
Brian J. Aun st
Mayor-Commissioner
Approved as to form:
Leslie K. Doug 11 Sides
Assistant City Attorney
/i)
SOUTHWEST FLORlDA WATER MANAGEMENT DISTRICT
Director
Federal ID#: 59-0965067
CITY OF CLEARWATER
}---
By: -
Micha 1. Roberto, CIty Manager
------
Date
Attest:
z
,
E. Goudeau, City ClerK
Federal ID#: 59-6000289
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND THE
CITY OF CLEAR WATER
FOR
THE CLEARWATER TOWN POND PROJECT(K393)
Page 5 of5
DISTRICT APPROVAL I~ITtt.LS .P~W~
LEGAL c.l,. l~
RISK MGMT ~
CONTRACTS ~ IlI/I9/11
RM DEPT DIR ~ l P ., i""\'\
DEPUTY EXEC DIR ~
GOVERNING BOARD _'iq
I
I
AGREEMENT NO. OOCON000034
EXHIBIT "A"
SPECIAL PROJECT TERMS AND CONDITIONS
1. PROJECT COORDINATION: The CITY shall keep the DISTRICT advised at all times during
the preliminary design, final design, permitting, and construction phases of the PROJECT. The
CITY shall provide the DISTRICT's Project Manager with advance notice of all PROJECT
meetings with the consultants, regulatory agencies, and contractors and shall copy the DISTRICT's
Project Manager on all pertinent PROJECT-related correspondence.
2. OUARTERL Y REPORTS: The CITY shall submit written quarterly status reports to the
DISTRICT's Project Manager on January I, April I , July 1, and October 1 of each year throughout
the term of the Agreement. Status reports shall provide a summary of significant activities and/or
PROJECT milestones occurring during the preceding quarter, and shall list projected significant
activities and/or PROJECT milestones anticipated to occur during the upcoming quarter. If the
PROJECT has fallen behind schedule, the CITY shall indicate how lost time will be made up in
order to adhere to the time frames and deadlines imposed under the agreement and these Special
Project Terms and Conditions.
3. CONTRACTING WITH CONSULTANT: The CITY shall be responsible for engaging the
services of an engineering consulting firm( s) to provide the necessary engineering design services
for the PROJECT improvements. The CITY shall have the sole authority in directing the
CONSULTANT's work efforts with regard to the PROJECT, but shall keep the DISTRICT's
Project Manager informed on all PROJECT related matters. It is acknowledged by the DISTRICT
that the COUNTY has retained the services of Camp, Dresser & McKee for the design and
permitting of the PROJECT improvements. Further, it is acknowledged that work on the
preliminary design of the PROJECT improvements began in FY99 prior to the execution of this
Agreement. Funds expended by the CITY for engineering services during FY99 shall be
reimbursable under this Agreement.
4. DISTRICT APPROVALS: The DISTRICT shall be provided with copies of all work products
(e.g., Design Reports, 30%, 60%, and 90% submittals, etc.) for review and comment. Work shall
not resume on the PROJECT until the DISTRICT's review comments have been satisfactorily
addressed and the DISTRICT's Project Manager has provided written approval to proceed with the
next phase of the PROJECT. DISTRICT review comments and/or approvals shall be made in a
timely and reasonable manner so as not to compromise the ability of the CITY to meet the
deadlines imposed by this Agreement. Upon completion and final acceptance of the detailed
construction plans, technical specifications, and contract documents by the DISTRICT and CITY,
if requested, the CITY shall furnish the DISTRICT with a complete set of mylar reproducible
drawings and/or digital copies ofthe construction plans and construction documents.
5. APPROV AL OF CONSTRUCTION DOCUMENTS: The CITY shall obtain the DISTRICT's
written approval of the construction documents prior to the construction contract being advertised
or otherwise solicited. The DISTRICT shall not unreasonably withhold such approval. The
Exhibit "A" - Page 1 of 2
IJJ)
I
I
DISTRICT's approval of the construction documents does not constitute a representation or
warranty that the DISTRICT has verified the architectural, engineering, mechanical, electrical, or
other components of the construction documents, or that such documents are in compliance with
DISTRICT rules and regulations or any other applicable rules, regulations, or laws. The
DISTRICT's approval shall not constitute a waiver of the CITY's obligation to assure that the
design professional performs according to the standards of hislher profession.
6. CONTRACTING WITH CONTRACTOR: The CITY shall engage the services of a contractor(s),
hereinafter referred to as the "CONTRACTOR," to construct the PROJECT improvements in
accordance with the DISTRICT-approved final design and construction documents. The CITY
shall be responsible for administering the contract with the CONTRACTOR..
7. CONTRACT ADMINISTRATION: The CITY shall be solely responsible for all contract
administration and shall perform all necessary construction management services to ensure the
PROJECT is constructed in accordance with the approved final design and in conformance with
all environmental permits issued for the PROJECT. These services shall include, but are not
limited to: construction advertisement, receipt and evaluation of bids, contract award, establishment
of construction survey control, on-site construction inspection and supervision, preparation of
as-built Record drawings, and the submittal of all required permit certifications upon the
completion of construction. DISTRICT staff may participate with CITY staff in site inspections
during the construction phase. The contract between the CITY and the CONTRACTOR shall
require a Performance, Payment and Guarantee Bond and the CONTRACTOR's comprehensive
liability insurance shall name the CITY as an additional insured.
8. PROJECT SCHEDULE: The CITY shall complete the final design and preparation of construction
documents for the PROJECT improvements by December 31,2000. The CITY shall complete the
construction of the project on or before December 31, 2001. However, in the event of any
national, state or local emergency which significantly affects the CITY's ability to perform, such
as hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or other
man-made emergencies beyond the control of the CITY such as labor strikes or riots, then the
CITY's obligation to complete said work within aforementioned time frames shall be suspended
for the period of time the condition continues to exist.
9. OPERATION AND MAINTENANCE: Upon final acceptance of the completed PROJECT
improvements by the CITY and DISTRICT, the CITY shall perpetually perform the necessary
operation and maintenance on the completed PROJECT improvements in strict accordance with
the CONSULTANT's recommendation to ensure the proper hydraulic operation of the PROJECT,
and to conform to all general and specific conditions contained in the Environmental Resource
Permit issued for the PROJECT.
Exhibit "A" - Page 2 of 2
/~
I
1
AGREEMENT NO.
EXHIBIT "B"
PROPOSED PROJECT PLAN
THE CLEARWATER TOWN POND PROJECT
Project Purpose:
The project proposes to construct a 4 acre stormwater retention and treatment facility in within the Turner
Street Outfall sub-basin in downtown Clearwater. The City currently operates a small retention pond at
the proposed site which is undersized for retention purposes and provides no treatment of the stormwater
flows which discharge to Clearwater Harbor (an Outstanding Florida Waterbody and State Aquatic
Preserve). The project will expand the existing pond from 1.5 to 4 acres (surface area) and employ a
treatment-train concept for the removal of pollutants, sediments and debris. The facility will be constructed
to provide water quality treatment credits for a total watershed area of approximately 400 acres. The
facility will actually receive direct drainage from approximately 115 acres during common storm events.
The project is currently scheduled to take approximately 30 months from the beginning of design through
post-construction monitoring. The construction of this facility, along with recent updates in the City's land
development code, will improve stormwater treatment and encourage the reduction of impervious surface
area within a highly urbanized watershed which is largely exempt from state stormwater regulations. The
proposed facility will be constructed entirely within the City of Clearwater and within a small coastal basin
located north of Belleair Creek and south of Stevenson Creek.
Project Objectives:
The project objective is to provide a single treatment facility for several hundred acres of urbanized
watershed which drains to Clearwater Harbor. This strategy will coordinate land acquisition and the
construction of a single treatment facility to remediate non-point sources of pollution over a broad area and
resolve minor flooding problems. Downtown Clearwater is a highly urbanized coastal watershed draining
to the intra-coastal waterway/Clearwater Harbor. Most of the downtown area, which is highly impervious,
was developed prior to the implementation of stormwater regulation and therefore exempt from current
treatment requirements. Current land uses include high volume roadways (S.R. 60), auto repair operations,
auto salvage, parking lots, commercial/retail development and some light industrial. Water quality
monitoring and sediment analysis by the City of Clearwater has revealed relatively high discharges of
nitrogen to Clearwater Harbor and accumulations of herbicides, pesticides and heavy metals in sediments
within the existing retention pond and at the outfall structure into Clearwater Harbor. The proposed
facility will use advanced Best Management Practices (BMP' s) to provide treatment in this watershed and
encourage redevelopment of this highly impervious landscape under an aggressive land development code
which encourages increased green areas and reduced impervious area.
Demonstration of Need:
The project will reduce total nutrient and pollution loads discharging to Clearwater Harbor (an Outstanding
Florida Waterbody and State Aquatic Preserve) through the development of a regional stormwater facility
Exhibit "B" - Page 1 of 3
(JJ1
1
I
serving a highly impervious, urban watershed. The project will use a design concept which employs
multiple treatment methods including sediment and debris traps, biological treatment, enhanced circulation
and prolonged residence times, littoral shelf, deep pool (12-16 feet) reuse of stormwater for irrigation of
lawns and landscaping and event based chemical injection treatment systems. Creation of a regional
stormwater facility will allow redevelopment of impervious parcels to encourage the creation of green
areas and trees without compromising treatment of stormwater. Regional retention will streamline permit
compliance and enforcement efforts by reducing the number of permits and accountable entities. The
project will decrease total sediment load and sediment bound pollutant loads to Clearwater Harbor. The
pond will provide a measure of increased flood protection and resolve existing, minor flooding problems.
The project is located within a Federal and State designated Brownfields Area and will result in the
remediation of any soil/sediment contamination existing over a 3-5 acre area thereby reducing the potential
of further groundwater and surface water contamination.
Measurable Benefits:
The FY 2000 request will be used to complete the project design, pre-construction monitoring and
initiation of construction activities. The overall project will be phased over 3 years with the 1 st year being
for design and monitoring and the 2nd & 3rd years being for construction and monitoring activities. Design
of the project will be critical for the development of an effective treatment system which will optimize
treatment potential and reduction of pollution loads. Implementation of a regional stormwater facility will
also improve compliance with, and enforcement of, stormwater permits by reducing the total number of
permits issued and the number of entities held accountable without a reduction in the level of stormwater
treatment.
Estimated Project Costs:
Component Total Citv of Clearwater DISTRICT
Land Acquisition $2,100,000 $2,100,000 $0
Site Remediation $1,640,000 $1,640,000 $0
Project Design $560,000 $280,000 $280,000
Construction $5,650,000 $2,825,000 $2,825,000
Monitoring $50.000 $50.000 $0
Totals $10,000,000 $6,895,000 $3,105,000**
**
The total amount of cooperative funds identified above ($3,105,000) will be requested over the 3
year periodfrom FY 2000 through FY 2002 asfollows:
FY 2000
FY 2001
FY 2002
$280,000
$1,412,500
$1,412,500
Exhibit "B" - Page 2 of 3
rP
1
Implementation:
I
The design phase of the project will be prolonged in order to allow time for property acquisition and site
remediation activities. Preliminary design activities will include thorough surveying and model
development of the existing facility and storm-pipe network for use in evaluating design alternatives and
potential treatment technologies. The City has allocated the matching funds for this project over the next
several fiscal years (FY 1999 - FY 2002). The design of this project will be facilitated through a team
approach drawing upon the technical expertise of City engineering staff, District stormwater and regulatory
staff, and an engineering consultant, Camp Dresser & McKee. The Phase I - Conceptual Design and Phase
II - Final Design and Permitting, Scope of Services and Fees for Camp Dresser & McKee, are attached
hereto as Attachment 1.
Key Personnel:
Richard J Baier, P.E.
Public Works Administrator
City of Clearwater
100 South Myrtle Avenue, Suite 220
Clearwater, FL 33756-5520
(727) 562-4780
Mahshid Arasteh, P .E.
Director of Engineering
City of Clearwater
100 South Myrtle Avenue, Suite 220
Clearwater, FL 33756-5520
(727) 562-4757
(:J()
Tom Miller
Assistant Director of Engineering/PD&E
City of Clearwater
100 South Myrtle Avenue, Suite 220
Clearwater, FL 33756-5520
(727) 562-4749
Dan Mayer
Engineering Project Manager
City of Clearwater
100 South Myrtle Avenue, Suite 220
Clearwater, FL 33756-5520
(727) 562-4748
Exhibit "B" - Page 3 of 3
I
ATTACHMENT 1
I
City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
Project Understanding
The City of Clearwater (CITY) wishes to study, design and implement the rehabilitation ofthe Town
Pond, located at Pierce and Prospect Streets, to support a "permit free" zone for downtown
redevelopment and to provide water quality treatment for discharge of stormwater to the nearby St.
Joseph Sound, an Outstanding Florida Waters. The CITY has employed Camp Dresser & McKee Inc.
(CONSULTANT) to complete this project according to this scope of services. The project will consist
of two phases: Phase I is the preparation of a concept plan; and Phase II includes the development of
final design drawings and specifications. Tasks I-I through 1-6, and Task 1-17 will be started after the
Notice to Proceed is received. The rest of the Phase I tasks will be started after separate authorization
related to the environmental audits of acquired property associated with the Town Pond Project.
Phase I: Conceptual Design
Task 1-1 Kickoff Meeting
The CONSULTANT will meet with representatives ofthe CITY and other members of the Project Team
in a kickoff meeting to discuss the project plan, schedule and deliverables, and to obtain available
information pertinent to the Town Pond Project. The Project Team will consist of the CITY project
manager, a representative of the CITY engineering department, a representative from Southwest Florida
Water Management District (SWFWMD) and CONSULTANT project manager. Based upon the nature
ofthe meeting, other Project Team members may include representatives from other CITY departments
and representatives from the Tampa District Office of the Department of Environmental Protection
(FDEP). The CONSULTANT will provide a preliminary project schedule to be discussed during the
meeting.
Task 1-2 Progress Meetings
The CONSULTANT will meet with the CITY and Project Team approximately monthly to discuss the
status and progress of the Town Pond Project. The purpose of the meetings will be to discuss the status
ofthe project, consider the project schedule, address interim project decisions and coordination issues,
and evaluate interim products. Up to 12 meetings have been budgeted.
Camp Dresser & McKee
F:IPROJECTSICLEARWA1\TOWNPONDINEGOTIA1\FINAL SCOPE.WP6
A-1
/)0
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
Task 1-3 Data Compilation and Evaluation
The CONSULTANT will compile and evaluate available data on the Town Pond basin from the CITY,
SWFWMD, and other sources for the purposes of this project. The CITY will provide to the
CONSUL T ANT existing maps, studies, existing and future land uses (built-out and redeveloped),
rainfall data (closest three hourly rain gages), pond discharge/elevation data and measurements,
stormwater facility maps and digital coverages, historical complaints from the public, known/observed
problem areas (both flooding and water quality), as-built construction documents, stormwater
management studies, permits, survey information, Federal Emergency Management Agency (FEMA)
Flood Insurance Study (FIS) and Flood Insurance Rate Maps (FIRMs), water quality data and other data
available to the CITY. The CITY will also provide GIS coverages (magnetic files and maps) to the
CONSUL T ANT including, if available, topography, soils, land uses, and other pertinent coverages. The
CONSULTANT will obtain from SWFWMD digital coverages pertinent to this watershed such as
topography and aerial photography.
The CONSULTANT will also review pertinent regulatory constraints related to local, regional
(SWFWMD), state and federal requirements on water quality and flood control. Of particular interest
will be requirements for level of service (LOS) for flooding and water quality treatment. The CITY will
provide to the CONSULTANT the local LOS requirements for the basin. Unless otherwise defined, the
local LOS requirement for street flooding within the Town Pond basin will be the 10-year, 24-hour
design storm event and the LOS for building flooding will be the IOO-year, 24-hour design storm event.
Based upon available information, the CONSULTANT will prepare base maps of the Town Pond Basin,
including basin boundaries, stormwater structures and conveyances for the primary stormwater
management system (PSMS), outfalls, and locations of rainfall, flow/stage and water quality data
measurements. For the purposes of this project, the PSMS will consist of stormwater conveyances with
equivalent diameter of18 inches and larger.
For the data collected which were not obtained digitally from the CITY, the CONSULTANT will
prepare digital coverages of pertinent data collected including basin boundaries, major stormwater
facilities, existing and future land uses, and soils.
The CONSULTANT will visit the study area for observation of project infrastructure to evaluate survey
needs and existing maintenance conditions of the infrastructure. All structures will not be evaluated;
only significant structures in the judgement of the CONSULTANT will be visited. Evaluation of the
maintenance condition will include observations of maintenance concerns such as condition of fences,
vegetative accumulation, sediments, erosion, etc.
The CONSULTANT will evaluate the available data for quality and adequacy to perform the subsequent
tasks. The CONSULTANT will produce a Data Assessment Technical Memorandum summarizing the
compiled data as well as data needs.
Camp Dresser & McKee
F:\PROJECTS\CLEARWAT\TOWNPONDlNEGOTIAT\FINAL SCOPEWP6
A-2
p<1
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
Task 1-4 Field Survey
Since the full scope of the survey needs will not be known until the completion of the survey plan, the
budget for this task is based upon estimates. If the survey plan can be completed within the estimated
budget, the CONSULTANT will complete the survey plan. If the survey plan cannot be completed
within the estimated budget, then the CONSUL T ANT will meet with the CITY to provide the additional
information using contingency funds, or through other sources. The survey data will be provided to the
CONSUL T ANT in a mutually acceptable format.
The CONSULTANT will implement the survey plan using a certified land surveyor. The
CONSULTANT will provide to the CITY field notes, photographs of the infrastructure, and collected
survey data. The data will also be provided to the CITY as a digital coverage in a mutually acceptable
electronic format.
Task 1-5 Geotechnical Evaluations
The CONSULTANT will provide a geotechnical evaluation of the Town Pond site and parcels north and
northwest of the site. The CONSULTANT will provide twelve (12) exploratory borings to depths from
25 to 30 feet below existing grade in the areas ofthe acquired parcels, Town Pond parcel and existing
pump station. Laboratory tests of soils will also be provided including grain-size analysis, Atterberg
limits determinations, and organic content on selected specimens. A geotechnical report will be
prepared providing logs of the borings, results of lab tests, discussion of subsurface soil and groundwater
conditions, estimated seasonal high water groundwater table, discussion of the suitability of evacuated
soils for use as fill, geotechnical evaluations of retaining wall design and pump station foundation design
and a discussion of groundwater management considerations.
Task 1-6 Preliminary Water Quantity and Quality Sampling
The CONSULTANT will locate and collect rainfall, flow and elevation data to support the stormwater
system modeling (Task 1-7). The collection of these data will be with the use of a mixture of existing
CITY equipment and CDM equipment. Purchase or rental of additional equipment is beyond the scope
of services and can be authorized by the CITY in writing using continency funds.
The CONSULTANT will collect water quality samples from the Town Pond for the following
parameters: dissolved oxygen, biochemical oxygen demand (5-day), carbonaceous oxygen demand, total
suspended solids, total dissolved solids, ortho phosphorus, total phosphorus, ammonia nitrogen, total
Kjeldahl nitrogen, nitrate plus nitrite nitrogen, chlorophyll g, secchi disk (if possible), lead, cadmium,
zinc, copper, oil & grease, hardness, temperature, pH, and conductivity. Samples will be collected at
the pump station using an autosampler which will periodically collect water samples and composite them
from the nearby influent pipe. The gage will collect rainfall, stage and velocity. The CONSULTANT
will install the equipment (including stilling well) and collection and laboratory analysis of the samples.
Samples will be collected by the CONSULTANT for three storm events (each must exceed 0.1 inch in
rainfall volume and will be at least 3 days apart).
Camp Dresser & McKee
F:\PROJECTS\CLEARWA nTOWNPONDlNEGOTIAnFINAL SCOPE.WP6
A-3
(Xl
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
The CONSULTANT will analyze and discuss the water quantity and quality data collected in a letter
report to the CITY. The letter report will document the results and provide conclusions regarding the
quality of influent runoff to the Town Pond. This letter report will become chapter in the Conceptual
Design Report (see Task I-II below).
Task 1-7 Hydrologic and Hydraulic Modeling
The CONSULTANT will develop hydrologic and hydraulic models of the primary stormwater
management system (PSMS) for the Town Pond basin. For the purposes of this project the PSMS will
generally consist of the stormwater storage and conveyance system with equivalent diameter of 18
inches and above. Smaller diameter facilities may be added for the stormwater management system
upstream of the Town Pond at the discretion of the CONSULTANT. The purpose of the models will be
to evaluate existing and potential water quality treatment and flood control alternatives for the Town
Pond system.
The hydrologic and hydraulic models of the PSMS will be completed using MIKE-SWMMfrom the
Danish Hydraulics Institute and Camp Dresser & McKee Inc., which incorporates the Environmental
Protection Agency (EPA) Storm Water Management Model (SWMM), Version 4.4. The
CONSUL T ANT will provide a preliminary model schematic showing the delineation of subbasins,
hydrologic load points, basin network nodes, linkages, and storage elements to the CITY for review prior
to completion of this subtask. After review and approval of the model schematic by the CITY, the
CONSULTANT will develop the datasets for SWMM with both existing and future (built-out) land use
conditions.
The CONSULTANT will develop the subbasin delineations, soils classifications, overland flow data,
and stage-storage information needed for MIKE-SWMM. The CONSULTANT will estimate the
directly connected impervious areas (DCIA) to be used in the model through determination ofland use
percentages for up to ten land use categories by selective measurement of typical land use types. The
CONSULTANT will use the RUNOFF block ofMIKE-SWMM for the hydrologic simulations and the
EXTRAN block for hydraulics.
Using existing and new gaged and measured data and/or anecdotal information, the CONSULTANT will
calibrate or validate the model simulation to two recent, historical storm events. The choice of the storm
events will be mutually selected by the CITY and CONSULTANT.
The CONSULTANT will use the calibrated/validated model to simulate the 1.0- and 2.5-inch storm
event (duration to be determined by rainfall analysis) and the 5-, 10-,25-, and 100-year, 24-hour design
storm events for comparison to the LOS requirements. Results of the model simulations will be
tabulated comparing measured elevations to model results denoting excursions from LOS requirements.
The CONSULTANT will review the model with the CITY.
Camp Dresser & McKee
F:IPROJECTSICLEARWA TITOWNPONDlNEGOTIATIFINAL SCOPE.WP6
A-4
#J
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
The CONSULTANT will provide the CITY with a working copy of MlKE-SWMM and SWMM
Version 4.4 along with digital copies of the model datasets pertinent to this subtask.
Task 1-8 Continuous Model Analysis
The CONSULTANT will use the calibrated hydrologiclhydraulic model to simulate a continuous, 30-
day rainfall period during the normal wet season within the Town Pond basin. This analysis will provide
preliminary information for the existing pond routing efficiency and for the water quality modeling. The
CONSUL T ANT will compare measured stage versus time at the water quantity gage to the simulated
stage versus time.
Task 1-9 Water Quality Model Development
The CONSULTANT will develop a water quality model of the Town Pond basin using the Camp
Dresser & McKee Inc. Watershed Management Model (WMM) which provides annual and seasonal
pollutant loads for the following pollutants: biochemical oxygen demand (5-day), carbonaceous oxygen
demand, total suspended solids, total dissolved solids, ortho phosphorus, total phosphorus, total Kjeldahl
nitrogen, nitrate plus nitrite nitrogen, lead, cadmium, zinc, and copper. The Town Pond basin will be
simulated as a sum of individual subbasins which will be similar to those used in the hydrologic model.
The CONSULTANT will use WMM to estimate the total loading of the 12 pollutants within the Town
Pond basin. Once the alternatives have been identified (Task 1-8), the CONSULTANT will use WMM
to simulate the potential annual and seasonal pollutant load reductions for each alternative under both
existing and future (buildout) land use conditions. The CONSULTANT will provide to the CITY a
working copy of WMM and digital copies of datasets used for this subtask.
Task 1-10 Alternatives Meetings
Based upon the data evaluations and modeling of the existing PSMS within the Town Pond basin, the
CONSULTANT, representatives of the CITY, and the Project Team will meet to consider potential
alternatives for development of the "permit free" zone, water quality treatment and flood control within
the basin. The CONSULTANT will meet with the CITY and Project Team one additional time to discuss
alternatives and the results of the alternatives evaluations (Tasks I-II and 1-12). During these meetings,
the CONSULTANT will present preliminary findings on alternatives evaluations and solicit comments
on the alternatives. The ranking matrix (see Task I-II) will be discussed in the second meeting.
Comments received will be incorporated in the final evaluations of the alternatives.
Task 1-11 Town Pond Alternatives Evaluations
Two alternatives will be assessed by the CONSULTANT using the hydrologic, hydraulic and water
quality models during this task. Two alternatives will be defined as follows:
Camp Dresser & McKee
F:\PROJECTS\CLEARWA TlTOWNPONDlNEGOTIATlFINAL SCOPE.WP6
A-5
,/.f!J
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
. Alternative 1 - Rehabilitation of the Town Pond including acquired properties with
biological/physical treatment and with public amenities. For this alternative, the existing Town Pond
area and newly acquired properties will be used to conceptually consider a stormwater attenuation
and treatment system for the basin. The primary treatment process for this alternative within the pond
will be biological and physical (e.g., plant uptake and settling). Public amenities such as parks, sitting
areas, educational facilities, etc. will be included in this alternative. BMPs will also be included
within the basin at strategic locations to increase pollutant removals. BMPs may include oil/water
separators, sediment traps (swirl concentrators, inlet screens, baffle boxes, etc.), and alum treatment
of influent or discharged water.
. Alternative 2 - Rehabilitation of the Town Pond including acquired properties with
chemical/mechanical treatment and with public amenities. For this alternative, the existing Town
Pond area and newly acquired properties will be used to conceptually consider a stormwater
attenuation and treatment system for the basin. The primary treatment process for this alternative
within the pond will be chemical and mechanical (e.g., alum treatment, etc.). Public amenities such
as parks, sitting areas, educational facilities, etc. will be included in this alternative. BMPs will also
be included within the basin at strategic locations to increase pollutant removals. BMPs may include
oil/water separators, sediment traps (swirl concentrators, inlet screens, baffle boxes, etc.), and alum
treatment of influent or discharged water.
The alternatives will include conveyance and storage evaluations to meet the desired LOS. Each of the
alternatives will include the elimination of Pierce Streets between Prospect and Ewing Streets, pedestrian
friendly landscaping according to CITY regulations, and a subsurface pump house. Also, for each
alternative, the SWFWMD treatment volume will be calculated within the Town Pond. The
CONSUL T ANT will also route the 1.0-inch and 2.5-inch storms through the Town Pond to determine
treatment storm response and stage.
The CONSULTANT will evaluate the alternatives defined using the hydrologic, hydraulic, and water
quality models. Both existing and future land use conditions will be simulated for the 1.0- and 2.5-inch
storm event (duration to be determined by rainfall analysis), and the 5-, 10-,25-, and lOa-year, 24-hour
design storm events. Flood elevations will be tabulated by the CONSULTANT and compared to
pertinent surveyed elevations for flood control purposes. WMM will be used to estimate the pollutant
reductions possible with the alternatives. The CONSULTANT will also provide estimates of the project
costs for each of the alternatives including probable construction costs with legal, administrative,
surveying, permitting and engineering fees, contingency costs, and annual operation and maintenance
costs.
The CONSULTANT will assess the relative benefits and costs of the alternatives. When possible and
reasonable, the CONSULTANT will express costs for individual BMPs. The assessment will be based
upon a ranking matrix using the following criteria: total construction costs, annual maintenance costs,
relative pollutant reduction, relative flood control reduction, permitability, and public benefits (e.g.,
amenities and educational opportunities offered). The CONSULTANT will weigh each of the these
Camp Dresser & McKee
F:IPROJECTSICLEARWA T\TOWNPONDlNEGOTIA T\FINAL SCOPE.WP6
A-6
#J
I
City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of SeNices
I
criteria equally unless requested to do otherwise by the CITY. The CONSULTANT will prepare a
preliminary ranking matrix for the alternatives.
Camp Dresser & McKee
F:IPROJECTSICLEARWATlTOWNPONDlNEGOTIATlFINAL SCOPE,WP6
A-7
~
I
City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
I
Task 1-12 Additional Alternative
The CITY may elect to consider one additional alternative not defined at the time of the authorization
of this scope of services. The addition of the alternative will be requested in writing by the CITY and
must be requested at or prior to the first alternatives meeting (see Task 1-10).
Task 1-13 Public Awareness for Conceptual Design
The CONSULTANT will help develop and participate in a public awareness and acceptance program
for affected property owners within the Town Pond basin, CITY citizens and elected officials. The
purposes of this program will be to solicit comments from the public on the Town Pond issues and
concerns as well as in review of conceptual alternatives. Two public meetings will be held during Phase
1. The first will occur after the data collection tasks and the purposes of this first meeting will be to
introduce the public to the Town Pond project and to solicit comments from the attendees on goals and
expectations of the project. The second meeting will occur after the alternatives have been assessed
(Task I-II) by the CONSULTANT. The second meeting will solicit comments on the alternatives. The
CONSUL T ANT will be responsible for meeting materials such as presentation materials and handouts,
and the CITY will be responsible for meeting logistics (e.g., location, meeting rooms, advertisement,
etc.).
Task 1-14 Commission Presentation
The CONSULTANT will also participate in one workshop or presentation to the CITY commission
during this phase. The CONSULTANT will be responsible for presentation materials and handouts.
For presentations, the CONSULTANT will use Microsoft Powerpoint 97.
Task 1-15 Inter-department Meetings
The CONSULTANT will meet up to three times with other CITY departments including the Economic
Development Department and Planning & Development Services to coordinate activities which may
affect, or be affected by, the Town Pond project.
Task 1-16 Pre-application Meeting
After development and analysis of the alternatives, the CONSULTANT along with the CITY will meet
with the Environmental Resource Permit (ERP) representatives from the SWFWMD in a pre-application
meeting. The purpose of the meeting will be to discuss the permitability of the Town Pond
recommended alternative.
Task 1-17 Contamination Assessment Review
As part of the overall activities related to the Town Pond, the CITY will provide a contamination
assessment of the site and acquired lands. The CONSULTANT will not be responsible for this
assessment or environmental audits of the sites. The CONSULTANT will review products by the CITY
Camp Dresser & McKee
F:IPROJECTSICLEARWA T\TOWNPONDlNEGOTIA T\FINAL SCOPE.WP6
A-8
4<J
I
City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
I
or other consultants related to contaminant assessments and environmental audits with respect to the
Town Pond stormwater project. The CONSULTANT will attend up to two meetings with the CITY
regarding contamination assessments of the Town Pond site.
Task 1-18 Conceptual Design Report
The CONSULTANT will prepare a Conceptual Design Report documenting the findings of the Phase
I work including Tasks I-I through 1-17. The Report will provide summaries of data collected, base
maps of pertinent data coverages, copies of survey and geotechnical information, copies of data collected
along with tables and charts of water quantity and quality measurement results, summary of model
development and analyses, descriptions of alternatives and their assessment, cost estimates, ranking
matrix analysis, and public awareness/acceptance program results. Schematic drawings showing
pertinent project features for each alternative will be included in the Report. For the preferred
alternative, the CONSULTANT will provide a 24" by 36" rendering. The CONSULTANT will also
include a recommended alternative which will be based upon the ranking matrix, meetings with the
CITY and Project Team, public workshops and elected official meetings. The CONSULTANT will
provide five (5) copies of the draft Conceptual Design Report to the CITY for review. After review, the
CONSULTANT will meet with the CITY to discuss comments on the draft Report. The
CONSULTANT will address the comments received and prepare a final Conceptual Design Report. Ten
(10) copies of the final Conceptual Design Report will be provided to the CITY including one unbound
photo-reproducible copy. The Conceptual Design Report will be considered the 30 percent design.
For the Conceptual Design Report, the following sections will be included:
Executive Summary
Introduction and Background
Data Compilation and Evaluations
Water Quality Evaluations
Model Development
Alternative Analyses
Recommendations
Phase II: Final Design and Permitting
Task II-I Progress Meetings
The CONSULTANT will meet with the CITY and Project Team approximately monthly to discuss the
status and progress of the Town Pond Project design. The purpose of the meetings will be to discuss
the status of the project, consider the project schedule, address interim project decisions and coordination
issues, and evaluate interim products. Up to 6 meetings have been budgeted.
Camp Dresser & McKee
F:IPROJECTSICLEARWA nTOWNPONDlNEGOTIA nFINAL SCOPE,WP6
A-9
;W
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
Task 11-2 Design Drawings
The CONSULTANT will prepare detailed construction plans and technical specifications for the project.
The construction plan set will be prepared in accordance with CITY engineering standards. The plan
set will consist of a cover sheet, notes and symbols sheet, survey sheets, civil site plans on aerial or
planimetric base at 1 inch equals 20 feet, planting plan, coordinate control sheet, detail sheet, cross
section sheets, landscaping sheets, pump station sheets, and BMP sheets (e.g., alum treatment system,
etc.). It is anticipated that the drawing set will consist of approximately 30 sheets.
Review sets will be submitted to the CITY at 60% and 90% complete. The conceptual drawings
prepared for permit applications will be considered 30%. Review comments by the CITY will be
transmitted to the CONSULTANT no later than 60 days from the time of the submittal by the
CONSULTANT. Review comments will be addressed in the following scheduled submittal.
Preliminary cost estimates will accompany the 60% and 90% submittals. Each submittal will consist
on five sets of blue-line prints. The 100% submittal will consist of the following:
. The original vellum reproducible drawings of the construction plan set.
. Four complete plan sets signed and sealed by the CONSULTANT of record.
. Final CONSULTANT's estimate of probable construction cost.
. Copies of survey field books and magnetic files if applicable.
. Copies of design calculations bound in a three ring binder.
Task 11-3 Architectural Engineering
The CONSULTANT will also provide engineering evaluations for landscape architectural designs as
expressed in up to 5 design drawings provided to the CONSULTANT by Phil Graham & Company, PA.
Task 11-4 Specifications
The CONSULTANT will also prepare technical specifications for the proper construction of the project
and submit specifications with the 90% review submittal. The CITY will provide the CONSULTANT
with the legal (front end) section of the specifications, for inclusion in the construction specifications.
The CITY will provide the CONSULTANT with a copy of the CITY's Standard Technical
Specifications Master Pay Item List. The CONSULTANT may elect to use any applicable CITY
standard pay item or technical specification or write their own.
The Professional CONSULTANT in responsible charge of preparing the Technical Specifications for
the project will affix to the cover sheet of the final construction specifications for the project the firm's
name, his/her signature and professional engineer registration number.
Task 11-5 Permits
Camp Dresser & McKee
F:IPROJECTSICLEARWA T\TOWNPONDlNEGOTIA T\FINAL SCOPE.WP6
A-10
I.JtJ
I
I City of Clearwater
Stormwater Management Program
Town Pond Design And Implementation Project
Scope of Services
The CONSULTANT will prepare figures and text necessary for submittal of complete applications to
SWFWMD (ERP permit), FDOT, and/or local permits required for the construction of the recommended
facilities. The CONSULTANT will meet with the SWFWMD prior to submittal of the permit
applications to confirm application and project permitting requirements. The CONSULTANT will
provide a draft permit application to the CITY for review prior to submittal to the SWFWMD. Once
approved, the CONSULTANT will prepare final applications for permits and provide five (5) copies of
the final to the CITY for signature and submittal. The CITY will be responsible for permit application
fees. The CONSULTANT will review and respond up to two requests for additional information from
permit agencies.
The CONSULTANT will also be responsible for submittal of plans to the Development Review
Committee. The plans will also be submitted to other regulatory agencies for review of utilities
relocations.
Task 11-6 Maintenance Manual
Based upon the ERP permit requirements and general scientific practices, the CONSULTANT will
prepare an Maintenance Manual for Town Pond project. The Manual will provide information on
maintenance activities and frequency, plant maintenance and upkeep activities, and monitoring
requirements. The CONSULTANT will also provide up to 4 hours of training on the Manual.
Contingency
Because the nature and scope of the Town Pond project may change during the execution of the elements
of the scope of services, a contingency budget has been identified to ease the authorization of modified
services. Contingency services may include additional public meetings, services for land acquisition,
survey, geotechnical work, request for additional information (RAI's) from permit agencies, and other
work directly related to the Town Pond project. Contingency services may be authorized by the CITY
after mutual written agreement with the CONSULTANT regarding the scope and cost of the additional
servIces.
Camp Dresser & McKee
F:IPROJECTSICLEARWA T\TOWNPONDlNEGOTIAT\FINAL SCOPE.WP6
A-11
p(l
\
City of Clearwater
Town Pond Design and Implementation Project
Fees for Phase I - Conceptual Design
October 1998
Officer/ PM! Sr, Eng/Sci Eng/Sci
Director Associate Principal Prof, III-IV I-II Drafting Clerical Activity Raw
Task $55,00 $46,00 $42,00 $32,00 $20.00 $15,00 $15.00 $12,00 Total Labor
No. Description Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs
iPbase I - Conceptual DeSign
1 Kickoff Meeting 4 6 8 6 6 6 6 42 $1,306
2 Progress Meetings 36 36 30 102 $3,024
3 Data Compilation and Evaluation 8 20 40 40 60 60 20 248 $5,328
4 Field Survey 4 4 8 20 16 52 $1,248
5 Geotechnical Evaluations 4 2 8 14 $524
6 Preliminary Water Quality Sampling 16 24 50 140 140 24 394 $8,532
7 Hydrologic/Hydraulic Model 4 8 40 70 200 200 40 562 $11 ,988
8 Continuous Model 4 16 16 40 20 8 104 $2,564
9 Water Quality Model 20 24 50 90 120 16 320 $7,320
10 Alternatives Meetings 4 5 6 4 19 $634
11 Alternatives I & 2 2 16 20 60 120 100 16 40 374 $8,226
12 Additional Alternatives 2 4 14 20 8 48 $1.204
13 Public Meetings 8 12 16 40 40 8 124 $2,880
14 Commission Presentations 4 4 8 8 8 4 36 $1,164
15 Inter-department Meetings 6 6 6 4 22 $768
16 Pre-application Meeting 3 3 4 10 $312
17 Contamination Assessment Review 8 4 16 28 20 8 84 $2,004
18 Conceptual Design Report 10 20 30 40 80 40 60 40 320 $7,590
Total 24 141 266 450 824 722 184 264 L,1I7) $66,616
ummary
Fees
$37,400
$13,120
$5,000
55,520
66,616
$197,183
$15,775
21 , 58
$55,520
$31,944
300,
>
I
t-'
N
CAMP DRESSER McKEE INC.
,-
"'"
10/6/99
t.
City of Clearwater
Town Pond Design and Implementation Project
Summary of Estimated Fees for Phases II, III, and IV
October 1998
Officer/ PM! Sr. Eng/Sci Eng/Sci
Director Associate Principal Prof. III-N I-II Drafting Clerical Activity 0
Task $55,00 $46,00 $42,00 $32,00 $20,00 $15,00 $15.00 $12,00 Total Labor
No, Description Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs
Phase II - Final Design . "
1 Progress Meetings 6 12 12 6 36 $948
2 Design Drawings 24 60 80 120 260 200 700 120 1,564 $31,420
3 Architectural Engineering 4 8 20 40 100 60 40 30 302 $6,568
4 Specifications 6 8 16 30 40 80 40 40 260 $5,410
5 Permitting 4 16 40 60 80 100 100 16 416 $9,348
6 Maintenance Manual 4 16 24 16 40 20 40 16 176 $4,368
Total 42 108 186 278 532 460 920 228 2,754 $58,06L
Summary
Element (2)
Design
Landscape
Permitting
Survey
Geotech
ontingency
Raw Labor
Total Labor (Raw x 2,96)
Other Direct Costs
Summary 0 CDM osts
Outside Professional Costs
Contingency
Total Project Cost
Summary of Fees for Phases I and II
CDM
212,958
$185,589
$398,547
Total
300,422
$253,857
$554,279\
Phase
I
II
ITotal
Notes: (I) Based upon 30 drawings in design set.
(2) Design is Phase I plus Phase II CDM costs excluding permitting.
>
I
......
W
CAMP DRESSER McKEE INC.
,-
Cost
368,677
$53,550
$29,870
$37,400
$5,000
$59,782
554,279
_J
10/6/99