AGREEMENT FOR PROFESSIONAL SERVICESAGREEMENT
FOR
PROFESSIONAL SERVICES
This AGREEMENT is made and entered into on the 6th day of October, 2010 by and between
the City of Clearwater, Florida (CITY) and Camp Dresser and McKee Inc., (CONSULTANT).
WITNESSETH:
WHEREAS the CITY desires to engage the CONSULTANT to perform certain professional
services pertinent to such work in accordance with this Agreement; and
WHEREAS the CONSULTANT desires to provide such professional services in accordance
with this Agreement; and
WHEREAS the CITY selected the CONSULTANT in accordance with the competitive selection
process described in Section 287.055 of the Florida Statutes, and based on information and
representations given by the CONSULTANT in a Statement of Qualifications dated May 27,
2009:
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue
to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and
agreed as follows:
1.0 GENERAL SCOPE OF THIS AGREEMENT
The relationship of the CONSULTANT to the CITY will be that of a professional
consultant, and the CONSULTANT will provide the professional and technical services
required under this Agreement in accordance with acceptable engineering or area of
expertise practices and ethical standards.
2. 0 PROFESSIONAL TECHNICAL SERVICES
2 .1 It shall be the responsibility of the CONSULTANT to work with and for the CITY
toward solutions to engineering problems and the approach as described in the attached
Work Order.
2 .2 The CONSULTANT shall maintain an adequate and competent staff of professionally
qualified personnel available to the CITY for the purpose of rendering the required
professional services hereunder, and shall diligently execute the work to meet the
completion time established.
3. 0 PERIOD OF SERVICE
3 .1 The CONSULTANT shall begin work promptly after receipt of a fully executed copy of
each Work Order (See Exhibit "A"). Receipt of a fully executed Work Order shall
constitute written notice to proceed.
3 .2 If the CONSULTANT'S services called for under any Work Order are delayed for
reasons beyond the CONSULTANT'S control, the time of performance shall be adjusted
as appropriate.
3 .3 It is the intent of the parties hereto that this Agreement continue in force until three (3)
years from the date of execution, subject to the provisions for termination contained
herein. Assignments that are in progress at the Contract termination date will be
completed by the CONSULTANT unless specifically terminated by the CITY.
4.0 INSURANCE REQUIREMENTS
See Exhibit "B" attached.
5.0 PROFESSIONAL SERVICES/CONSULTANT'S COMPETITIVE
NEGOTIATION ACT (CCNA) - Florida Statue 287.055
Professional Services requested in this RFP are within the scope of the practice of
architecture, landscape architecture, professional engineering, or registered land
surveying, as defined by the laws of the State of Florida. Provisions of F.S. 287.055
apply-
6.0 GENERAL CONSIDERATIONS
6.1 All documents including field books, drawings, specifications, calculations, etc., supplied
by the CONSULTANT shall become the property of the CITY. The CITY acknowledges
that such documents are not intended or represented to be suitable for use by the CITY or
others for purposes other than those for which the documents are prepared. Any reuse of
these documents without written verification or adaptation by the CONSULTANT for the
specific purpose intended will be at the CITY's sole risk without liability or legal
exposure to the CONSULTANT.
6.2 When authorized, the CONSULTANT shall prepare a final estimate of probable
construction costs, following CITY approval of the bid documents and other prebid
activities. The CITY hereby acknowledges that estimates of probable construction costs
cannot be guaranteed, and such estimates are not to be construed as a promise that
designed facilities will not exceed a cost limitation. Should the lowest, responsive and
acceptable bid price received by the CITY within three (3) months from the date of the
CITY's approval of the bid documents exceed the CONSULTANT'S final cost estimate
by more than ten percent (10%), the CONSULTANT shall perform a detailed evaluation
of the low bid. The evaluation will review the bid prices on a line item basis, identifying
areas of disagreement and providing a rationale for the difference.
6.3 The CONSULTANT will provide expert witnesses, if required, to testify in connection
with any suit at law. A supplemental agreement will be negotiated between the CITY
and the CONSULTANT describing the services desired and providing a basis for
compensation to the CONSULTANT.
6.4 Upon the CONSULTANT'S written request, the CITY will furnish or cause to be
furnished such reports, studies, instruments, documents, and other information as the
CONSULTANT and CITY mutually deem necessary.
6.5 The CITY and the CONSULTANT each bind themselves and their successors, legal
representatives and assigns to the other party to this Agreement and to the partners,
successors, legal representatives and assigns of each other party, in respect to all
covenants of this Agreement; and, neither the CITY nor the CONSULTANT will assign
or transfer its interest in this Agreement without written consent of the other.
6.6 The CONSULTANT hereby agrees to indemnify and hold harmless the CITY, and its
officers and employees, from liabilities, damages, losses and costs, including, but not
limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness
or intentionally wrongful conduct of the design professional and other persons employed
or utilized by the design professional in the performance of the contract. It is specifically
understood and agreed, however, that this indemnification agreement does not cover or
indemnify the CITY for its own negligence. The CONSULTANT hereby further agrees
to indemnify and hold harmless the CITY from any and all fines, costs, and expenses
caused by, directly, or indirectly, with the CONSULTANT'S failure to comply with any
applicable laws, statutes, ordinances, or government regulations.
6.7 The CONSULTANT agrees not to engage the services of any person or persons in the
employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of
the signing of this Agreement, or during its term.
6.8 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed
from the projects until alternate personnel acceptable to the CITY are approved in writing
by the CITY. Key personnel are identified in the submitted Statement of Qualifications.
6.9 The CONSULTANT shall attach a brief status report on the project(s) with each request
for payment.
7.0 COMPENSATION
7.1 The CONSULTANT shall be compensated for all services rendered under this
Agreement in accordance with the provisions of each Work Order, upon presentation of
CONSULTANT'S invoice. An hourly rate schedule and typical methods of
compensation are attached hereto as Exhibit "C".
7.2 Except as may be addressed in the initiating Work Order, the compensation for services
shall be invoiced by the CONSULTANT and paid by the CITY once each month. Such
invoices shall be due and payable within 30 days of receipt.
7.3 The CONSULTANT agrees to allow full and open inspection of payroll records and
expenditures in connection with hourly rate and cost plus fixed fee work assignments
upon request of the CITY.
8.0 PROHIBITION AGAINST CONTINGENT FEES
The CONSULTANT warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for the CONSULTANT to solicit
or secure this Agreement and that it has not paid or agreed to pay any persons, company,
corporation, individual or firm, other than a bona fide employee working for the
CONSULTANT any fee, commission, percentage, gift, or any other consideration,
contingent upon or resulting from the award or making of this Agreement.
9.0 TERMINATION
This Agreement may be terminated by either party with seven (7) days prior written
notice, in the event of substantial failure to perform in accordance with the terms hereof
by the other party through no fault of the terminating party. If this Agreement is
terminated, the CONSULTANT shall be paid in accordance with the provisions of
outstanding Work Orders for all work performed up to the date of termination.
10.0 SUSPENSION. CANCELLATION OR ABANDONMENT
If the project described in any Work Order is suspended, canceled, or abandoned by the
CITY, without affecting any other Work Order or this Agreement, the CONSULTANT
shall be given five (5) days prior written notice of such action and shall be compensated
for professional services provided up to the date of suspension, cancellation or
abandonment.
This Agreement shall be administered and interpreted under the laws of the State of
Florida.
11.0 TERMINATION OF CONVENIENCE
Either the CITY or the CONSULTANT may terminate the Agreement at any time by
giving written notice to the other of such termination and specifying the effective date of
such termination at least thirty (30) days before said termination date. If the Agreement
is terminated by the CITY as provided herein, the CONSULTANT will be paid for
services rendered through the date of termination.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
date and year first above written.
Camp D)fessey'y$ McKee, Inc.
Countersigned:
By. AA??? /D(/o
i ael P. Sin E.
Vice Presi en
WITNESS:
By:
Mi el &JCarbgalla, P.E.
Principal
CITY OF CLEARWATER
By: tak ?- A. a r
Frank Hibbard William B. Horne, II
Mayor-Councilmember City Manager
r
as to Form-
ATTEST:
.., _. _ By:
Camilo Soto
Assistant City Attorney
Rosemarie Call
City Clerk
OF Ft
ep,
vy??lr,
1,001
?
ATE
EXHIBIT A
WORK ORDER INITIATION FORM
for the CITY OF CLEARWATER
Date: August 27, 2010 Project Number:
City Project Number: 09-0018-UT
1. PROJECT TITLE: Reverse Osmosis Plant #1 Expansion
2. SCOPE OF SERVICES:
Camp Dresser & McKee Inc. (CDM) will perform the following described
engineering services related to the preliminary design, final design, bidding,
permitting and construction services for the expansion of the City of Clearwater's
(CITY) Reverse Osmosis Plant #1 (Plant). Specifically, the proposed expansion
entails an evaluation of the processes and facilities of the Plant, a 1.5 million gallon
per day (mgd) increase in finished water production capacity, and an increase of 1.0
million gallons (MG) of finished water storage. Additionally, the expansion will
also include the design and construction of a concentrate disposal pipeline from the
Plant to a proposed future injection well located at the future Reverse Osmosis Plant
#2 project site.
Task 1 - PRE-DESIGN PHASE
Task 1.1-- Project Initiation:
CDM will prepare for and participate in a Kick-Off Meeting with the CITY staff,
Project Team, and key sub-consultants to review the project scope, schedule, and
budget. CDM will prepare a baseline project schedule for this meeting that
identifies relevant project activities, their start/finish dates, and durations. The
schedule will identify critical tasks and milestones for achieving the proposed
project completion date.
At this meeting, CDM will hold a Project Quality Meeting (PQM) in accordance
with its quality management procedures. This meeting is a stand-alone, facilitated
session involving the core project team members and the CITY staff. The three
(3) major elements of the PQM are as follows:
¦ Defining the mission
¦ Identifying the goals deemed necessary to fulfill the mission
¦ Describing the processes, activities, and tasks required to achieve those goals.
Task 1.1 Deliverables
1. Meeting Minutes
2. Baseline Project Schedule
Task 1.2 - Evaluation
Under this task, CDM will complete an evaluation of the Plant and pipeline routes.
The purpose of this evaluation is to confirm the scope of the expansion as planned
and to identify additional improvements and/or changes to the planned expansion
scope. For the purposes of this scope, CDM assumes the planned expansion (herein
referred to as "baseline expansion") to consist of the following:
Expand RO finished water capacity by 1.0 mgd by adding one new
membrane skid and expand the facility and pressure filters as originally
designed in the drawings received during the RFP
Expand finished water storage capacity by 1.0 MG by demolishing the
existing tank and adding (2) two 3.0 MG above ground storage tanks
Add a concentrate disposal pump station and pipeline terminating at the RO
Plant #2 site property line
The evaluation will consist of a site visit, data review, analysis and report as
described in this section.
Task 1.2.1 Site Visit & Data Review
CDM will conduct. a site visit of the plant for the purposes of familiarizing its multi-
disciplinary team with the project site and limitations. During the site visit, CDM
will observe current conditions as they relate to architectural, structural, electrical,
instrumentation, process, and site layout. Prior to the site visit, CDM will prepare a
written list of data needs to the CITY. Such data will be used to provide
background data to CDM and help limit the unnecessary collection of additional
data and/or duplication. In order to facilitate a more efficient site visit, CDM
assumes the City will provide all available information requested prior to the site
visit. If gaps in the data are present, CDM will notify the CITY immediately and
discuss further as required. CDM will use this information to help it conduct its
evaluation.
Task 1.2.2 RO Plant #1 Evaluation
CDM will perform an evaluation of the Plant. As discussed previously, this
evaluation will confirm the scope of the expansion as planned and identify additional
improvements, scope alternatives and/or changes to the planned expansion scope.
Specifically, CDM's evaluation of the Plant will include a Process Evaluation and a
Facilities Evaluation.
Task 1.2.2.1 Process Evaluation
Prior to the Process Evaluation, CDM will review all available process
documentation and render a concise opinion on the sufficiency of this
documentation. During the Process Evaluation, CDM will inspect and evaluate the
current pretreatment system of pre-oxidation, coagulation, and pressure sand
filtration for arsenic reduction. CDM will evaluate alternative processes and
alterations to the current treatment processes to enhance process efficiency and
contact time for the pre-oxidant and coagulation processes so as to maximize
reduced arsenic oxidation, coagulation and flocculation of oxidized arsenic by the
added iron salts coagulant, and subsequent filtration. The primary objective of this
task will be to allow the greatest reasonable degree of arsenic reduction to
maximize raw water blending with RO permeate so as to minimize or eliminate
new pressure filter construction.
CDM understands the City prefers the evaluation to be based on adding a third
membrane skid and physically expanding the building. CDM will evaluate this
preference as well as advances in process technology (e.g. new membrane
elements) and apply them to the project as appropriate. CDM will also consider
up to two (2) additional membrane configurations that may enable the City to
achieve its expansion objectives without the physical expansion of the building
(e.g., fitting a third skid within the current process bay). CDM is sensitive the
City's overall construction budget and will not spend appreciable time outlining
options that are not fiscally feasible (e.g. purchasing three (3) new skids).
CDM will review membrane performance data and determine if any there are any
additional opportunities to enhance their performance. CDM will also consider
advances in membrane technology in its overall analysis. This analysis may
include membrane projections for the CITY's anticipated raw water quality and a
life cycle cost analysis if said advancements are considered viable. CDM will
consider the possibility of energy recovery devices (ERD) in its overall analysis.
City staff are also concerned about the lack of 'a by-pass arrangement for ofd
specification water. CDM's team will include an analysis of the Plant piping and
evaluate the need and viability of a by-pass arrangement. CDM will also address
4-log virus removal per the direction of the City.
During the evaluation, CDM will consider operations and maintenance, lifecycle
cost, plant down-time (e.g. purchased water), and constructability in its review.
CDM assumes a life cycle of 30-years and an interest rate of 5-percent. CDM will
summarize the results of this evaluation in the Technical Memorandum (Task
2.5).
Task 1.2.2.2 Facilities Evaluation
Prior to the Facilities Evaluation, CDM will review all available documentation
on the site (e.g. CROM report, geotechnical reports) and render a concise opinion
on the sufficiency of this documentation. During the Facilities Evaluation, CDM
will evaluate the condition of the existing facilities and structures on-site. The
evaluation will consist only of a visual assessment and additional tests and
assessments are not considered part of this scope.
Additionally, CDM will analyze up to three (3) alternative configurations and
layouts of the site for the expansion. The new, major components under
consideration at this time are the additional storage tanks, concentrate disposal
system, potential impacts to stormwater management and relocated
equipment/yard piping as a result of the site configuration. CDM understands the
CITY does not wish to construct an additional tank to the south of the Plant at this
time, but it is willing to consider smaller and potentially taller tanks in order to
minimize the overall footprint of the site.
CDM will also consider the requirements of the concentrate disposal pump station
(e.g. constructability, access to electricity, conflicts) during the course of the
evaluation. CDM understands the CITY wishes to maintain a certain degree of
flexibility in its operation of this pump station and concentrate management.
CDM's evaluation will consider alternative mechanical arrangements to allow the
CITY to use the existing sanitary sewer or new concentrate disposal pump station
as a means of concentrate discharge.
If other additional improvements beyond the "baseline expansion" are identified
during the evaluation, they will be incorporated as part of the three (3) alternative
configurations discussed above. Because numerous combinations and iterations
are possible, the preferred arrangement may include portions of the alternative
configurations. If this is the case, upon completion of Task 2.6, (Pre-Design
Workshop) CDM will prepare one new configuration that captures the preferred
configuration.
During the evaluation of the site and alternatives development, CDM will
consider operations and maintenance, lifecycle cost, plant down-time (e.g.
purchased water), and constructability in its review. CDM assumes a life cycle of
30-years and an interest rate of 5-percent. CDM will summarize the results of this
evaluation in the Technical Memorandum (Task 2.5).
Task 1.2.3 Concentrate Pipeline Route Evaluation
CDM will prepare a study and report of alternate routes for the concentrate
disposal pipeline. CDM assumes routes will begin on the Plant property and
terminate at the property line of the parcel where RO Plant #2 will be designed
and constructed by others. Consideration will include discussions on cost and
time constraints, impact to adjacent property owners, impacts to existing utilities
and planned improvements, pedestrian and vehicular traffic during construction,
environmental concerns, operational and maintenance limitations and
requirements. Methods and Conceptual level Opinions of Probable Construction
Cost will be included with comparison and analysis of construction methods and
alternative pipe materials included. The need for easements, traffic control and
diversion will also be discussed in the alternate route evaluation. The report will
also confirm required survey and geotechnical needs presented Part II of this
Scope.
Task 1.2.4 Consolidated Technical Memorandum
CDM will prepare a consolidated technical memorandum outlining the results of
its evaluations of the plant, pipeline route, and funding alternatives. Where
alternatives are presented, CDM will present the pros, cons, and expected life
cycle cost of each alternative. CDM will also provide tables comparing the
options to CITY approved, weighted criteria (e.g. reliability, operations) to assist
the CITY in evaluating and selecting an alternative.
CDM will prepare and submit an electronic version of the draft report for CITY
review and comment in.PDF format. CDM anticipates a Workshop (Task 2.5
below) to discuss the elements of the report and to freeze desired design concepts.
Upon completion of the workshop, CDM will issue three (3) copies of the final
report and one electronic copy in PDF format.
Task 1.2.5 Pre-Design Workshop
CDM will prepare and conduct a Design Preferences Workshop with the CITY
staff to obtain feedback on the Technical Memorandum and to determine
equipment and facility preferences, including siting and routing issues. The
primary goal of the Workshop is to finalize design issues and expedite the
completion of the Preliminary Design Report (PDR). CDM will prepare minutes
of the meeting and incorporate the appropriate comments into the final Technical
Memorandum. The CITY understands that CDM will not proceed with additional
design efforts until the Technical and Workshop Memorandums are approved by
the CITY.
At this point, if changes to the original expansion as discussed at the beginning of
Task 2 are approved, CDM will prepare a modified scope and budget for future
design tasks, to accommodate the changes in scope.
Task 1.2 Deliverables
1. Electronic Draft Technical Memorandum
2. Three (3) of the Final Technical Memorandum
3. Workshop Minutes
Task 1.3 Project Management
During the execution of this phase, CDM will provide project management oversight
of all technical work. CDM's project manager will be responsible for coordinating
and communicating with all members of the project team and the City as well as be
fully involved in the development of all deliverables created under this phase.
CDM's project manager will also provide summary status updates to the CITY's
project manager with its invoice. CDM will provide a schedule update at the
completion of this phase. Additionally, CDM's project manager will participate in
up to one (1) monthly CIP Review Meeting with CITY staff to present the current
status of the project.
Task 1.3 Deliverables
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Task 1.4 Quality Management
All CDM projects must adhere to rigorous guidelines outlined in our written
Quality Management Procedures (QMP). The QMPs cover detailed procedures
related to project startup, execution, construction and close-out. CDM's quality
processes include formal review and cross-checking activities designed to deliver
a quality product. For, example, CDM will conduct formal Technical Review '
Committee (TRC) sessions as part of these activities with senior CDM technical
specialists that are not involved in the day-to-day execution of the project. This
allows for an unbiased opinion which we find helps bolster the overall quality of
the project. CDM will adhere to its QMP-1 procedures for this phase of the
project.
-Task 2 DESIGN PHASE
Task 2.1 Geotechnical Investigation
CDM will review existing geotechnical data for the expansion site and pipeline route
prior to beginning geotechnical investigations. The purpose is to determine the
suitability of this data for use in conjunction with this project and to reduce data
collection efforts. The scope presented in the following paragraphs, assumes the
original expansion will proceed as designed previously by others. CDM may revise
this scope and budget based on the outcomes and decisions made during Phase I.
CDM will perform the geotechnical analysis through its sub-consultant, Driggers
Engineering Services, Inc.
Task 2.1.1 Site Geotechnical Investigation
CDM, through its subconsultant (Driggers Engineering Services, Inc.) will
conduct a geotechnical investigation for the proposed improvements to the project
site. At this time, the site configuration is unknown and the scope presented
below represents CDM's estimate based on information available at the time of
preparing this scope of services.
1. Review any previous geotechnical investigations, provided by the CITY, at the
proposed WTP site. Perform additional subsurface explorations at the proposed
WTP site necessary for the development of design criteria for the anticipated new
structures. We anticipate three (3) new Standard Penetration Test (SPT) borings to
a depth of 35-feet around the perimeter of the new tank and one (1) SPT to a
depth of 75-feet at the proposed center of the new tank. Additionally, one (1) day
of Flat Dilatometer Soundings have been budgeted in locations selected based on
the results of the SPT borings. This tool provides for a more reliable prediction of
settlement potential and will be advanced to a nominal depth of 30-feet.
2. At this time, we do not anticipate the need for additional borings for the tank to be
sited within the footprint of the existing 5MG tank due to the fact that the new
loads would be equal to or less than the present loading conditions.
3. Two (2) SPT borings advanced to a nominal depth of 25-feet are planned for the
structural addition. For the stormwater modifications, a single SPT boring to a
depth of 20-feet is anticipated and a single Double Ring Infiltration (DRI) test for
the proposed stormwater modifications. The DRI test depth is assumed to be 3-
feet or less below present grade.
4. Perform grain size analyses and Atterberg limits along with moisture content tests
and organic content tests where applicable. One-dimensional consolidation tests
will be performed on samples from potentially compressible strata to facilitate
settlement analyses.
5. Summarize the results of the geotechnical investigations, logs, and tests, and
provide recommendations for surface preparation and design of the proposed
structures.
Task 2.1.2. Pipeline Route Geotechnical Investigation
CDM, through its subconsultant (Driggers Engineering Services, Inc.) will
conduct a geotechnical investigation for the proposed pipeline route. For the
roughly 2-miles of pipeline, an investigation program would include boring at
nominal intervals not exceeding about 500-feet along the route. It is anticipated
that there will be several instances of jack and bores and/or horizontal directional
drills (HDD). As such, twenty-five (25) SPT borings to an average nominal depth
of 20-feet are planned. Ten (10) pavement cores and patches are also included, as
is a laboratory analysis, as appropriate, which includes: grain size analysis,
Atterberg limits, organic content, and corrosivity.
The results of the geotechnical investigations, logs, and tests will be summarized
in a report along with recommendations for utility construction and backfill.
Task 2.1 Deliverables
1. Three (3) copies of "Final" site geotechnical report
2. Three (3) "Final" pipeline route geotechnical report
Task 2.2 Survey
CDM will review existing survey data for the expansion site and pipeline route prior
to beginning surveying activities. The purpose is to determine the suitability of this
data for use in conjunction with this project and to reduce data collection efforts.
The scope presented in the following paragraphs, assumes the original expansion
will proceed as designed previously by others. CDM may revise. this scope and
budget based on the outcomes and decisions made during Phase I. CDM will
perform the survey through its sub-consultant, Florida Design Consultants, Inc.
Task 2.2.1 Project Site Topographic Survey
CDM will provide the following services related to a topographic survey of the
plant expansion site through a subcontractor. CDM will review previous
topographic and boundary mapping, provided by the CITY, of the proposed WTP
site expansion and new tank location and recommend additional necessary
surveying, if necessary. For budgeting purposes, CDM assumes a boundary and
topographical survey will be required for 5.0 acres (+/-) of the project site. This
area encompasses the existing plant and extends to approximately the fencelines
of the existing ball fields. The City has expressed a strong desire to avoid
impacting the existing ball fields during construction, therefore, the fencelines
represent the absolute limits. Should impacts to the ball fields be necessary to
achieve the project goals, then additional survey and fee will be required.. The
survey will determine locations and elevations of existing structures,
improvements (e.g. fences, utilities, invert elevations, pipe sizes and pipe material
if obtainable, specimen trees 4-inch and larger diameter at breast height),
roadways, visible/marked utilities and storm drains, adjacent property lines, and
horizontal and vertical control for construction. The survey will also include
surface elevations on a 50-ft grid or equivalent, swales, ditches, top bank, toe of
slope and water elevation, if any.
Task 2.2.2 Pipeline Right of Way Survey
CDM through its sub-consultant will prepare a certified Topographic Survey in
accordance with Florida State Statutes Governing Surveying and Mapping of the
apparent existing rights-of-way. For this design, CDM and the CITY assume that
the pipeline routes are within established rights of way and land acquisition for
the pipelines is not required; therefore, a specific purpose survey is not required.
If a specific purpose right of way survey is required, it will be considered
additional scope. Where possible, existing found monumentation along the
corridor will be located and shown on the Topographic Survey in order to show
the existing occupation Right-of-Way line for informational purposes only.
Adjacent ownerships and their ownership deeds, together with easements and
right of way deeds that establish the right of way will be supplied by the CITY.
The topographic survey will include surface elevations on a 100-ft grid or
equivalent, swales, ditches, top of bank, toe of slope and water elevations if any,
improvements with visible evidence above ground and utilities, invert elevations,
pipe sizes and pipe material if obtainable and specimen trees 4-inches and larger
diameter at breast height. Benchmarks will be located within the project area.
Horizontal and vertical control monumentation will be set along the pipeline
corridor such that it may be used for future construction staking and record
surveys.
CDM through its sub-consultant will also conduct a subsurface locate of existing
utilities. The subsurface utilities will be designated using a combination of
ground penetrating radar (GPR) and vacuum locates. The GPR will provide an
electronic depth of these utilities and such utilities will be painted and flagged
every 100 LF for survey. Additionally, vacuum locates will be performed along
the route at 500 LF intervals and at intersections. Since the total number of
vacuum locates is unknown, CDM has budgeted an allowance of $30,000.00 to
cover up to 92 individual locates for the project, including the plant site, if
needed. Anticipated utilities are gas, water, sewer, cable, plant water, process and
chemical lines, and electrical.
Task 2.2 Deliverables
1. Six (6) copies of site survey, plus electronic copy
2. Six (6) copies of Right of Way survey plus electronic copy
3. One (1) copy of signed and sealed Surveyors Report plus electronic copy
Task 23 Plant Expansion Preliminary Design Report
CDM will prepare a Preliminary Design Report for the Plant Expansion. For the
purposes of this scope and fee, CDM assumes the expansion will be as described
Phase I, Task 2. Significant deviations from this assumption may result in
additional scope, and CDM will notify the CITY in writing immediately. Please
note that the PDR will serve as the primary supporting document for the
permitting of the water treatment plant components.
The CDM will provide the following services related to the preparation of a draft
PDR:
Prepare a preliminary hydraulic profile to confirm necessary piping sizes
pipeline pressures.
2. Prepare process design criteria (e.g. feed pressures, skid sizing) based on
actual raw water quality (provided by others), computer software process
projections, and dialogue with membrane element manufacturers.
3. Establish revised floor plan for the Membrane Building and site plan for
added elements (e.g. pressure filters) and other required facilities (e.g. storage
tanks, concentrate pump station).
4. Prepare preliminary architectural plans and elevation drawings to show
building/structures style and interior/exterior materials.
5. Prepare a preliminary, revised site layout (30-percent design drawings)
showing expansion location, landscaping, grading, roadways, equipment,
structures and demolition areas. Modifications to the stormwater system will
also be provided.
6. Prepare new and revised yard-piping layouts, including the new concentrate
disposal pipeline and gravity sewer modifications.
7. Based upon the geotechnical report, develop design criteria for tank and
building foundations, select the structural system, and determine appropriate
design codes and structural load.
8. Develop a preliminary process instrumentation and control diagram (P&ID)
with schematic to show recommended control and monitoring system
configuration and single line electrical diagrams.
9. Develop preliminary concentrate pump station layout, electrical requirements,
siting, initial head and motor sizing.
10. Develop a preliminary schedule for design, construction, and required
demolition. The schedule will identify major tasks and milestones.
11. Table of contents for technical specifications and major equipment data
sheets.
CDM will prepare and submit three (3) copies of the draft PDR to CITY for
review and comment. CDM will prepare for and participate in a Review
Workshop (See Task 2.5) with CITY staff concerning the draft PDR. CDM will
receive comments from the CITY at this Workshop concerning the draft PDR and
prepare the final PDR for CITY approval.
Task 2.3 Deliverables
1. Three (3) copies of draft PDR and PDF file
2. Three (3) copies of final PDR
3. One (1) CD with PDF of final PDR
Task 2.4 Concentrate Pipeline Preliminary Design
CDM will prepare a preliminary design for the concentrate pipeline which will
include the results of the geotechnical investigation and survey in Tasks 2.1 and 2.2
respectively. During review of the survey and alignment, CDM will identify any
easements and acquisition that may be required in conjunction with this project.
CDM can assist the CITY in the acquisition of land and easements as additional
scope, if desired.
The preliminary design will include a hydraulic analysis. CDM will also conduct a
surge analysis of the concentrate pipeline and recommend surge control and
attenuation facilities as appropriate. CDM will also prepare a table of contents for
the technical specifications as part of this task.
CDM will prepare and submit six (6) copies of the Concentrate Pipeline
Preliminary Design to CITY for review and comment. CDM will prepare for and
participate in a Review Workshop (See Task 2.5) with CITY staff concerning the
draft Preliminary Design. CDM will receive comments from the CITY at this
Workshop concerning the draft Preliminary Design and prepare the final
Preliminary Design for CITY approval.
Task 2.4 Deliverables
1. Six (6) copies of draft Concentrate Pipeline Preliminary Design
2. Six (6) copies of final Concentrate Pipeline Preliminary Design
Task 2.5 Design Review Workshops
CDM will prepare and conduct up to two (2) Design Review Workshops with the
CITY staff to obtain feedback on the PDR and Concentrate Preliminary Design.
The primary goal of the Workshop is to finalize outstanding design issues in
preparation to begin the subsequent design phase (e.g. 60-percent design). CDM
will prepare minutes from the Workshop and incorporate the appropriate
comments into the deliverables. The CITY understands that CDM will not
proceed with final design efforts until the designs and Workshop minutes are
approved by the CITY.
Task 2.S Deliverables
1. PDR Workshop Minutes
2. Concentrate Pipeline Preliminary Design Workshop Minutes
Task 2.6 Public Meetings
CDM understands the CITY desires to have public involvement in the design
process. CDM will attend one (1) public meeting related to the Plant expansion.
CDM will provide up to three (3) poster boards and two (2) project engineers (one of
which will be the Project Manager or Project Principal) attend the meeting.
CDM also anticipates attendance at one (1) CITY Council meeting may be required
to answer questions about the project. CDM assumes CITY staff will create and
present any materials required for this meeting.
Task 2.6 Deliverables
I - Three (3) poster boards to be used at meeting sessions
Task 2.7 Project Management
During the execution of this phase, CDM will provide project management oversight
of all technical work. CDM's project manager will be responsible for coordinating
and communicating with all members of the project team and the City as well as be
fully involved in the development of all deliverables created under this phase.
CDM's project manager will also provide summary status updates to the CITY's
project manager with its invoice. CDM will provide a schedule update at the
completion of this phase. Additionally, CDM's project manager will participate in
up to one (1) monthly CIP Review Meeting with CITY staff to present the current
status of the project.
Task 2.7 Deliverables
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Task 2.8 Quality Management
All CDM projects must adhere to rigorous guidelines outlined in our written
Quality Management Procedures (QMP). The QMPs cover detailed procedures
related to project startup, execution, construction and close-out. CDM's quality
processes include formal review and cross-checking activities designed to deliver
a quality product. For example, CDM will conduct formal Technical Review
Committee (TRC) sessions as part of these activities with senior CDM technical
specialists that are not involved in the day-to-day execution of the project. This
allows for an unbiased opinion which we find helps bolster the overall quality of
the project. CDM will adhere to its QMP-1 procedures for this phase of the
project.
Task 3 FINAL DESIGN PHASE
Task 3.1 Plant Expansion Design
CDM will prepare final construction drawings and technical specifications suitable
for inviting construction bids for this project. For the purposes of this scope and fee,
CDM assumes the expansion will be as described Phase I, Task 2. Significant
deviations from this assumption may result in additional scope and CDM will notify
the CITY in writing immediately. The technical specifications will utilize the CSI
format. The design will be complete including site improvements, landscaping,
irrigation, building, appurtenances, process equipment, accessories, wiring, piping,
foundations, substructures, electrical controls, instrumentation, metering and
mechanical facilities. The design will also include detailed drawings, specifications,
tables, charts, and schedules as may be necessary. CDM's proposed fee is based on
an assumed number of drawings, totaling 46 sheets. Substantial deviations from this
list (e.g. new requirements derived from the Evaluations in Part I of this Scope) will
be considered additional scope. CDM assumes the Front-End division of the contract
documents will be provided by the CITY for CDM's use.
At approximately the 60-percent and 90-percent completion levels of the contract
documents, CDM will submit six (6) sets of progress drafts of said documents to the
CITY for review. CDM will schedule review meetings and address appropriate
CITY review comments. At these design milestones, CDM will prepare an
Engineers Opinion of Probable Construction Cost.
CDM will submit two (2) sets of signed and sealed contract documents to CITY
staff one-week prior to the initial bid advertisement for the contract. CDM will
provide the CITY with an electronic copy of the documents in PDF format and
AutoCAD. The design plans shall be compiled using one of the following two
methods: 1) The CITY of Clearwater CAD standards, as attached, 2) Pinellas
County Survey CAD standards for survey base map and CITY of Clearwater
standards for the design portion.
Task 3.1 Deliverables
1- Six (6) copies of the 60-percent design
2. 60-percent Engineers Opinion of Probable Construction Cost
3. Six (6) copies of the 90-percent design
4. 90-percent Engineers Opinion of Probable Construction Cost
5. two(2) sets of signed and sealed contract documents
6. One (1) CD containing a PDF of the final specification and AutoCAD files
of plan set.
7. Final Engineers Opinion of Probable Construction Cost
Task 3.2 Concentrate Pipeline Design
Utilizing the design concepts developed and approved in preliminary design,
CDM will prepare final construction drawings and technical specifications suitable
for inviting construction bids for this project. The technical specifications will
utilize the CSI format. The design will be complete including the pipeline
alignment, profile, appurtenances, and ancillary structures.. The design will also
include detailed drawings, specifications, tables, charts, and schedules as may be
necessary. CDM's proposed fee is based on an assumed number of drawings,
totaling 25 sheets. This assumes a scale of 1:20 with two (2) plan views per sheet
with section views at conflicts as well as some enlarged details at certain complex
utility and road way crossings at a scale of up to 1:10. Substantial deviations from
this list (e.g. new routes resulting in additional sheets as derived from the
Evaluations in Part I of this Scope) will be considered additional scope. CDM
assumes the Front-End division of the contract documents will be prepared by the
CITY for CDM's use.
At approximately the 60-percent and 90-percent completion levels of the contract
documents, CDM will submit six (6) sets of progress drafts of said documents to the
CITY for review. CDM will schedule review meetings and address appropriate
CITY review comments. At these design milestones, CDM will prepare an
Engineers Opinion of Probable Construction Cost.
CDM will submit two (2) sets of signed and sealed contract documents to CITY
staff one-week prior to the initial bid advertisement for the contract. CDM will
provide the CITY with an electronic copy of the documents in PDF format and
AutoCAD..The design plans shall be compiled using one of the following two
methods: 1) The City of Clearwater CAD standards, as.attached, 2) Pinellas
County Survey CAD standards for survey base map and City Of Clearwater
standards for the design portion.
Task 3.2 Deliverables
1. Six (6) copies of the 60-percent design
2. 60-percent Engineers Opinion of Probable Construction Cost
3. Six (6) copies of the 90-percent design
4. 90-percent Engineers Opinion of Probable Construction Cost
5. Two (2) sets of signed and sealed contract documents
6. One (1) CD containing a PDF of the final specification and AutoCAD files
of plan set.
7. Final Engineers Opinion of Probable Construction Cost
Task 3.3 Permitting
Task 3.3.1 Plant Expansion Environmental Resource Permit (ERP)
CDM will attend one (1) pre-application meeting at the SWFWMD to discuss the
proposed improvements with the SWFWMD. The CITY will be invited to attend
the pre-application meeting. This task also includes research at the SWFWMD
for permit information related to the existing Environmental Resource Permit on-
site.
CDM will prepare the application for an Environmental Resource Permit for the
plant site to the SWFWMD. Based on preliminary research by CDM, it appears
that an existing ERP exists for a portion of the site. This task seeks to modify the
existing ERP and permit the remaining site not covered under the existing ERP.
This scope anticipates that an Individual ERP for construction will be required. It
is assumed that existing wetlands or surface water are not present and will not be
impacted. It is assumed that permitting through the United States Army Corps of
Engineers (ACOE) is not needed. CDM will prepare the application for an ERP
for the plant site to the SWFWMD. The ERP will include stormwater and
environmental evaluations. The stormwater evaluation will consider drainage
patterns, peak stages and flows, and other permit criteria. CDM will submit
permit applications to the CITY for review and comment. CDM will revise the
applications based on the CITY's comments and submit to SWFWMD for review
and approval. CDM assumes all permit fees will be covered by the CITY. CDM
has budgeted for one (1) Request for Additional Information (RAI) in the scope of
services. It is anticipated that any permits needed for dewatering or NPDES will
be obtained by the construction contractor.
Task 33.2 Plant Expansion Potable Water Systems Components Permit
CDM will prepare the application for a Specific Permit to Construct PWS
Components including furnishing all required data, drawings, and other requested
information as required by Florida Department of Environmental Protection
(FDEP) regulations and guidelines. It is assumed that the Specific Permit to
Construct PWS Components can be obtained using the Engineering Report as
described elsewhere in this Scope of Services and as allowed by Chapter 62-555,
Florida Administrative Code. CDM, in conjunction with CITY staff, will prepare
for and attended a pre-application meeting with FDEP. CDM will submit permit
applications to the CITY for review and meet with the CITY as required to
discuss the CITY's review comments. CDM will revise the application and/or
supporting documentation as required and submit to the FDEP for review and
approval. CDM has budgeted for one (1) RAI in the scope of services.
Task 33.3 Pipeline Permits
CDM will prepare and submit applications for a Potable Water Systems
Components and an Environmental Resource Permit (ERP) for the concentrate
disposal pipeline. CDM anticipates this will be done at the 60-percent design
level. CDM assumes the pipeline qualifies for a Noticed General ERP under FAC
62-341 and the pricing of this task reflects this level of effort.
Additionally, CDM will prepare and submit Right-of-Way Use permit
applications for pipelines only to the following affected entities: Florida
Department of Transportation (FDOT), Pinellas County, and the CITY. If
required, CDM will also submit the concentrate disposal pipeline plans and
specifications to Progress Energy for review and comment to support a Right of
Way Use agreement between the CITY and Progress Energy. The CITY is
responsible for any review fees required by Progress Energy or other permitting
entity. CDM does not anticipate that a Drainage Connection Permit from the
FDOT will be required. CDM does not anticipate that permitting for the pipeline
will be required through the ACOE.
CDM assumes no RAIs will be involved in these processes and that only minor
clarifications will be involved. CDM assumes that minor clarifications will apply
to information submitted and can be addressed via phone calls and electronic mail
without additional graphics, calculations or other supporting materials.
Task 3.3.4 Building Permit Support
CDM will submit two (2) signed and sealed sets and six (6) copies of drawings
and specifications to the CITY, who will file a Building Permit application with
the CITY's Building Department. CDM will assist the CITY by responding to
requests for additional information during this process. CDM has budgeted a
labor and expense allowance of $5,000.00 to assist with this task.
Task 3.3 Deliverables
1. Two (2) copies of draft and final Plant ERP application
2. Two (2) copies of draft and final Plant PWS application
3. Two (2) copies of draft and final Pipeline ERP, Right-of-Way Use, and
Progress Energy permit applications
4. Respond to Building Department RAI's as applicable and within established
allowance.
Task 3.4 Design Review Meetings
Upon submittal of draft contract documents at set milestones, CDM will hold a
.design review meeting with CITY staff to discuss and address comments related to
the design. At this time, CDM anticipates up to four (4) such meetings at the 60-
percent and 90-percent levels for the plant expansion and concentrate disposal
pipeline, respectively. CDM will prepare minutes of the meetings and incorporate
the appropriate comments into the deliverables. The CITY understands that CDM
will not proceed with additional design phases until the designs and meeting
minutes are approved by the CITY.
Task 3.4 Deliverables
1. 60-percent and 90-percent Plant Design Review Meeting Minutes
2. 60-percent and 90-percent Concentrate Pipeline Design Review Meeting
Minutes
Task 3.5 Public Meeting's
CDM understands the CITY desires to have public involvement in the design
process. CDM will attend one (1) public meeting related to the Concentrate
Disposal Pipeline. CDM will provide up to three (3) poster boards and two (2)
project engineers (one of which will be the Project Manager or Project Principal)
attend the meeting.
CDM also anticipates attendance at one (1) CITY Council meeting may be required
to answer questions about the project. CDM assumes CITY staff will create and
present any materials required for this meeting.
Task 3.5 Deliverables
1. Three (3) poster boards to support public meeting
Task 3.6 Project Management
During the execution of this phase, CDM will provide project management oversight
of all technical work. CDM's project manager will be responsible for coordinating
and communicating with all members of the project team and the City as well as be
fully involved in the development of all deliverables created under this phase.
CDM's project manager will also provide summary status updates to the CITY's
project manager with its invoice. CDM will provide a schedule update at the
completion of this phase. Additionally, CDM's project manager will participate in
up to one (1) monthly CIP Review Meeting with CITY staff to present the current
status of the project.
Task 3.6 Deliverables
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Task 3.7 Quality Management
All CDM projects must adhere to rigorous guidelines outlined in our written
Quality Management Procedures (QMP). The QMPs cover detailed procedures
related to project startup, execution, construction and close-out. CDM's quality
processes include formal review and cross-checking activities designed to deliver
a quality product. For example, CDM will conduct formal Technical Review
Committee (TRC) sessions as part of these activities with senior CDM technical
specialists that are not involved in the day-to-day execution of the project. This
allows for an unbiased opinion which we find helps bolster the overall quality of
the project. CDM will adhere' to its QMP-1 procedures for this phase of the
project.
Task 4 BIDDING PHASE
Task 4.1 Bidding Support
For each of the contract documents (Plant Expansion and Pipeline Construction),
CDM will provide the following support during bidding:
1. Answer. up to three (3) Requests for Information (RFI) questions posed by
prospective bidders according to the guidelines established in the Contract
Document for each Contract.
2. Provide up to two (2) personnel to attend the pre-bid meeting and pre-bid site
visit for each Contract. For budgeting purposes, CDM assumes the pre-bid
meeting and site visit for the plant work will take place at the same time and
no site visit is required for the pipeline project.
3. Prepare and distribute up to two (2) Addenda to plans and specifications
prior to receipt of bids for each Contract.
4. Assist the CITY in analyzing the bids received. CDM understands the CITY
will prepare certified bid tabulations for each contract.
5. For the apparent low bidder for each Contract, obtain and evaluate
information and qualifications submittals required by the Contract
Documents (re: subcontractors, certification and license, experience and
financial statements, etc.)
6. Recommend award for contract to the lowest responsive, responsible bidder
for each contract.
Task 4.1 Deliverables
1. Two (2) addenda per contract as required
2. Recommendation of award letter
3. PROJECT GOALS:
The following deliverables will be developed during the respective phases of the
project:
Pre-Design Deliverables:
Task 1.1 Deliverables (Project Initiation)
1. Meeting Minutes
2. Baseline Project Schedule
Task 1.2 Deliverables (Evaluation)
1. Electronic Draft Technical Memorandum
2. Three (3) copies of the Final Technical Memorandum
3. Workshop Minutes
Task 1.3 Deliverables (Project Management)
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Design Deliverables:
Task 2.1 Deliverables (Geotech n ical Investigations)
1. Three (3) copies of "Final" site geotechnical report
2. Three (3) copies of "Final" pipeline route geotechnical report
Task 2.2 Deliverables (Survey)
1. Six (6) copies of site survey, plus electronic copy
2. Six (6) copies of Right of Way survey plus electronic copy
3. One (1) copy of signed and sealed Surveyors Report plus electronic
copy
Task 2.3 Deliverables (Plant Preliminary Design Report)
1 Three (3) copies of draft PDR and PDF file
2 Three (3) copies of final PDR
3 One (1) CD with PDF of final PDR
Task 2.4 Deliverables (Pipeline Preliminary Design Report)
1. Six (6) copies of draft Concentrate Pipeline Preliminary Design
2. Six (6) copies of final Concentrate Pipeline Preliminary Design
Task 2.5 Deliverables (Design Workshops)
1. PDR Workshop Minutes
2. Concentrate Pipeline Preliminary Design Workshop Minutes
Task Z 6 Deliverables (Public Meetings)
1. Three (3) poster boards to be used at meeting sessions
Task Z 7Deliverables (Project Management)
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Final Design Deliverables:
Task 3.1 Deliverables (Plant Expansion)
1. Sias (6) copies of the 60-percent design
2. 60-percent Engineers Opinion of Probable Construction Cost
3. Six (6) copies of the 90-percent design
4. 90-percent Engineers Opinion of Probable Construction Cost
5. two(2) sets of signed and sealed contract documents
6. One (1) CD containing a PDF of the final specification and AutoCAD
files of plan set.
7. Final Engineers Opinion of Probable Construction Cost
Task 3.2 Deliverables (Concentrate Pipeline)
1. Six (6) copies of the 60-percent design
2. 60-percent Engineers Opinion of Probable Construction Cost
3. Six (6) copies of the 90-percent design
4. 90-percent Engineers Opinion of Probable Construction Cost
5. Two (2) sets of signed and sealed contract documents
6. One (1) CD containing a PDF of the final specification and AutoCAD
files of plan set.
7. Final Engineers Opinion of Probable Construction Cost
Task 3.3 Deliverables (Permitting) .
1. Two (2) copies of draft and final Plant ERP application
2. Two (2) copies of draft and final Plant PWS application
3. Two (2) copies of draft and final Pipeline ERP, Right-of-Way Use,
and Progress Energy permit applications
4. Respond to Building Department RAI's as applicable and within
established allowance.
Task 3.4 Deliverables (Design Review Meetings)
1. 60-percent and 90-percent Plant Design Review Meeting Minutes
2. 60-percent and 90-percent Concentrate Pipeline Design Review
Meeting Minutes
Task 3.5 Deliverables (Public Meetings)
1. Three (3) poster boards to support public meeting
Task 3.6 Deliverables (Project Management)
1. Summary Status Reports with Invoices
2. End of Phase Schedule Update
Bidding Phase Deliverables
Task 4.1 Deliverables (Bidding Support)
1. Two (2) addenda per contract as required
2. Recommendation of award letter
4. BUDGET:
Attachment B includes a cost table that depicts the total cost per task and/or phase
for these engineering services. This price includes all labor and expenses (note
that expenses have been reduced based on the assumption that many deliverables
will be presented electronically and that on-line collaboration will reduce overall
travel and mailing expenses) anticipated to be incurred by Camp Dresser &
McKee, Inc. for the completion of these tasks, on a time and materials basis,
using a labor cost times a multiplier of 3.1 and a 1.0 multiplier for expenses
and subconsultants, for a fee not to exceed One Million one Hundred eighty
thousand eight hundred and sixty-seven Dollars ($1;180,867), without prior
written consent. The permit application fees will be paid by the consultant and
invoiced to the CITY as a reimbursable.
5. SCHEDULE:
The project is to be completed 9 months from issuance of notice-to-proceed. The
project deliverables are to be phased as follows:
Technical Memorandum 45 calendar days
Preliminary Design Report 40 calendar days
60% construction plans and permit applications 75 calendar days
90% construction plans 50 calendar days
Final construction documents 30 calendar days
Bidding 30 calendar days
6. STAFF ASSIGNMENT (Consultant): CDM's key staff members on this project
will be Michael P. Smith (Principal-In-Charge), Michael J. Carballa (Project Manager),
Dr. Colin Hobbs (Lead Process Designer), Dr. Donald Thompson (Process Technical
Reviewer) and Gina Cashon (Lead Civil Designer).
7. CORRESPONDENCE/REPORTING PROCEDURES:
ENGINEER's project correspondence shall be directed to Mike Carballa. All CITY
project correspondence shall be directed to Lan-Anh Nguyen with copies to others as
may be appropriate.
8. INVOICING/FUNDING PROCEDURES:
Invoices shall be submitted monthly to the City of Clearwater, Attn: Deb Lutz, Senior
Staff Assistant, Engineering, P. O. Box 4748, Clearwater, Florida 33758-4748, for work
performed. Invoices will be prepared monthly according to fee schedule. Contingency
services will be billed as incurred only after written authorization provided by the CITY
to proceed with those services.
City Invoicing Code: _0376-96764-531300-533-000-0000
9. ITEM 9 INTENTIONALLY LEFT BLANK
10. SPECIAL CONSIDERATIONS:
None
PREPARED BY:
Michael P. Smith
Vice President
Camp Dresser & McKee Inc.
APPROVED BY:
Michael D. Quillen, PE
City Engineer
City of Clearwater
Date
Date
LL
01'
CITY OF CLEARWATER
ENGINEERING DEPARTMENT
WORK ORDER INITIATION FORM
Attachment "A"
CITY DELIVERABLES
FORMAT
The design plans shall be compiled utilizing the following methods.
1. City of Clearwater CAD standards.
2. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any
deviation from this datum will not be accepted unless reviewed by City of
Clearwater Engineering/Geographic Technology Division.
DELIVERABLES
The design plans shall be produced on bond material, 24" x 36" at a scale of
1" = 20' unless approved otherwise. Upon completion the consultant shall
deliver all drawing files in digital format with all project data in Autodesk
Civil 3d file format. If not available Land Desktop files are still acceptable,
however the City or Clearwater is currently phasing out Land Desktop.
NOTE: If approved deviation from Clearwater CAD standards are used the
consultant shall include all necessary information to aid in manipulating the
drawings including either PCP, CTS file or pen schedule for plotting. The
drawing file shall include only authorized fonts, shapes, line types or other
attributes contained in the standard AutoDesk, Inc. release. All block references
and references contained within the drawing file shall be included. Please
address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or
email address tom.mahony(i4myclearwater.com
All electronic files (CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
Attachment B
CITY OF CLEARWATER
RO Plant #1 Expansion
PROJECT BUDGET
CDM
Task
Description Subconsultant
Services
Labor
Total
1 Pre-Design
Task 1.1 Project Initiation $ 7,640
Task 1.2 Evaluation $ 88,210
Task 1.3 Project Management $ 8,400
Task 1.4 unli Maa ement $ 5,080
$ 109,330
2 Design
Task 2.1 Geotechnical Investi anon $ 36,000 $ 3.600
Task 2.2 Survey $ 93,485 $ 6,640
Task 2.3 Preliminm Desi Report $ 95,860
Task 2.4 Concentrate Pipeline Pmliq!jpn Design $ 31 160
Task 25-DesignReview Workshops $ 7,900
Task 2.6 Public Meetings $ 6,240
Task 2.7 Project Management $ 24,840
Task 2.8 Quality M ement $ 13,440
$ 319,165
III Final Design
Task 3.1 Plant Expansion Des' $ 349,840
Task 3.2 Concentrate Pipeline Design $ 149,300
Task 3.3 Permitting S 72,690
Task 3.4 Design Review Meetings $ 7,560
Task 3.5 Public Meetin $ 6,240
Task 3.6 Project Management $ 44,200
Task 3.7 ali Man ement S 23,000
$ 652,820
IV Biddinx Support
- Task 4.1 Bidding Support $ 42 370
$ 42,370
Subtotal, Labor and Subcontractors S 1,123, 685
Other Direct Costs (prints, photocopies, travel, etc. S 57 182
Grand Total $ 1 180 867
EXHIBIT "B"
RISK MANAGEMENT / INSURANCE REQUIREMENTS
FOR
AGREEMENTS AND CONTRACTS
STATEMENT OF PURPOSE
The City of Clearwater enters into agreements and contracts for services and/or products of other
parties.
Agreements and contracts shall contain Risk Management/Insurance terms to protect the City's
interests and to minimize its potential liabilities. Whenever applicable, the following terms shall be
included in agreements and contracts.
CITY DEFINED
The term "City" (wherever it may appear) is defined to mean the City itself, its Council, the
Community Redevelopment Agency of the City of Clearwater, a Florida governmental agency created
pursuant to Part III, Chapter 163, Florida Statutes, its duly appointed officers, or other public bodies,
officers, employees, volunteers, representatives and agents.
OTHER PARTY DEFINED
The term "other party" (wherever it may appear) is defined to mean the other person or entity which is
a party to an agreement or contract with the City, any subsidiaries or affiliates, officers, employees,
volunteers, representatives, agents, contractors, and subcontractors.
HOLD HARMLESS
The City shall be held harmless against all claims for bodily injury, sickness, disease, death or
personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement
or contract unless such claims are a result of the City's sole negligence.
PAYMENT ON BEHALF OF CITY
The other party agrees to pay on behalf of the City, and to pay the cost of the City's legal defense, as
may be selected by the City, for claims or suits arising from the fault of the other party or other
persons employed or utilized by the other party in the performance of the contract.
Such payment on behalf of the City shall be in addition to any and all other legal remedies available to
the City and shall not be considered to be the City's exclusive remedy.
INSURANCE
The other party shall provide the following described insurance, except. for coverage's specifically
waived by the City, on policies and with insurers acceptable to the City.
These insurance requirements shall not limit the liability of the other party. The City does not
represent these types or amounts of insurance to be sufficient or adequate to protect the other party's
interests or liabilities, but are merely minimum.
Except for Workers' Compensation and Professional Liability, the other party's insurance policies
shall be endorsed to name the City as an additional insured to the extent of the City's interests arising
from this contract or agreement.
Except for Workers' Compensation, the other party waives its right of recovery against the City, to the
extent permitted by its insurance policies.
The other party shall request that its insurers' policies include or be endorsed to include a severability
of interest/cross liability provision so the City will be treated as if a separate policy were in existence
without increasing the policy limits.
The other party's deductibles/self-insured retentions shall be disclosed to the City and may be
disapproved by the City. They shall be reduced. or eliminated at the option of the City. The other
party is responsible for the amount of any deductible or self-insured retention.
Workers' Compensation Coverage
The other party shall purchase and maintain Workers' Compensation Insurance for all workers
compensation obligations imposed by state law and employers liability limits of at least $100,000 each
accident and 100,000 each employee/$500,000 policy limit for disease.
The other party shall also purchase any other coverage's required by law for the benefit of the
employees.
General Automobile and Excess or Umbrella Liability Coverage
The other party shall purchase and maintain coverage on forms no more restrictive than.the latest
editions of the Commercial or Comprehensive General Liability and Business Auto policies of the
Insurance Services office.
Minimum limits of $500,000 per occurrence for all liability must be provided, with excess or umbrella
insurance making up the difference, if any, between the policy limits of underlying policies (including
employers liability required in the Workers' Compensation Coverage section) and the total amount of
coverage required.
Commercial General Liability
If Commercial General Liability coverage is provided:
Coverage "A": Shall include premises, operations, products and
completed operations, independent contractors, contractual liability covering this
agreement or contract, and broad form property damage coverage's.
Coverage "B": Shall include personal injury.
Coverage "C": Medical payments are not required.
Occurrence Form:
The occurrence form of Commercial General Liability must be provided.
Comprehensive General Liability
If Comprehensive General Liability coverage is provided it shall include at least:
• Bodily injury and property damage liability for premises, operations,
products/completed operations, independent contractors, and property damage
resulting from explosion, collapse or underground (x,c,u) exposures.
• Broad Form Comprehensive General Liability coverage, or its equivalent, with at
least: $1,000,000.00
• Broad form contractual liability covering this agreement or contract, personal
injury liability and broad form property damage liability.
Products/Completed Operations Coverage
The other party is required to continue to purchase products contract or agreement, for a minimum of
three years (3) beyond the City's acceptance of renovation or construction projects.
Business Auto Liabili
Business Auto Liability coverage is to include bodily injury and property damage arising out of
operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and
employee non-ownership use.
Watercraft/Aircraft Liability
If the other party's provision of services involves utilization of watercraft or aircraft, watercraft
and/or aircraft liability coverage must be provided to include bodily injury and property damage
arising out of ownership, maintenance or use of any watercraft or aircraft, including owned, non-
owned and hired.
Excess or Umbrella Liabili
Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed.
Whichever type of coverage is provided, it shall not be more restrictive than the underlying
insurance policy coverage's.
CERTIFICATES OF INSURANCE
Required insurance shall be documented in Certificates of Insurance that provide that the City shall
be notified at least thirty (30) days in advance of cancellation or non-renewal. Consultant shall be
required to provide City with notice of any adverse change. New Certificates of Insurance are to be
provided to the City at least fifteen (15) days prior to coverage renewals.
If requested by the City, the other party shall furnish complete copies of the other party's insurance
policies, forms, and endorsements.
The address where all such Certificates of Insurance and policies of insurance, when requested, shall
be sent or delivered is as follows:
City of Clearwater
Attention: City Clerk
P.O. Box 4748
Clearwater, Florida 33758-4748
For Commercial General Liability coverage, the other party shall, at the option of the City, provide
an indication of the amount of claims payments or reserves chargeable to the aggregate amount of
liability coverage.
Receipt of certificates or other documentation of insurance or policies or copies of policies by the
City, or by any of its representatives, that indicate less coverage than required does not constitute a
waiver of the other party's obligation to fulfill the insurance requirements herein.
INSURANCE OF THE OTHER PARTY PRIMARY
Insurance required of the other party or any other insurance of the other party shall be considered
primary, and insurance of the City shall be considered excess, as may be applicable to claims
that arise out of the Hold Harmless, Payment on Behalf of City, Insurance, and Additional Insurance
and Certificates of Insurance provisions of this agreement or contract.
LOSS CONTROL / SAFETY
Precaution shall be exercised at all times by the other party for the protection of all persons,
including employees, and property. The other party shall be expected to comply with all applicable
laws, regulations, or ordinances related to safety and health and shall make special efforts where
appropriate to detect hazardous conditions and shall take prompt action where loss control/safety
measures should reasonably be expected.
The City may order work to be stopped if conditions exist that present immediate danger to persons
or property. The other party acknowledges that such stoppage will not shift responsibility for any
damages from the other party to the City.
CONSIDERATION FOR HOLD HARMLESSMAYMENT ON BEHALF
Applicable to Florida Construction, Contracts
The other party agrees to accept, and acknowledges as an adequate amount of remuneration, the
consideration of $100.00 for agreeing to the Hold Harmless, Payment on Behalf of City, Insurance
and Certificates of Insurance provisions in this agreement or contract.
ADDITIONAL INSURANCE FOR REPAIR OR SERVICE OR OTHER CONTRACTS
If checked below, the City requires the following additional provisions or types of insurance for
repair or service or other contracts to afford added protection against loss which could affect the
work being performed.
Commercial General Liabili Increased General Aggregate Limit
The minimum commercial general liability general aggregate limit shall be $1,000,000.00 that is
greater than the occurrence limit simply because it is an annual aggregate limit.
Installation Floater Insurance
Installation Floater insurance is to be provided to cover damage or destruction to equipment being
installed or otherwise being handled or stored by the other party. The amount of coverage should be
adequate to provide full replacement value of the equipment being installed, otherwise being handled
or stored on or off premises. All risks coverage is preferred.
Motor Truck Cargo Insurance
If the Installation Floater insurance does not provide transportation coverage, separate Motor Truck
Cargo or Transportation insurance is to be provided for materials or equipment transported in the
other party's vehicles from place of receipt to building sites or other storage sites. All risks covered
are preferred.
Contractor's E ui ment Insurance
Contractor's Equipment insurance is to be purchased to cover loss of equipment and machinery
utilized in the performance of work by the other party. All risks coverage is preferred.
Fidelity/Dishonest
Insurance - Coverage for Employer
Fidelity/Dishonesty insurance is to be purchased to cover dishonest acts of the other party's
employees, including but not limited to theft of vehicles, materials, supplies, equipment, tools, etc.;
especially property necessary to work performed.
Fideli/Dishones /Liabili Insurance - Covera we for Ci
Fidelity/Dishonesty/Liability insurance is to be purchased or extended to cover dishonest acts of the
other party's employees resulting in loss to the City.
ADDITIONAL INSURANCE FOR RENOVATION OR CONSTRUCTION CONTRACTS
If checked below, the City requires the following types of insurance for renovation or construction
contracts, in addition to required coverage's previously cited, including Additional Insurance for
Repair or Service or Other Contract.
Commercial General Liability Praiect Aggregate
Because the Commercial General Liability form of coverage includes an annual
aggregate limitation on the amount of insurance provided, a separate project aggregate
limit is required by the City for this contract or agreement.
Owners Protective Liability
For renovation or construction contracts the other party shall provide for the City an
Owners Protective Liability insurance policy (preferably through the other party's
insurer) in the name of the City.
Builders Risk
Builders Risk insurance is to be purchased to cover the property for all risks of loss,
subject to a waiver of coinsurance, including coverage of risks indicated in the
Installation Floater and Motor Truck Cargo insurance previously described if such
coverage's are not separately provided.
The Builders Risk insurance is to be endorsed to cover the interests of all parties,
including the City and all contractors and subcontractors. The insurance is to be
endorsed to grant permission to occupy.
PROFESSIONAL LIABILITY; MALPRACTICE AND/OR ERRORS OR OMISSIONS
If checked below, the City requires the following terms and types of insurance for professional,
malpractice, and errors or omissions liability.
X Hold Harmless
The City shall be held harmless against liabilities, damages, losses and costs, including,
but not limited to, reasonable attorney's fees, to the extent caused by the negligence,
recklessness or intentionally wrongful conduct of the design professional and other
persons or entities employed, controlled, or utilized by the design professional in the
performance of the contract.
The City shall also be held harmless against all claims for fines, costs, expenses caused
by, directly or indirectly, by the design professional and other persons or entities
employed, controlled, or utilized by the design professional that failed to comply with
any applicable laws, statutes, ordinances, or government regulations, and against other
persons' financial loss with respect to the provision of or failure to provide professional
or other services resulting in the design professional's professional, malpractice, errors,
or omissions giving rise to liability from the performance of the agreement or contract.,
It is specifically understood and agreed, however, that this indemnification/hold
harmless agreement does not cover or indemnify the City for its own negligence.
X Professional Liabitity/Malpractice/Errors or Omissions Insurance
The other party shall purchase and maintain professional liability or malpractice or
errors or omissions insurance appropriate for the type of business engaged in by the
other party with minimum limits of $1,000,000 per occurrence.
If a claim's made form of coverage is provided, the retroactive date of coverage shall
be no later than the inception date of claims made coverage, unless prior policy was
extended indefinitely to cover prior acts.
Coverage shall be extended beyond the policy year either by a supplemental extended
reporting period (ERP) of as great duration as available, and with no less coverage and
with reinstated aggregate limits, or by requiring that any new policy provide a
retroactive date no later than the inception date of claims made coverage.
WRITTEN AGREEMENT/CONTRACT
Any party providing services or products to the City will be expected to enter into a written agreement,
contract, or purchase order with the City that incorporates, either in writing or by reference, all of the
pertinent provisions relating to insurance and insurance requirements as contained herein. A failure to
do so, may, at the sole discretion of the City, disqualify any party from performing services or selling
products to the City provided; however, the City reserves the right to waive any such requirements.
EXHIBIT "C"
PROVISION OF PAYMENT
BASIS FOR PAYMENT
The owner shall pay CONSULTANT and CONSULTANT agrees to accept as full compensation
for its services (as established by Work Order) compensation as computed by one of the
following methods:
Method "A" - Costs Times Multiplier Basis -
Compensation in the form of actual costs times a multiplier as determined by the following
formula:
Actual raw Salary Cost x Multiplier + Subconsultant Cost + Other Direct Costs.
Multiplier 331 includes fringe benefit rate, overhead, operating margin and profit and is subject to
annual review.
Subconsultant Costs are actual costs incurred times a factor of 1.00. Actual costs shall be based on
billing rates for required labor classifications.
Other Direct Costs are actual costs incurred for travel outside of Tampa Bay area, printing, copying,
long distance telephone calls, etc., times a factor of 1.00.
Method "B" - Lump Sum -
Compensation in the form of "lump sum" shall be determined by mutual agreement between the
CONSULTANT and the City. The lump sum amount shall be negotiated based
upon a scope of services developed by the CONSULTANT and approved by the
city.