Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Report - December 16, 2009 J-02
AGENDA ITEM L �t•°nFrzoCITY OF 1 COUNCIL COMMUNICATION u AGENDA TITLE: Adopt the Following Resolutionsto Complete Plans, Specifications, and Bid Documents for the MokelumneWater Treatment Plant: A. Resolution Awarding Professional Services Agreement to Ecologic, Inc:, of Rancho Cordova, for Value Engineering Review of Surface Water Treatment Facility and Transmission Project Preliminary Design ($50,000) and Appropriating Funds B. Resolution Awarding Professional Services Agreement to HDR, Inc., of Folsom, for Final Design of Surface Water Treatment Facility and Transmission Project ($1,737,302), Appropriating Funds ($2,000,000), and Approving Selection of Pall Membrane Systems MEETING DATE: December 16,2009 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt the following resolutions to complete plans, specifications, and bid documents for the Mokelumne Water Treatment Plant: A. Resolution awarding a professional services agreement to Ecologic, Inc., of Rancho Cordova, for the value engineering review of the Surface Water Treatment Facility and Transmission Project preliminary design in the amount of $50,000 and appropriating funds B. Resolution awarding a professional services agreement to HDR, Inc., of Folsom, for final design of Surface Water Treatment Facility and Transmission Project ($1,737,302), appropriating funds ($2,000,000), and approving selection of Pall Membrane Systems BACKGROUND INFORMATION: On April 4, 2007, the City Council gave approval for HDR, Inc., to prepare the Surface Water Treatment Facility Conceptual Design and Feasibility Evaluation. On March 13, 2009, the City Council gave approval for HDR, Inc., to prepare the 30 percent preliminary plans and the environmental impact report (mitigated negative declaration). At that time, we felt there was an opportunityto secure American Recovery and ReinvestmentAct (ARRA) funding for construction of the plant. We have since learned that our project does not qualify for funding under the ARRA program. The project will soon enter the final design phase leading to the start of construction of the plant, potentially in late 2010. A series of exhibits (A through E) are attached that provide the Council an overview of the project's 30 percent design. ExhibitA provides a computer-generated picture of the view from Turner Road, looking easterly at the water plant/park entry. The unobstructed view of Lodi Lake will result from removal of the raised embankment and many existing trees for construction of the plant/park entry. Exhibit B provides a plan view of the layout plan for the raw water pump station, raw water pipeline, water treatment plant and entrance from Turner Road. The site encompasses approximately four and one-half acres. Exhibit C provides a computer-generated picture of the view of the water plant facilities from the roadway. An existing grove of trees will substantially screen views of the facilities from Turner Road. Exhibit D provides an architectural rendering of the exterior of the filtration/administration building. APPROVED: Blair King, Cit ger K:\WP\PROJECTS\WATER\SurfaceWaterPlant\CEcologicHDR.doc 1211012009 Adopt the Following Resolutions to Complete Plans, Specifications, and Bid Documents for the Mokelumne Water Treatment Plant: A. Resolution Awarding Professional Services Agreement to Ecologic, Inc., of Rancho Cordova, for Value Engineering Review of Surface Water Treatment Facility and Transmission Project Preliminary Design ($50,000) and Appropriating Funds B. Resolution Awarding Professional Services Agreement to HDR, Inc., of Folsom, for Final Design of Surface Water Treatment Facility and Transmission Project ($1,737,302), Appropriating Funds ($2,000,000), and Approving Selection of Pall Membrane Systems December 16,2009 Page 2 Similar architectural treatments will be included in the chemical handling/maintenance building. Exhibit E presents the alignment of the transmission main and locations for connections to the existing water distribution system. In addition to the improvements depicted in the previous exhibits, each of 25 well sites will be modified to include chlorine injection, chlorine detection, and remote sensing and operations capabilities. City staff is highly confident in the planning and design experience and qualifications of HDR. However, a surface water treatment plant will be new to the City, and staff believes it is a prudent step to perform a value engineering review of the 30 percent design documents. Objectives of the review include an analysis of plant staffing, treatment processes, equipment, control strategies, building layout, security provisions, constructability and construction cost estimates. HDR recommends this review occurring prior to beginning final construction documents. The Ecologic team includes specialists in the design and operation of water treatment facilities. Particularly, the team includes the owner/operator of a one-million-gallon-per-dayplant and the current operator of the South San Joaquin Irrigation District's 37-million-gallon-per-daySouth County Water Treatment Plant nearWoodward Reservoir. The team's collective experience and numerous advance certifications in the water treatment field well serve the objectives of the review effort. The scope of services, fee and schedule for the Ecologic agreement is provided as Exhibit F. The estimated cost of these services is estimated to be $50,000 and charges to the City will be on a time and cost basis. Staff does not expect to perform a similar review of the final construction documents. The scope of services, fee and schedule for the HDR agreement is provided as Exhibit G. The estimated cost of these services is estimated to be $1,737,302 and charges to the City will be on a time and cost basis. An important added element of the HDR agreement is development of a preliminary financing plan. Staff anticipates bringing a recommended financing plan to the Council in early 2010. Bid documents are expected to be complete in nine months. The water treatment plant will be constructed under a conventional design/bid/build process and the scope of services reflects this approach. We have determined that pursuing a design/build process does not offer the City a predictable savings in cost or time. Funding for the HDR and Ecologic contracts plus staff support costs, estimated to be $2,050,000, will come from the Water Capital Fund. If bond financing were to be used to fund the project, the financing would generate funds to reimburse a portion of the expenditures to date. The total expenditures to date amount to more than $2,500,000, including alternatives evaluation studies, water plant feasibility study, and preliminary design study. It is recommended the City Council approve the selection of the Pall Membrane System for the surface water treatment facility based upon the information provided in Exhibit H. In summary, the various membrane systems come in preassembled trains that are connected together at the treatment facility. The Pall Membrane System, when compared to the other most appropriate membrane systems for Lodi, was cost competitive, operates in the preferred outside -in mode, and has superior performance (minimal K:\WP\PROJECTS\WATER\SurfaceWaterPlant\CEcologicHDR.doc 12/10/2009 Adopt the Following Resolutionsto Complete Plans, Specifications, and Bid Documents for the Mokelumne Water Treatment Plant: A. Resolution Awarding Professional Services Agreement to Ecologic, Inc., of Rancho Cordova, for Value Engineering Review of Surface Water Treatment Facility and Transmission Project Preliminary Design ($50,000) and Appropriating Funds B. Resolution Awarding Professional Services Agreement to HDR, Inc., of Folsom, for Final Design of Surface Water Treatment Facility and Transmission Project ($1,737,302), Appropriating Funds ($2,000,000), and Approving Selection of Pall Membrane Systems December 16,2009 Page 3 fiber breakage). In addition, there are several successful operating installations, and the company has a sound reputation. At the March 18, 2009 meeting, Council also authorized the short-term sale of WI water. Shortly after Council's action, a major precipitation event occurred across the Mokelumne River watershed that basically eliminated the need for additional water supplies in the region for that year. Staff will continue to pursue opportunities for the short-term sale of our water resource. Failure to approve these recommended resolutions will have consequences. First, $7.5 million has been expended so far on water purchases, and 42,000 acre-feet of water is banked for future use by the City. However, the option to bank purchased water expires in May 2010 and the requirementto pay $1.2 million per year to Woodbridge Irrigation District continues. Second, delays in moving the project forward to construction will result in higher construction costs. FISCAL IMPACT: Potential construction and operations cost savings at future water treatment plant. Use of Water Capital funds for this project is unlikely to affect other capital projects. FUNDING AVAILABLE: Requested Appropriation: $2,050,000—Water Capital Fund (181) Jordan Ayers Deputy City Manager/Internal Services Director jLaiz::21- -I A A -L- F. Wallv San fin Public Works Director FWS/pmf Attachments K:\WP\PROJECTS\WATER\SurfaceWaterPlant\CEcologicHDR.doc 12/10/2008 Y Cr;rbruring ?? }ears in 8usina r.v ,1 i ?: _ y -•"'rte = "� X• _ -CYT J _ 7� - - `5'.a' _ - "£b b l"' �: i'~u iL► •-��-- - _ a"t -L�-c: �£2 `�. �7e - - 4 _ - - r • w- 3`„ _ - _ 1-- `-"-ry - znc BUILDIN �-_� � � ;�•��•� iii: ® ,.�- -_ �. * s_46 laimrA. ,� - _ _ - -" �. e � = � - • � "x'34} _.� � , _ - •--Offf--- � a "�m - w444 ��I', � r �l,v .�•�� .�,�4 ���s �}}� ��r.� t���l �fleF r!5'1y�ri ,t�r,�i' }��.,,�� �ryd�if.�S� `'WAS M lip n...s ., .,:..� 17e. h.i.. .w;ca�.kF I �.i .:'tii �:.F u.�,i .s',i-alr�.. •1uf�;�i. s , .. ������ �»>•�W�f�� ���r� ..W�wlrl,�t;r•� 1g179a i �i i p�p r kir .15 INA Hlki r•_ ;• �+ r T ti _ a �'" �'A� �, 'Yn.. ' �`� , err- T1;. I w -'' •� m%a l9 ` pry .-f"LA r; `f-- � ,-. r +"rY , ''A ,� 1 a'fT. i,.. q: � • ,�F �n � i • `i _�If � ��' �t � • '[�. 'rte da � ►w x blanislaus mameaa $� B$�C�r5, �,_!R��'dA 'd - i w, '- .d.' �l.t h �� y Ing Ir � �+r=.�sR a p. �'. ' � ��\'t \ •,r'n i\ E � �; °_ 77 Merced 0 `R a �:. - ri tri lY � r� f •� � = � ^� -. � - � � �.���}i`ta "R' do -01 a•'— 4 IF ' � _ _ P a T r"; b p.: :- 0A I f .0t' -16 Exhibit F AGREEMENT FOR CONSULTING SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY), and ECOLOGIC, INC. (hereinafter "CONSULTANT). Section 1.2 Purpose CITY selected the CONSULANT to provide value engineering review services required in accordancewith attached scope of services, Exhibit A. CITY wishes to enter into an agreement with CONSULTANT for value engineering review of Surface Water Treatment Facility and Transmission Project preliminary design (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. ARTICLE 2 S( E OF SERVICES Section 2.1 Scope of Services CONSULTANT, for the benefit and at the direction of CITY, shall perform the scope of services as set forth in Exhibit A, attached and incorporated by this reference. Section 2.2 Time f or Commencement and Completion of work CONSULTANT shall commence work within ten (10) days of executing this Agreement, and complete work under this Agreement based on a mutually agreed upon timeline. CONSULTANT shall not be responsible for delays caused by the failure of CITY staff or agents to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONSULTANT's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONSULTANT shall remain in contact with reviewing agencies and make all efforts to review and return all comments. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT_Ecologic.doc 1 Section 2.3 Meetings CONSULTANT shall attend meetings as indicated in the Scope of Services, ExhibitA. Section 2.4 Staffing CONSULTANT acknowledges that CITY has relied on CONSULTANT's capabilities and on the qualifications of CONSULTANT's principals and staff as identified in its proposal to CITY. The scope of services shall be performed by CONSULTANT, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel in CITY's sole discretion and shall be notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any change. CONSULTANT represents that it is prepared to and can perform all services within the scope of services specified in Exhibit A. CONSULTANT represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONSULTANT to practice its profession, and that CONSULTANT shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals. Section 2.5 Subcontracts CITY acknowledges that CONSULTANT may subcontract certain portions of the scope of services to subconsultants as specified and identified in Exhibit A. Should any subconsultants be replaced or added after CITY's approval, CITY shall be notified within ten (10) days and said subconsultants shall be subject to CITY's approval prior to initiating any work on the Project. CONSULTANT shall remain fully responsible for the complete and full performance of said services and shall pay all such subconsultants. ARTICLE 3 COMPENSATION Section 3.1 Compensation CONSULTANT's compensation for all work under this Agreement shall not exceed the amount of Fee Proposal, attached as a portion of Exhibit A. CONSULTANT shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT_Ecologic.doc 2 Section 3.2 Method of Pavment CONSULTANT shall submit invoices for completed work on a monthly basis, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the scope of services said work is attributable. Section 3.3 Costs The fees shown on Exhibit A include all reimbursable costs required for the performance of the individual work tasks by CONSULTANT and/or subconsultant and references to reimbursable costs located on any fee schedules shall not apply. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advance, in writing, by CITY. CONSULTANT charge rates are attached and incorporated with Exhibit A. The charge rates for CONSULTANT shall remain in effect and unchanged for the duration of the Project unless approved by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONSULTANT to CITY for services under this Agreement. Upon request, CONSULTANT agrees to furnish CITY, or a designated representative, with necessary information and assistance. CONSULTANT agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONSULTANT agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONSULTANT further agrees to maintain such records for a period of three (3) years afterfinal payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONSULTANT shall not discriminate in the employment of its employees or in the engagement of any K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT_Ecologic.doc 3 subconsultants on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 Responsibilityfor Damage CONSULTANT shall indemnify and save harmless the City of Lodi, the City Council, elected and appointed Boards, Commissions, all officers and employees or agent from any suits, claims or actions brought by any person or persons for or on account of any injuries or damages sustained or arising from the services performed in this Agreement but only to the extent caused by the negligent acts, errors or omissions cf the consultant and except those injuries or damages arising out of the active negligence of the City of Lodi or its agents, officers or agents. Section 4.3 No Personal Liability Neither the City Council, the City Engineer, nor any other officer or authorized assistant or agent or employee shall be personally responsible for any liability arising under this Agreement. Section 4.4 Responsibilitvcf CITY CITY shall not be held responsible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided herein. Section 4.5 Insurance Requirements for CONSULTANT CONSULTANT shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect CONSULTANT and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from CONSULTANT'S operations under this Agreement, whether such operations be by CONSULTANT or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount cf such insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Bodily Injury - Ea. Occurrence/Aggregate $1,000,000 Property Damage - Ea. Occurrence/Aggregate or K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT Ecologic.doc 4 $1,000,000 Combined Single Limits 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea.Occurrence $1,000,000 Property Damage - Ea. Occurrence or $1,000,000 Combined Single Limits NOTE: CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage. A copy of the certificate of insurance with the following endorsements shall be furnished to CITY: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents, Employees and Volunteers as additional named insureds insofar as work performed by the insured under written Agreement with CITY. (This endorsement shall be on a form furnished to CITY allw shall 66 included with CONSULTANT'S policies.) (b) Primary insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance, Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. (c) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (d) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled by the company without 30 days' prior written notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA 95241. (e) CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the K:\WP\PROJECTS\WATER\SurfaceWaterPlantWGREEMENT_Ecologic.doc 5 California Tort Claims Act (California Government Code Section 810 et seq.). "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period shorter than that found in the Tort Claims Act shall be unacceptable. Section 4.6 Worker's Compensation Insurance CONSULTANT shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of CONSULTANT'S employees employed at the site of the project and, if any work is sublet, CONSULTANT shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONSULTANT. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, CONSULTANT shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA 95241. Section 4.7 Attorney's Fees In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the court. Section 4.8 Successors i 131 CITY and CONSULTANT each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONSULTANT shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT_Ecologic.doc 6 Section 4.9 Notices Any notice required to be given by the terms of this Agreement shall be deemed to have been given when the same is personally served or sent by certified mail or express or overnight delivery, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi F. Wally Sandelin, Public Works Director 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 To CONSULTANT: Ecologic, Inc. Neal Colwell, P.E. 3520 Brookside Road, Suite 141 Stockton, CA 95219 Section 4.10 Cooperation of CITY CITY shall cooperate fully in a timely manner in providing relevant information that it has at its disposal. Section 4.11 CONSULTANT is Not an Employee of CITY It is understood that CONSULTANT is not acting hereunder in any manner as an employee of CITY, but solely under this Agreement as an Independent contractor. Section 4.12 Termination CITY may terminate this Agreement by giving CONSULTANT at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONSULTANT shall be entitled to payment as set forth in the attached Exhibit A to the extent that the work has been performed. Upon termination, CONSULTANT shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no Iiabilityfor costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONSULTANT with third parties in reliance upon this Agreement. Section 4.13 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT_Ecologic.doc 7 Section 4.14 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent. Section 4.15 Integration and Modification This Agreement represents the entire integrated Agreement between CONSULTANT and CITY; supersedes all prior negotiations, representations, or Agreements, whether written or oral, between the parties; and may be amended only be written instrument signed by CONSULTANT and CITY. Section 4.16 Applicable Law and Venue This Agreement shall be governed by the laws of the State of California. Venue for any court proceeding brought under this Agreement will be with the San Joaquin County Superior Court. Section 4.17 Contract Perms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer tapes or cards, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared for this project, shall be deemed the property of CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such documents during regular business hours. Upon termination or completion, all information collected, work product and documents shall be delivered by CONSULTANT to CITY within ten (10) days. CITY agrees to indemnify, defend and hold CONSULTANT harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were prepared. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT Ecotogic.doc 8 IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Agreement as of the date first above written. ATTEST: B RANDIJOHL CITY CLERK APPROVED AS TO FORM: Dated: CITY OF LODI, a municipal corporation M By By: D. STEPHEN SCHWABAUER CITYATTORNEY Its: BLAIR KING CITY MANAGER K:1WP\PROJECTS\WATER1SurfaceWaterPlant\AGREEMENT_Ecologic.doc 9 Exhibit A C 01,7) L 0 Gam, ENGINrUPS • CONSULTANTS November 20,2009 Wally Sandelin, P.E. Director of Public Works City of Lodi 21 W. Pine Street Lodi, CA 95240 RE: City of Lodi Surface Water Treatment Facility and Transmission Project - Scope of Work for Review of the Predesign Report and 30%n Design Plans Dear Mr, Sandelin: EMLOGIC Engineering is pleased to provide the City of Lodi with this Scope of Services to provide engineering services for the technical and operational review of the Predesign Report and 30%plans for the Surface Water Treatment Facility and Transmission Project (Project) prepared by HDR, Inc. The project has multiple components including: • Raw water pump station and pipeline • Conventional pretreatment and membrane filtration (including chemical systems and disinfection) • Finished water storage, pump station, and transmission pipeline 10 Well site piping improvements and addition of chlorination The water treatment plant (WTP) is being designed far an initial phase capacity of 8 million gallons per day (MGD), with a buildout design capacity of 20 NM . The City is considering pre -purchase of flee Pall Mieroza pressure membrane system for the Project. Presented below is an introduction to ECO:LOGIC's project team, followed by a detailed scope including the following tasks: Task 1 — Project Kickoff Meeting Task 2 — Predesign Report Review Task 3 — 301/oPlan Review Task 4 — Design Review Workshops EC 07 -LOGIC ENGINEERS • CONSULTANTS Mr. Wally Sandelin City of Lodi November 20, 2009 Page 2 Project Team ECO:LOGIC's project team includes specialists from all necessary aspects of the design and operation of a surface water treatment facility. Presented below is the project team, including a brief description of their experience as it relates to this Project. Resumes for the proposed bean meabers are attached for your information. Project Manager— Neal Colwell, P.E. Neal has been responsible as design engineer cr project managerft numerous water and wastewaterprojects in the Central Valley. His experience includes design of small filtration systems, granular activated carbon systems, and ion -exchange treatment for nitrate and uranium, and storage and pumping of treated water, Nal has also been heavily involved in master planning, feasibility studies, permitting, and detailed design of water and wastewater systems for public agencies. Neal manages the Stockton office of ECOLOGIC and, therefore, would be responsible for coordinating the ECOLOGIC team and monitoring budget and schedule on fts project. Principalln Charge- GerryLaBudde, P.E. Gerry has 15 years of engineering experience as project engineer and manager on various projects and will provide QA/QC on this project. Gerry has State of California Grade V certifications in both water treatment and distribution. His experience includes design of water and wastewater treatment facilities, evaluation and design of wastewater collection and water distribution systems, construction management, Yrester planning and start-up of various water/wastewater treatment systems. Additionally, he owns and operates a 1 MgaUd conventional water treatment plant and oversees the operation of three additional water treatment plants and distribution systems on a contract basis. Operations Review - Rich Hartman Richard has over 35 years experience in the water treatment field. His operational and management experience with large water systems along with his expertise in plant start up and membrane technology trouble shootingmakes hmn a valuable asset for any design, build, and operation project. Richard has a California Grade V Treatment Operator Catificate and Grade IV Distribution OperatorCertificate. QO G C ENGINEERS- CONSULTANTS ft. Wally Sandelin City Cf Lodi November 20, 2009 Page 3 As Water Operations Supervisorwith South San Joaquin Irrigations District, Richard lead the start up/commission of anew membrane filtration surfacewater treatment plant and fourremote pump stations that provide potable water to four wholesale city customers. Rich will bring this recent relevant experience commissioning and operating a new 40 MgaUd membrane filtration plant. Operat%ns and Process Review — M/ke Wilkin, P. E. (NV) Mike has over 20 years of experience in water treatment and distribution operations, plus over 9 years experience as an engineerplanning and designing water treatment plants, pump stations, wells and associated facilities. NUe has State of Nevada Grade 1V certifications in both water treatment and distribution, and his resume includes water facilities planning, surface and ground water resource planning, river diversions and intakes, well production designs, groundwater treatment plant designs, surface water treatment plant designs, design of distribution system improvements, water storage tanks, and reclaimed water pumping and distribution systems. Process and Regulatory Review- Dave Hunt, AE. Dave has over 19 years of experience in water treatment and regulatory compliance. He has extensive knowledge in surface water and groundwatertreatrnent technology studies and water treatment plant designs. These include treatment technology evaluations and design of a uranium water treatment facility, treatment technology evaluations for groundwater treatment of iron, manganese and arsenic, treatment technology evaluationand design of a microfiltration surface water treatment plant, and design of a small diatomaceous earth water treatment facility for Bliss State Park. All of the treatment technology evaluations and treatment plant designs have included extensive coordination with the California Department of Public Health and Nevada State I$sM Division on the abil ity to rnaet: existing, new, and pending Safe Drinking Water Act (SDWA)regulations. Mechanical and Civil Review- Ray Kruth, P.E. During his 28 years of engineering, Ray has acquired considerable experience in the areas of municipal water and wastewater treatment. His wastewater experience includes facility planning, collection systems, treatment facilities and effluent disposal. Ray's water wperience includes facility planning, water treatment, distribution system modeling and design, storage tanks, pumping facilities, well equipping, and rate analysis, He has designed numerous water storage tanks, pump stations, and both riw and replacement distribution systems. Ha hasinspected ECOVLOGIC ENGINEERS CONSULTANTS Mr. Wally Sandelin City cfLodi November20, 2009 Page 4 construction of water mains, pump statics, sanitary sewers, effluent force niEdm, and water storage tanks, and personally supervised construction and start-up of a private water pressure filtration plant and wastewater treatment facility. ElectricalAnstntmentation and Controls Review - Bill Cassity, P.F_ Bill is a registered Electrical Engineer in California and Nevada with over 17years of systems integration and electrical engineering experience in the water and wastewater industry. Bill has been responsible for the design of power, instrumentation, and SCADA sysbars for numerous small and large treatment plant pmjects, Bill has extensive experience in PLC based SCADA control systems and has a great trade record of delivering projects on-time and under budget. ElectricaNnstrumentation and Controls Review — Meft Boring Matt has over 18 years of experience in electrical system design engineering including complex design of SCADA and electrical systems specific to the water and wastewater industry. He has been responsible for installation and maintenance cf various SCADA systems and is experienced in working with contractors during startup and testing of new systems. ElectricaNnstrumentation and Controls Review —Jeremy Pollet, P.E. Jeremy has 12 years of electrical engineering experience specializing in process controls/ industrial automation, SCADA systems, electrical power engineering, and project management. JewWls industrial sector experience includes water and wastewater treatment plants, pipelines, pump stations cogeneration, electric power generation, food processing, oil and gas processing, petrochemical, and refining. Scope of Services Task 1 -Project Kickoff Meeting ECOLOGIC will hold an initial meeting with the City of Lodi engineering and operations groups to gain a thorough understanding of the City's project goals and objectives, expectations and desired outcomes for the project. This will be an opportunity to meet key team members, and focus our : Ffi- s on the issues that are of greatest importance to the City. ECO"OGIC ENGINEERS, CONSULTANTS Mr. Wally Sandelin City of Lodi November 20, 2009 Page 5 Task 2 - Predeslgn Report Review HDK, Inc. prepared a Feasibility Report and a series of Technical Memoranda (TM) that make up the Predesign Report for the Project. This includes a set of 21 TMs, and an Executive Summary. ECOLOGIC will review the Feasibility Report and the followingTMs fnan a technical and operational perspective. It is our understanding that TM 9 Corrosion Control, TM 18 Security, and TM 19 Environmental Compliance and Permitting will not be reviewed as part of this Scope of Work . TM 2 -Water Quality and Regulatory Compliance TM 3 - Raw Water Pump Station TM 4 - Pretreatment and Membrane Systems TM 5 - Chemical Systems and Disinfection TM 6 -Residuals Handling TM 7 - Site Plan TM 8 -Plant Hydraulics I 1 10-Firish6d Water Pump S... TM 11- Finished Water Storage Tarek TM 12 -Finished Water Transmission NWn TM 13 -Well Modifications TM 14 - Architecture (fnan a process and operational standpoint) TM 15 -HVAC and Plumbing (from a process and operational standpoint) TM 16 -Electrical Systems TM 17 - Instrumentation and Control (SCADA) TM 20 -Project Implementation and Construction Sequencing TM 21- Operations and Staffing Plan During cur review cf these TMs, we will also review pertinent referenced documents prepared as part of the conceptual design phase. Task 3 - 30 Plan Reviaw The WTP Predesign Report includes a Preliminary List of Drawings, and identifies those drawings that will be submitted as part of the 30% submittal. There are 93 drawings anticipated in the 300/opackage. Based on cur current understandingcfthe project, ECOLOGIC will focus its review on the following design components: ■ General - WTP process flow schematic and design criteria ENGINEERS • CONSULTANTS Mr. Wally Sandelin City of Lodi November 20, 2009 Page 6 13 Civil -R Raw water pump station piping and floor plans — YnT processes, piping and floor plans — Well piping improvements • Architectural (reviewed only as they relate to process(operational effects) Floor plans and elevations for the raw water pump station, membrane/operations building, and high service pump station/chemical building ® Process — Raw water pump station piping and floor plans ® Pall Corporation -- Layout plan — Overall membrane system P&ID► • 5iemans/Memcor — Layout plan — P&lD for all systems — Backwash system — Treated water tm* plan and sections -- Screw press plan — Air compressor room plan — Chemical systems area plans — Flocculation basin plan — Plate settlerplan — CIP tank plan and sections — Well site chemical. sysbn plan and seeti= ■ Electrical — Raw water pump station plan Raw water pump station single -line diagram — Operations building electrical single -line diagram —main switchboard EC-5LOGIC r ENGINEERS CONSULTANTS Mr. Wally Sandelin City of Lodi Naysnber 20, 2009 Page 7 — Pall Corporation single -line diagrams — US Filter/Memcor single line diagrams, power and lightingelectricai site plans, and well site plan and control ■ Instrumentation Process and instrumentation diagrams for the raw water pump station, WTP, autos trainer, membrane system, membrane analysis, screw press and conveyor, sludge pump, storage tank, chemical systems, polymer system, softened water sysbem,generator, and well sites Task 4 -Design Review Workshops VM a thorough understanding of the Chys project goals and objectives, and following our review of the proposed process improvements and design criteria, a series of design review workshops will be conducted with appropriate staff fmn Lodi, HDR and ECO:LOGIC. Based on our current understanding of the project, the following design review workshops are proposed: ■ Workshop 1:Process design criteria; ■ Workshop 2: Mechanical equipment and layout; ® Workshop 3: Operational considerations and staffingplan; Workshop 4: Instrumentation& control strategy. At least five working days in advance of each workshop, ECOLOGIC will provide a brief memorandum to HDR and the City, which outlines the specific comments and topics for discussion. Followingeach workshop, ECOLOGIC will provide a sunmary memo and decision log that documents the key decisions and outcomes. Budget and Schedule ECOLOGIC will provide specialists from the appropriate disciplines to provide a thorough review cf the design and operational aspects of the proposed surface water treatment facility. Our focus and level of ef£crt will be directed by the City on the issues that are of greatest importance. Based on aur understanding cf the project, we estimate a level of effort of approximately$50,000. Our charges would be based on actual time and expenses applied toward the design review, and will not exceed $50,000 without your prior authorization. Attached is our 2009 Hourly Rate Fee Schedule which we will hold for the duration of this project as anticipated below. ECO -' a LOGIC ENGINEERS. CONSULTANTS Mr. Wally Sandelin City cf Lodi November 20, 2449 Page 8 In order to maximize the value of our serdow, this project will be managed by Nal Colwell from our nearby Stockton office. We are pleased to be able to include substantial local participation on our team. Ibis participation will help reduce the overall cost of these services and will also result in a direct recirculation of City dollars into the Lodi economy, thereby providing a stimulatingeffect these difficult eoxamie times. It is anticipated that aout3rrimt i n to proceed with this work will be provided cn or around December 16,2009. We would like to have all pertinent information available for review as soon as possible thereafter. Tile envision holding the initial project kidmff meeting in early January following the holidays, and completing the four design review workshops by the end of February. Please contact me at your earliest convenience if you have any questions regarding this proposal. Thank you for the opportunity to serve the City of Lodi on this major undertaking. Sincerely, ECOLOGIC Engineering Neal Colwell, PE. Project Manager Aitacdnnents: A • 2009 Rab 5ct+e" B • Rasa LOD109-M Attachment A ECOLOGIC Engineering 2009 HOURLY RATE FEE SCHEDULE Labor Hourl state Labor Hourly Plate EnglasedSclentist Construction Management Principal Engineer 5206.00 Engineer (Various) PerAbow Managing Engineer $197.00 Constriction Manager/Inspector V $153.00 Supervising Engineer 5187.00 Construction ManagerAnspector IV $139.00 Senior Engineer $176.00 Inspector 111 $118.00 Associate Engineer if $163.00 Inspector 11 $105.00 Associate Engineer I $15t.00 Inspector 1 $95.00 Engineer $141.00 Assistant Engineer II 5127.00 Assistant Engineer 1 $117.00 Junior Engineer $104.00 Finance Environmental Compliance Manager $187.00 Senior Finance Specialist $179.00 Chief Hydrogeologist $165.00 Finance Specialist 5116.00 Senior Hydrogeoioglst 5151.00 Staff Hydrogeologist ii $137.00 Technical Staff Hydrogeologist I 5103.00 Supervising Designer $129.00 Water Quality Scientist $163.00 Senior Designer $121.00 Biologist $138.00 Designer 111 $110.00 Soils Scientist 5110.00 Designer it $100.00 Environmental Specialist $82.00 Designer I $88.00 Graphics Specialist $95.00 Eiectrlcal Engineering GIS Specialist $118.00 senior tiectricai Engineer $i 7 S ^w^ Er4^3Gri^g T6chnt.7arn 111 $96.00 Associate Electrical Engineer 1 $153.00 Enginaerfng Technician 11 $78.00 Electrical Engineer $143.00 Engineering Technician 1 $6$.00 Assistant Electrical Engineer $127.00 Engineering Intern $56.00 Junior Electrical Engineer $105.00 Data Management Specialist $84.00 Sr. Fie1dISCADA Technician $151.00 Sr. SCADA Programmer $151.00 Admintetrative Asst SCADAIPLC Progammer $127.00 Principal $215.00 pperatlons Adrdnistrative Assistant If $77.00 Project Manager It $180.00 Adminnstrafive Assistant 1 570.00 Senior Operations Specialist $155.00 Project Manager 1 $190.00 Operations Specialist $130.00 OTHER EXPENSES RATEIAMMUT Chief Plant Operator If $140.00 Vehicle Mileage 50.55Jmile C3nief Plant Operator 1 $105.00 C,ADD Equipment $15.00/how Senior Operator $100.00 Outside Services (sutoonsulrants) Cost plus 1096 Maintenance Supervisor $105.00 Reproductions Cost plus 10% Operator If $85.00 Operator $80.00 Operator i 560.00 Nate: Hwrfy bEing rates wNl be updafed oariusly by Lab Director 595.Q0 ECO:t 0010 and the revised Inas *IN be in enact es or✓arruary 1st o1 each year. The revised rates wNf be provhfed at fie Maintenance Mechanic $80.00 cw0ro's request. Lab Analyst $78.00 Operations Administrative Assistant $74.00 Attachment B Project Teams Resumes ECO�[—OGI`C ENGINCERS • CONSULTANTS Neal T. !# Project Manager Professional Registration Mr. Colwell joinedEC010GIC in 1997 following three years in Civil Engineer No. 59437, Ecuador working t� the United States Peace Corps and the California,July 1999 Ecuadorian Foundation " E Q where he served as Project Engineer. Civil Engineer No. 014565, Before returning to school for graduate studies, he assisted in the design Nerada,October 2000 and planning of water treatment facilities, wastewater collection and tramtssicn facilities and wastewater treatment facilities. Professional Engineer No. 62843 P.E., O sgm jan. 2000 Since 2002, W. Cohvell has managed the Stockton office of Professional Engineer No. 500591, ECOLOGIC and is working on numerous water, wastewater and Utah. December 1999 groundwater projects for clients within the San joaquin Valley and Sierra Nevada Ebc !Us. Water Treatment Plant Operator Grade 1, California Project Experience Education WaterFacifities Planning and Design MS., CM1Engineering, Oregon Lodi Flying J. Project Manager for the Lodi FlyingJ Well No. 3 Nitrate State University, Corvallis, 1999 Treatment System Site Improvements. Retailed design documents were &S.,CiviI Engineering, Universiry prepared to accommodatethe use cf'ion-exchange for nitrate reduction of California,Berkeley, 1993 at this site. Our work included permitting assistance, startup, and preparation ofan eperatimplan to meet the requirements of the local F.A., Environmental Studies, EnvIfo.n-mental Health Department. University cf California, Santa Cruz, 1993 Prepared the preliminary design report forthe Storage tank and booster pu-nstation for FlyingJ, Lod, This project consisted of preliminary Professional Affiliations design fora complex piping and oabmil scheme tDmaintain refreshed Water Environment Federation, Fater in an essentially "off-line" storage tank necessary to meet peak Active Member Since 1996 demands and fire flow requirements. American Water Works Following startup of the nitrate treatment system, an evaluationof the Association, Member Since 1996 system for removing uranium was necessary. A monitoring progratn was developed to demonstrate uranium removal and document system American Society cf Civil performance for permit modification. Disposal of spent regeneration Engineers, Associate Member, brine was a critical component of this evaluation. Since 1997 Zone 7 Water Agency. Lead designer for the Zone 7 Water Agency Publications Chain cf Lakes Wells No. 1 and 2. Prepared detailed specifications for Reviewer, Exerting SeuserEvaluatimr implementinga drilling program in this difficult setting. Hzrjeetentailed and Rehabilitation, Third Ed, Water two 18 -in diameter municipal production wells using HSLA and 304 Environment Federation, 2009 Stainless Steel well casing and screen to depths of 650 feet. Final well production ranged from 2,500 gpm to 3,500 gpm, Amador County Water Agency. Assisted in the design/build of the 'Tanner WaterTreatment Plant expansion for the Amador County Water .Agency within very strict budgetary aawbmirtts. Elea IT. Colwell, P.E. .....Page 2 Calaveras County Water District, Prepared the Copper Cove Water System Master Mm Update for the Calaveras County Water Districtf including updating the requirements frr raawater facilities, treatment facilitiesand,distrihudon and storage. Prepared the follow-up phasing plan for the Copper Cove Water System Master Man Update for the Calaveras County Water District including revised development schedules andprojected capital improvement cash flaw requirements. Mountain House Community Services District. Assisted the preliminary design and final constructability-biddability review of the new Mountain House Water Treatment Plant. Engineering Administration District Engineer for BearValley Water District since 2001. Assisting the Water District nth complex regulatory issues regarding wastewater disposal in the High Sierra includingpenratkirig of land disposal facilities and seasonal N PDFS discharge. ,acting District Engineer for Calaveras County Water District during 2001. Responsible for engineering issues related to peanratting,design, management and regulatory compliance cf 5 water systems and 12 wastewater systems. Project Manager for the Delhi County Water District for their proposed wastewater treatment facilities expansion to 2.4 Mgaild. As Project Manager responsible for naragug several engineering and environmental consultants, coordinatingwith agency committees and Board and managing project schedule. WastewaterFa eftesDesign and ConstructionManagement Bear Halley Water District .Project manager and lead de s i i e r for the Bear Valley Water Dismct outfall and outfall pipeline, including flnw control and monitoring equipment necessary to meet permit requirements. City of Rio Vista. Served as resident engineer/construction inspector on the City cf Rio Vista WWTP Expansion. City of Ceres. Reviewed the City designed new sewer trunk main and prepared a preliminary design report for headworks improvements to accommodate flows up to 17.3 Mgal/d from new sewer trunk rredn Ir the City of Ceres. Managed and designed the City cf Ceres WW TP expansion, including increased headworks capacity and odor amtml fed Iities, and increased treatment capacity using adItiaal aeration and increasedpond kinetics, Lead designer of an effluentpump station for the City of Ceras capable of pumping initially 1.0 MGD and ultimately 59 MGD cf seoaxlary treated wastewater to the City of Turlock through a 13mile long force main. E G j ..a«rC.ay, aoaay.r.w r. ECO�LCGIC ENGINEERS, CONSULTANTS Principal -In -Charge Professional Registration Mr. LaBudde has 15 years of engineeringexperience as project engineer Civil Engineer No. 55767 and manager on various 1=Djects. His experience includes design of California water and mmb3ebw treatment facilities, evaluation and design wastewater collection and water distribution systems, construction Water Treatment Plant Operator management, master planning and start-up of various water/wastewater Grade 4, California treatment systems. Additionally, he owns and operates a 1 Mgal/day General EngineeringContractor conventional water treatment plant and oversees the operation of three No. 772955 additional water treatment plants and distribution systems on a contract operations basis. As part of the water treatment business he also Education performs general engineering contracting, including underground and small mechanical jobs. MS. )EnvironmentalEngineering, University ofediftia,Davis project Experience B.S., Civil/Environmental Water Treatment Engineering, California PalytechnicState Dublin San Ramon Services District Fluoride Refurbishment Project. University, San Lis Obispo Project Engineer. The project included complete refurbishment of three fluoride storage/feed systems and water quality monitoring systems at three separate turnouts where the District purchased and diverted water from Zone 7. City of Lincoln/Nevada Irrigation DistrictWater Treatment Plant Siting Study. Project Engineer. Project included development of water demands within potential service area, estimation cf the overall water demand reduction as agricultural land converted to municipal development, identified 13 potential sites for treatment plants including raw/created storage, treatment facilities, and distdbudon system alignments to the City of Lirnaln. Identified the preferred site, which was accepted by both the City and Northstar Community Services District 1 MGD Water Treatment Plant Design. Project Engineer. Project includes retrofitting existing treatment plant to replace existing sand filters v, membrane unit including various other improvements including chemical feed and residual handling. Zone l Well Chloramination System Project, Project Engineer. Predesign and design oEwelis and centralized treatment system for the addition of chlorine and ammonia. Mountain Clouse Water Treatment Plant. Project Engineer for the preliminary and detailed design of the Mountain House Water Treatment Plant, which included two Trident treatment u n i t s vnth a capacity cf 3 MGD each, and two welded steel storage tanks, each with a capacity of 4.5 MG. GerryO. LaEudde, P . . .............E....................................................... Page 2 Water Master Plants for the cities of Lockeford, Live Oak, Foresthill, Escalon, Christian Valley and Newman. Project Engineer for numerous water master plans for various communities including, Lockeford, Live Oak, Foresthill, Escalon, ChristianValley and Newman. Systems include groundwaterwells and surface water treatment plants including conjunctive use systems. Angels Camp Water Treatment Plant fxpansion. Project Engineer for the expansion of the Angels Camp Water Treatment Plant including a new pressure filter, rehabilitation cf an misting filter, new headworks, and a 2.5 MG welded steel storage tank. Sierra Lakes County Water District Water Storage Tank. Project Engineer for the detailed design of the Sierra Lakes C o mty Water District Water Storage Tarkwhich included a new booster pumping station and a OS MG welded steel storage tanks. Mustang Valley Mutual dater Company System, Performed hydraulic modeling analysis of irrigation distribution system to determine cause(s) of low pressure in the Mustang Valley Mutual Water Company System. Analysis provided recommendations to alleviate problem and further expand the system. Hidden Valley Water System. Provided evaluation of the Hidden Valley Water System including review of Contractor submittal to rehabilitate pump station, provided hydraulic model assessment of distribution system, prioritized distribution and pumping system improvements and pfu ided Operational Juntput to irnaprove system effic.ie'.1c . Dicke Grove Regional Park Feasibility Analysis. Performed feasibility analysis to evaluate treatment alternatives for DBCP removal versus an alternative water supply from the City of Lodi. Currently preparing contract documents for interim well head treatment system. Master Planning City of William Facility Plan, Developed a facility plan Ir the City of Williams considering new discharge regulations including the Ca frfria Toxics Rule, DOHS requirements and nutrients. Evaluated the cost and reliability of several options including continuation of surface water discharge, construction of pipeline to discharge to an alternative receiving water and conversion to land discharge. Lockeford CSD Water Maw Wan. Prepared Water Master flan fr the Lockeford CSD. Evaluation included an alternative analysis of installation cf additional wells: or versus provision of stxxg,projection of future flows, distribution system improvements and development of annexation and connection charges. Regional Water Quality Control Board, San Luis Obispo. Performed non -point source study to determine sources of total and fecal coliform affecting the Santa Barbara Channel while working at the Regional Water Quality Control Board, San Luis Obispo. 0.asfwKNSM, KCe151tti.T rtkTh 0 ECO'OLOGIC -- Richard 'd Senior Operator Professional Registration Richardretired in 2003 from City & Countyof San Fzarrigooafter 30 years continuous employment in the Water Treatment Industry. In 2003, Grade V Treatment Operator he accepted seasonal part-time employments CA Department Fish Certificate, #4967 & Game; duties consisted of'biological studies of Chinook Salman and Grade IV Distribution Operator water quality data collection in the Central Valley Delta. In 2005, Certificate, #17804 Richard left CA Fish & Game. In February 2005, Richard accepted a permanent position as Water Education/Certification Operations Supervisor with South San Joaquin Iidga k sDistrict to start up/commission new membrane filtration surfacewater treatment Certificate Water Treatment plant and four remote pump stations that provide potable water to four Technologies wholesale city customers. A.A., General Saence Richard has over 35 years experience in the water treatment field. His ozrently taking courses at operational and management experience with large water systems tong CalifomiaState University, vdffi his expertise in plant start up and membrane technology trouble Sacramento to satisfy CEU shooting makes him a valuable asset for any design, build, and operation requirements project. Project Experience Professional Affiliation American Water Works South San Joaquin Irrigations District. (2005.2010 - Refiring in 2010) Water Association Operations Superv=isor for South San,o~q,,i„ Irrigations District: responsible for operations, maintenance, regular reporting for 37 mgd Mid Valley Water Association surface water, DAF/ UIUM+�h—mUr +treatment plant 4 38 miles transmission pipeline and 4 turnout pump stations. SouthwestMerrbrane Association Worked with B& V Engineer to complete construction, startup, testing and commissioning of all facilities. Plant was commissioned in July, 2005. Actively involved with developing treatment methodology to minimize affects of rwFJ irgcitric acid waste and rate of fouling on membrane fibers; sludge handling and chgposal, high dose recovery clean protocol, standard operations procedures, and hiring and training new operators. Directly supervised 10 operators and 2 general laborers. Acting Plant Manager in his absence. AssMplant manager in budget preparation, monthly cost analysis and usage reports, DHS reports, lab reporting, monitoringand purchasing, In 2007, Richard worked with B&V Engineer to finalize design and detail for a $1.5 million optimization l zrjeet,which encompasses chemical feed, mechanical, electrical and computer programming to optimize operation and design issues. Richard Hartman . ............ ......................... ......................................... Page 2 City and Counca7 of Sari Francisco Department, Supervisor EBFF —T5 DHS/ D2 DHS (1995 —2003). Water Supply & 'T°reatmetit Division, Sunol. Responsible for supervising 5 employees in operation -maintenance repair cf WH disinfection facility, 160 mgd San Antonio P. Station, Emergency Inter -tic P. Station, Sunol filtration P. Station, Pleasanton Well Field/Castlewood Reservoir, Town of Sunol P. Statim StorageTkft,5 WQ monitoring/reporting stations. Assistant Superintendant, Water Treatment Facilities TS DHS. Responsible for EBFF & Sunol facilities in Tracy, Sunol, Pleasanton, and Irvington. Primary responsibility to deliver potable water to 2 million customers, 22 cities. Chief Stationary Engineer Sunol Water Treatment Plant (1990 — 1995). TS DHS. Directly supervised 3 shift supervisors, 11 water plant operators and various trades. Pro -active in developing Haz Mat Business Mm, reduction in THM treatment methods utilizingpotassium permanganate, direct filtration methodology to reduce sludge production, completed plant upgrade construction project improving reliability. Senior Station Ek rie r, Serol W'I'P/EB1FF (19841990). V DHS Major responsibilities: to ensure safe and reliable delivery of potable water, safety training of all personnel, maintenance/ repair of equipment and water quality online instruments, operate SCADA system to maintain operation parameters, purchase supplies and materials. Operate and maintain Pleasanton Well field facilities. Station Engineer, Sunol W� (3979 —1984) T3 DHS Assigned Water Plant Operatorwith responsibilities including, operating chemical metering pumps, utility water pumps, remotely operate large rawwater supplypumps, calculate chemical dosages, monitor transnissim system, operate sludge removal system, wash dual media filters, mix chemicals, operate and nahtain chlorine feed sysbmn complete plant reports. Alameda County Zone 7 (1976 -1979) . Water Plant Operator T3 DHS Operated various chemical metering systems to optimize coagulation, sedimentation, filtration and disinfection. WaEh dud media filters, calculate dosages, operate sludge removal systems, operate gas chlorine system, monitor transtdssim system, complete reports. City of Pleasanton (1974 -1976). General Laborer TI DHS. Assigned to Wattr Deparuntnt. Assisted journeylevel maintenance perscmel in operationof several Well field facilities; pumps, cholrine and fluoridation chemical systems, storage tanks. Assisted in repairs of pipelines, service connections, fire hydrants. ECO�LOGsC ECO*LOGIC ENOINEERS - CONSULTANTS Michael Wilkint P.E. Senior Engineer Education Mike has 8 years of experience as a senior engineer -vdh EC O:LO GI C B.S., Environmental and has 28 years of experience in the operation, rwirterwm,planning, Engineering, University of and design ofwater distribution and treatment facilities, Mike has state cf 1kmxhi,Reno Nevada Grade N certifications in both water treatment and distribution, and his resume includes water facilities planning, surface and ground Registration water resource planning, river diversions and intakes, well production designs, groundwater treatment plant designs, surface water treatment Civil Engineer, Nb. 17270, plant designs, design of distribution system improvements, water storage Nkueda tanks, and reclaimed wattr pumping and distribution systems. Mike has Wdw Mmeh3ent Operator, 20 years of water treatment and distribution systems operations Grade 4y No. 217 experience, including 10 years operations supervision and 5 years of maintenance supervi sion of two surface wattr treatment plants, 27 Water Distribution Operator, production wells with a combined production capability of over 150 Grade 4, No 828 Mgal/d, and a distribution 9 iken with more than 200 remote facilities, 98 pump stations, 30 pressure zones, and 25 water storage tanks. Mike has 5 years of maintenance management experience; including project manager for a SCADA system installation upgrade, and a Computerized Maintenance Management System (CMM) installationfor the Water Production Department. He has participated in a variety cf design projects, including a new 70 Mgal/d surface water treatment plant design, construction, and stamp, plus upgrades to an existing 37.5 Mgal/d surface water treatment plant to meet current SDWA regulations, ;mbffIa ns, ineludingthe construction and startup of three PCEwell remediation facilities. Project Experience ECO -LOGIC Project Manager for the Shasta River Grenada Irrigation District Intake and Pump Station Replacement Project. ECO:LOGIC is a sub consultant to NHC on this project, and is providing the structural, civil, and mechanical design for a new 40 CFS intake and pump station for the irrigation district that meets current fit passage and screening criteria. Project Manager for the City of Gait Arsenic Treatment Project, Project Manager for the design of 10 MGD retrofit arsenic treatment project that included fxxweli sites for the Chi of Gait, California. T h e project includes arsenic treatment piloting, retrofit facility design for arsenic treatrnent and CM for installation. Project Manager for ffie Glendale Water Supply Improvement Project. Design to provide 60 CFS of supply capacity to the Glendale Water Treatment Plant (ongoing project). As the leader of this team, Nih was instrumental in defining the site selection and design criteria for tws replacement river diversion indbxlirgciad1 design, hydraulic modeling, and fish screening issues, to ensure neetirg. This project involves removal of an existing rubble and concrete diversion dam on the Truckee River, and MichaelWilkin, P.E................................................................................. Page z replacement with a new rock grade control structure. T h e project required extensive hydraulic modeling. ProjectManger for the Sierra Pacific Power Company Tracy Power Plant Design Build RO Wi'P. This design build WIT project was in conjunction vnth KG Walters Construction Cagnany,and included membrane Microfiltration and reverse osmosis cf 500 GPM to provide boiler feed water from a high TDS groundwater well. Design Engineer for the Northstar Community Services District. ECC+:LOGIC Project Dask p Engineer for the installation of a 700 GPM membrane treatment plant retrofit for the Norfhstar Community Services District, California. Project Manager for the Sparks Water ResoureePlan. Project Manager for the 'Truckee Meadows Water Authority Sharks Resource Plm. P1azs include evaluation of surface and groundwater resources, groundwater treatment requirements and alternatives, alternative treatment plant iocations, distribution system improvements, estimated capital and O&M costs. This project included arsenic pilot treatment for five groundwater wells. Project Engineer for TMWA Arsenic Compliance Plan _ Reno, NII.. The Arsenic Compliance Plan included evaluation of the best available arsenic treatment technologies, combined with onsite or regional treatment facilities, The regional treatment facilityplans including identi fying, treatment sites, required treatment technologies, distributionpipeline alignment, and capital costs associated vd� each alternative. Project Engineer for TMWA Water Resource I Facility Plan - Veno, NV. Detailed analysis ofTMWA's water production capabilities in both drought and non -drought situationswere performed to provide TMWA with a resource facility plan that allows for maximum groundwater production during periods of diminished surface water supply, and maxim m surface water production with scheduled conservation of groundwater resources during periods of adequate surface water supply. National Avenue Water Treatment plant Improvement Project - Tahoe Vista, CA. Project engineer and construction nezagen r& team member for the National Avenue Water Treatment Plant Improvement Project The project consisted of converting an existing Lake Tahoe pump statim to a 25 micrm screened, W disinfection facility. This facility is the first potable water W installation in the country. Tone Public Utilities Water Distribution Improvements - Washoe County, NV. Project design team member for the Tonopah Public Utilities Water Distribution Improvements that included modeling and design of four new water tanks, 10,040 feet of new potable water lines, and in§ii�+-�� of a new radia telemetry SCADA system. Glendale Water Treatment Plait. Resign and operations / construction/ startup coordinatorfor the installation of the Glendale WTP solids handling and filter upgrade project. Also responsible for the instalIatim of the SCADA system upgrade. ENGINEERS . CONSULTANTS David T, Hunt, P.E. Senior Engineer Education Mr. Hunt has over 19 years of public water system experience in Nevada MS. ,Environmental Engineering, and California, includingmore than 9 years as a senior engineer and California State University, Long project manager for ECO:LQGIC Engineering. Past responsibilities Beach include overseeingthe Surface Water TreatmentRule for the Nevada State Iii Division, and assisting utilities with compliance B.S., Civil Engineering, California requirements. Project experience includes research, analysis and design State University, Long Beach of water tveatrrint facilities and process improvements; start-up, troubleshooting and treatment process optimization. Registration Civil Engineerlib. 11341, Nevada Project Experience Civil Engineer No. 71254, Calif. Truckee Meadows Water North Virginia Pipeline Project. Project Manager and Engineer for the planning and design of more than 30,000 linear feet oflarge diameterwater main for the Truckee Meadows Water Authority North Virginia Pipeline Project. This project included extensive permitting and multiple contracts for the procurement of materials and installation efthe pipeline and appurtenances. Northstar Community Services District Pump Station and Pipeline Project: Project Manager and Engineer for the Northstar Community Services District Pump Station and Pipeline Project whici 1,S0VO gprn pump stabm and approximately 3,000 feet of suction piping to the pump station and another 1,000 feet of discharge piping to the Ekbices Reservoir water storage tank along North star Drive. Northstar Community Services District Water Treatment Facility. Project Manager and Engineer for the Northstar Ccanrami.ty Services District Water Treatment Facility Upgrade Projecr which included the planning and design to retrofit an existing gravity filtration system with membrane filtration. Truckee Meadows Water Authority Arsenic Compliance Plan. Project Engineer for Truckee Meadows Water Authority Arsenic Compliance Plm including regulatory negotiations with local, state, and federal EPA. Squaw Valley Public Service District (SVPSD) . Project Manager for the preparation of water master plan for the Squaw Valley Public Service District (SVPSD), which included preparation of a water disbdbutim system model. Squaw Valley Public Service District (SVPSD). Project Manager for the design of two water supply wells for the SVPSD, includingpreparation of CEQA mitigated negative declaration. DavidT. Hunt, R.E. ........................................................................ Page a Squaw Valley Public Service District (SVP"SD). Project Manager for the design of civil improvements for the new SVPSD Fire Station and Administration Building, including CEQA documentation,SWPPP, drainage improvements, and grading plan. Squaw Valley Public Service district (SVFSD). Project bbmgw for the design and ars trarticnof 1,500 feet of 12 -inch waterline along Squaw VMW Road. Death Valley National Park. Project Manager for potable and non -potable water system analysis at Death Valley National Park for Xanterra R%ft & Resorts. TownofGerlach. ProjectM 3mgw for the design of a uranium crater treatment facility using icn exchange for the Town of Gerlach. This project included environmentalnegotiations with the BLM regarding waste disposal options. Town of Gerlach. Project Manager for design and construction of water meter installation for the Town of Gerlach. Town of Gerlach. Prepared Treatment Technology Evaluation fot Gerlach General Improvement District for uranium removal fmu their drinking water supply. North Valley Facility Plan. Provided water distribution system analysis fcr the North Valley Facility Plan to determine facility and cpemtLasi requirements to meet the potable water demands cf existing and future customers in the Stead/North Valley area. Glenbrook Water Cooperative Waterline Replacement Project. Project Engineer and NJEtmg3c for Glenbrook Water Cooperative Waterline Replacement Project, involving replacement of approximately 1,100LF of water line through NDOT tight -of -way. South True Meadows Water Supply. Developed build -out water demands for the South Truckee Meadows Water Supply, Wastewater and Storrnwater Ek lily 11131. Square Creels Embankment Reinforcement Project. Project Manager ficr Sg im Cbade Embankment Reinforcement Project, which included fast - Mack peunitt'ing through California Regional Water Quality Control Board, California Department of Fish and Game, and U.S. Army Corps of Engineers for the construction of a 20' high rockery wall to stabilize a portion cfthe bank of Squaw Creek. .OG`1C RS, Chemical Engineering, University of California, Berkeley Registration Civil Engineer No. 031861, California Civil Engineer No. CE 6233, kboda Civil Engineer No. 25197, Arizona y. ECO - ENGINEERS CONSULTANTS Mr. Kruth has acquired considerable experience in the areas of municipal water and wastewater treatment. His wastewater experience includes facility planning, collection systems, treatment facilities and effluent disposal. Water experience includes facility planning, distribution system nodalirg and design, storage tanks, well equipping, rate analysis. He has designed a number of AWWA water storage tanks and both new and replacement distribudon systems. His wastewater tasks have included design of sewage collection systems, ser age pump stations, odor control systems, and wastewater treatment systems. E6 has inspected construction cfwaternim,sanitarysewers, effluent force rains, and water storage tanks, and personally supervised construction and startrupef a private water pressure filtrationplant and wastewater treatment facility. Most of his projects involved Federal or State agency funding, and Iny is very familiar with the requirements of the Rawl Development, CDBG, ABI 98, and State Revolving Loan Fund, EDA and other funding agencies. Town of Tonopah Water System Improvements. Project Manager for the Town of Tonopah water systen improvements, including 20,000 LF of water line, telemetry, three new storage tanks, and recoating of five additional kn i Funding is provided by AB198 and Rural Development. South Truckee Meadows General Improvement District (STMGID). Design engineer for the STMGID Wells 1 & 2 Aquifer Storage and Recovery project south of Reno, NV. Project Manager for the Wastewater Collection and Treatment Project, East Quincy, California. Design and construction administrationcf 110,000 if of sewer collection system, three pump stations and a new wastewater treatment facility. T h e project total was 69.13millim. City of Loyalton . Project manager for the City of Loyalton wastewater treatment facility, which is involved in performance evaluation and litigation with the design engineer. Issues involve effluent disposal, surface water discharge conditions, and treatment evaluation. Reno/Sparks Water Reclamation Facility and South Truckee Meadows Water Reclamation Facility. Prepared the majority of the effluent distribution system analysis for the Regional Water Reclamation Facility Study forthe Reno/Sparks %VRF and the South Truckee Nbadaws WRF. RaymondC. Kruth, P.F......................................................................... Page x Rio Vista Airport Improvement Project. Project Manger for the 1999 Rio Vista, CA airport improvementproject, consisting of water, wastewater, taxiway and kdsb ai park improvements. Fundingincluded FAA, CALTRANS Aeronautical, ERA, and EDBG grants. Kingsbury General Improvement District Project Dasigz Engineer and Nkmgac for the Kingsbury G.I.D. Station 2 Mrk Replacement, involving demolition and replacement of a 400,000 gallon water storage tank at Statim 2. Jackpot Water Modeling. Project Mang er for the Jackpot Water Modeling, Fike County, Nevada. Prepared a Cyb emct water mode] and calibration and results analysis for a system involving five wells and three water storage tanks. Douglas County Mountain View Water System. Project Manager for the Douglas County Mountain View Wa6er System, Douglas County, Nevada. Prepared a preliminary engineering report and design ofwater syslsn improvements to include 15,000 if water line, I.5 million gallon water ta-k, and 1,000 gpm booster pumps statim. Kingsbury General Improvement District Prepared design and administered construction cf a new 500,000 gallon welded steel water storage tank for the Kingsbury General Improvement Iic:!:�Stateline, Nevada. Kingsbury General improvement District Lake Pump Station. Preliminary engineering, design and construction of a large 4,000 pm pump statin► at lake ]eve] including a 25" intake line, vertical turbine pumps, building and electrical controls for the Kingsbury General Improvement District Lake Pump Station, StabaUne, Nevada. Fallon, Nevada Wastewater Fadlities. Designed two raw sewage pump stations; and 8,000 if of 8" to 24" sewer interceptors for the Wastewater Facilities in Fallon, Nevada, Pump station capacities vary fnan 1,000 to 8,000 gpm. Wells, Nevada Sewer Collection System. Preliminary engineering, design and construction administrationof wveral dwmand feet cf 10" sewer collection system, waterline replacement and storm drainage collection system for Wells, Nevada. Preparation of a wastewater facility plan for the treatment ofwastewater and developmentcf a master plan for major interceptors and pump stades s for Fallon, Nevada. Wells. Nevada. Design of distributionpiping, water storage, new well, pumphouse, pumping equipment, rehabilitated existing pumping facility, telemetry, and water meters in Wells, Nevada. The trial project cost was $1.9 million, and was funded by FmHA. and EDA. E . L C".)GI tom:,;. swamaawpaenheuavnntw EC004�LOGIC ENGINEERS - CONSULTANTS Electrical Engineer Education William is a knowledgeable, energetic and focused Professional Electrical Engineer with 15 years expetience in control systems B,S.,Eletical and Electronic integration and operations management. His major strengths include E4neering, California state project design planning, initiation and management. ALso skilled in University, Sacramento, CA, budgeting, teambuilding, programming and accessing/ managing risk. Graduated Magna cum Laude Extensive experience in PLC based SCADA control systems. William has a great track record of delivering projects on-time and under budget Registration with satisfied customers. State of CalifomiaProfessional Project Experience Engineer -Electrical No. 17132 State of Nevada Professional Electrical Design Projects Engineer -Electrical No .15775 City of Retro Stead WWRF upgrade. Provided Electrical Design for major State of California Electrical plant upgrade including new 24.5KV feed and 4160V switchgear to feed Contractor RME new and existing electrical system. The Modicon Quantum based SCADA aabul system was enhanced and extended in support of the C-1© License No. 917327 plant upgrades. City of Reno Stead Solids Pump Station. Provided Electrical D99igi for solids pump station and pipeline as well as adding in new PLCs to existing SCADA system. PCWA Bickford Ranch BPSs. Provided electrical and Pi C based controls design in support of 2 water booster pump statim and reservoir. Donner Summit PUD WWTP Improvements. Provided electrical and controls design assistance for plant improvements including a new Lime Sib and rehabilitation of a treatment unit. City of Rio Vista Reservoir and BPS. Provided electrical and PLC based controls design in support of a wate r booster pump station and reservoir SCADAProjecls Wdler Water Company - Fish Springs Ranch Water SCADA System Providing SCADA and PLC programming as well as SCADA and fiber optic networking gear. Project links 5 wells and a terminal tank to the medium voltage booster pump station using fiber optic cabling. SCADA system is Wonderware Industrial Application Server SCADA platf= that communicates to AB Compact and Controllogix PLCs. Acting as PM and overallproject engineer for the project. CSD TH2 Water Well SCADA System. installed an A 3 b icrologic 1100 Mr. haled Wonderware SCADA system. The PLCs communicate over radio and eventually will have a fiberbackbone edit a rad o backup channel. System is being upgraded to include new filter plant and other sites including lift stations. Acted as PM and project engineer fur the project. City of Reno Stead WWRr SCADA. Upgraded SCADA system from WilliamP. Cassie, P.E....................................................................... Fags 2 <1000I/0 tags to over 4500 during major plant expansions. Added 2 Modicon Quantum PLCs and connected to several other PLCs from vendor suppliedpanels using a variety of media and protocols including wireless, fiber and serial. Acted as Project Engineer/PM and programmer for the Wonderware SCADA system. City of Hawthorne Whisky Flats Well Radio Telemetry System. SCADAPack PLC based controls that utilized licensed 32d to control well pump operations. The radio system transmitted data and commands to and fmn the Hawthorne SCADA system. Also designed a bucket brigade style of repeater that allowcd one radio to collect information on one side of the mountain (Mina) and then retransmit it to the Hain SCADA system in Hawthorne to allow remote monitoring of the Mina sites. Acted as project engineer and PM for radio telemetry work. City of Hayward Sewer SCADA. SCADA system with 28 Intellimatic RTUs that communicate over licensed radios to a Wonderware based SCADA system. Acted as Project Engineer/PM and programmer fr both SCADA and RTUs. Other Experience Electrical Engineer - ATEEM Engineering (Reno, tf).Prepared project documentation including drawings and project specificationsfor electrical and instrumentation, electrical engineering project analysis and design. Project specifications included preparing detailed descriptions of control strategies used by Cmtmc boys to program the PLC and setup Graphic Operator Intctfice. Perform software programming of IP,1 1-'s and SCADA in system startups as required. Project Engineer - Arora Engineering (Reno, NV). Managed projects in the Water /. Wastewater industries. Coordinate efforts of support engineers and manage active projects through lifecycle. Manager of Engineering/Maintenance - Ralston Foods (Sparks, RV) Managed efforts ofstaff engineers and 24 maintenance personnel. Responsible for budget and energy costs as well as proper operation of overall plant assets. Developed, implemented and championed, using a cross -functional team, processesv&Yu:h improved work and material management. Project Engineer - Sierra Controls Systems (Carson City, Nvj. Engineered and managed wireless based SCADA systems throughout Northern NV. Worked in a team environment to complete assigned projects. Systems included PLCs, Radio Telemetry and PC based front-end programs. Ladder Logic and C programming. Introduced new hardware that reduced cost of services by 20 percent allowing a lower cost unit to be developed and sold. 'snaainas punugns puu uouaadsuT Isapxamp papnpur s2pnp IeuoTxTppy •ssanouuoa alq= m aoxd x!S rjlonuoo sannau pus ssanoxiuoa :)'IS ,(2ffMS uallV 12Plo u23A►22q uommm munuo) algsua of 22pug x!3wHoxxuo:) Aalprxg u2UV s uousllrasu[ papnput sagnp -utpO suoRsagcaads Isatwap 91 uoTstnTp pus `slrs;ap uouT,llu�sTn `salnpagas astuxg $ugq$TI `salnpagas lausd xamod pus lausd l?utg9q `salnpagas ilnpuoa `suuld samod IrapPala `saucy auo leaF=p `sQIVd papnlauT sxuaumaop uSTsoa •ssaaoxd $mstxa of luauxaausqua ss Ilam ss xuauuimba mau apnpur of apsgdn osis sm uxaxsAS V(IVZ)S •uousxllrgsclax s�slsompsaq pns $Tndumd paa3 xaalq ss naa► ss uxmIsAS uogaaPMU An OZ)gQgM mau s popnpuT uocsusdxg mommdxa mold jog s$uunsxp lomuoa pus ima mala padoianaQ volsuedx3 luel+d lu mead .mmmaimem slafmv!$ JWO •s=W.7 Im!tugns pus uouaadsuT popaala papnpuc sopnp TsuouTppy •suopz:)g dads Isacsaaala gl uocstncp pus `slcnap uousgsxsuT `salnpagas axnaxg _tupg9q `salnpagas pusd xamod pus hued $un4SR `salnpagas xTnpuoa `susld xamod luapamp `sauq-auo Is3w32p `sQI'Sd papnlauc sxuauxnaop ug!so(l 'urauAs Amaudoxd panpxno uu paazldax 3rgx papnpm osis suns opmSdn uxaxsAs lonuoa axalduxoa V •sagasp AJspuoaas pus aaaasAs uoTiaaPUSTU nn ut.(osJ mau s papnpuT laatoia •u2pap tuois" VCPiDS Pus IsaTxtaala xoJ algisuodsa2l 'uasuecix3 Tueld xuauQBaal iolmmseM uxngny jp 43 a3uspedx31240M -=;)!cad 3uacla jog saxodax andaxd pus uoaaadstu IsaTaxaala ap!Aca l c s% d u,T, xrYa z ^a?. f4 s?� nivv' —__d t^;1 fPa4? ')r7[lS 4m 35�T f D dal 'atFuwap yuolu 3T:v.:+aue.� ..j 3."i'� —#%J/ 4 V C .t. "D-�--.•��____ -t--- �..i •sxaaioxd Yusld 3uaunraxa xo} stuaasds loxxuoa xoxouz pus ssaaoxd jo $uns;n ppg/Axomj apTnoacI •saaatoxd aoltd pus V(lyaS snouvn xog auacudmba pus spusd losxuoa IImsuT pus xanlasua) `u2pa °sutaasAs F:)MaaTa Pur. d(I'dz)S xalduroa ,lo tl%Sap xo3 sxoxsxado Judd tp!& Alasola !?utslsom pus V3sP PTag 5ult3all03 so,`t algtsuodsall 'uogexS $utdum,,I xaxsANmsU `3acs3sTCl saxt%A\ucauOM puc uoisusdxa dIAX& srauy }o 14r) `uoTsuxdxa &IAXM uxngnd ss Bans saaatoxd jog su2!sap VCCV:)S/Isacwop ;ardor l •ants.WuVar.A jo siaatoxd aTsap VaV:)3/Isacxa3ala pus puuos3ad plag a8susyg :guulaollo} atlx apnpuc sat;cngtsuodsax s�r,.W `xapsaZ dnoxO VcwDS/leacxaaalg us sy Amu) PLn , uoar2pi opmoQ Tg so; amzgaaw utalsAs pus uscaTx op `uscaam:m V(MS ss panxas :arlq `•Yli•g'g :L v os soul •x9f8uuux plag s se $ucxaauloug Isapaalg :kj-g',I, V IF?TL sxsaA 2AU $urnnolloJ 900Z uc :)IQO'FO:)g Paurot NrJq •suxoasAs mau 30 9UUSax pus dnusxs 3UUnp ss033sslu03 1p!& Sbglom uT paauauadxa si pus suaaisAs yQy:)S snorxun jo aausum=umm pus uopsnt xsuT so3 algisuodsax uaaq ssq:nvn •Axasnpui xatsmaisem pus salsm;)xp of agcaads suxaxsAs papaaala Pur dQd'JS3o ug!sap xalduxoa 2utpnpw $urxaaucqua Asap uxaxsk IsaT:uaala uT aauacsadxa 3o sxsaA g I sago sstl usyq JIIDpadS JD�ZIJ.Pal3 JO WS 6UIAOS new S1N'v'.L1t1ZNo� SLd�8N14N3 a 10 MattBorinS;............_........................................................................ Page 2 City of Colfax Collection Sys tem Improvements. Managed electrical design for the modification of four sewage lift stations. Including: Process and Instrumentation Drawings (P&ID's), Power and control drawings and site electricalplans. System was connected to a Cellular telephone, Web based monitoring and alarm system. Konicti Water District Raw Water Pump Station. Responsible for the design of the Districts Raw Water pump station electrical system replaceme nt. Provided Power and Control drawings as well as division 16 electrical specifications for 600 Horse Power pump station Flying J Nitrate Rem opal System. Designed power and controls for variable speed well pumping system. Project also included process controls for blending of raw warer with treated water from a vendor supplied Nitrate removal system. Design documents included P&IDs, electrical one -lines, electrical power plans, conduit schedules, lictingpanel and power panel schedules, lighting fixture schedules, installation details, and ftisim 16 electrical specifications. Additional duties included electrical inspection and submittal reviews;. Jamestown Sanitary District Dewatering Equipment Addition. Design and construction assistants for the installation of solids handWng equipment. Cade Creek Casino Storm Drainage Pump Station. Designed power and control for storm drain pumping station. System was integrated into and existing SCADA network for remote control and monitoring. City of Woodland Chemical Facility Improvements, Responsible for power and control design and division 16 electrical specification for new chemical feed system. Project included four coagulantpumps as well as a polymer blending system for pre filtration chemical afflit:icn. Additional duties included electrical inspection and submittal reviews. Northstar SCADA System upgrade. Responsible for constructing, installing and testing ceseveral Remote Telemetry Units (BTU's) forwater and wastewater facilities. Project included a complete replacement of a proprietary SCADA system including approximitly ten sw i=. City of steno Pump Controls. Design, construct, install and test control panel for scum Drainage pump station. Micke Grove Pressure Monitoring System. Designed and built fourpressure monitoring panels for installation around the park. Panels included a pressure transmitter and circular chart recorder with an alarm beacon to alert operators cf low pressure conditions. rt City of Woodland RAS Pump StatdcnElectrical/SCADA Improvements A T.E.E.M. Elearlcol Engineering - Technician/Fle/d Manager cr Responsible for gathering field data for design cf complex SCADA and electrical systems specific to the water and waste water industry. 13 Prepare drafting ready electrical/SCADA designs for water and waste water projects. c; Provide factory/ field testing of process and motor control systems. 0 Complete constructabibty and peer reviews far water and wastewater projects. o Provide electrical inspection and prepare reports for client projects. o Assist client technical staff nth complex troubleshooting issues/provide technical reports outlining findings and providing sound sdbAirn for process control problems. ' L 0 G IC. 111.11-..'_-1.111-1 IV ECO*LOGIC ENGINEERS • CONSULT^NTS Jeremy J. ,, Education Jeremy has 12years of electrical engineering experience specializingin process controls/ indusmal automation, SCADA systems, electrical B.S., Electrical Engineering power engineering, and project management Jeremy's industrial sector University of New Orleans, experience includes water and wastewater treatment plants, pipelines, Louisiana pump stations cogeneration, electric power ga cation, food processing, oil and gas processing, petrochemical, and refining. Expertise areas Registration include: Electrical Engineer, No. 17557, Electrical Design Engineering California Electrical power distribution design and analysis YSACertifiedAutomation ci Electrical system modeling Professional, No. 40116 n Single-linediagrams WonderwareV ArchestrATm o Motor controls, wiring schedules, load calculations, electrical Cerdfied Developer specifications WonderwareO Certified Systems cN Economic evaluations, feasibility studies, technical Integrator me morandmns,subcnittal reviews o Pre -design and design reports r3 Cost estimates and bid document preparation Process Controls ! Industrial Automation o Hardware, software, and insmumentadon specivcadons c3 Piping and instrumentationdiagt=s (P&IDs) L1 PLC programming (experienced with a wide variety of PLCs) er Control panel design o Communication networks design c7 Control strategies and system doa mlentation o System startup & commissioning SCADA Systems ct Process monitoring and control interface screens (multiple SCADA systempackages) o Database development, data collection, reporting, trwrUng et Alainn philosophies, alarm systems, auto -dialer configuration Project Management Project Management CT Project definition, project scoping and estimates o Resource planning C3 Project lifecycle tracking ® Project reporting and analysis Jeremy .1 Pollet, P.E., CAS' ................... ...e ....... Page 2 Cult of Davis, CA - SCADA Pilot Project. Designed, integrated, and installed a new Ethernet -ba sed SCADA system for the C ity's public mads department. The system consisted of Motorola Canopy Ethernet Radios and Allen Bradley MicroLogix PLCs. This project also included video surveillance over the Ethernet radio system. The City's elevated water storage tank, water wells, storm drain statiais, and sewage lift stbazswere included in this project. Nevada County Sanitation Districti-ake Wildwood WWTP - Complete Plant Automation. Supervisory Control of the entire wastewater plant utilizing Wonderware's Industrial Application Server ([AS) Platform {version2.1, patch 2), SCADA system architecture consisted a three servers running Microsoft® Windows Server 2003 (two IAS terminal servers - one primary and one &hover, and one InSQL Historian). Workstations throughout the plant used MicrosoftO Remote Desktop Connections to run InTouch for 7%sHl Services 9.5 sessions fmm the g>�y. IAS server. Allen Bradley ControlLogix Programmable Automation Controllers were polled with Wonderwar& D A Server. SCADAlarm version 6.0 patch 1 was used for alarm annunciation to the aKaU operator's cell phone or pager. City of Woodland Water Pollution Control Facility - SCADA Systems Integration. SCADA system development with Intellution (GE/Proflcy) iFIX to accommodate the plant expansion. SCADA system architecture consisted of a primary and backup SCADA node (each running T,. iavSoirV WliLaVW J AE J, oneVel: i server (raiisg Microsof(& Windows Server 2403) and one nstorian computer (running MicrosoftO Windows 2000 Professional). Wadcstations throughout the plant used terminal services sessions toview the plant data. SCADAhum version 5.0 was used for alarm annunciation to the on-call operator's cell phone or pager. EI Dorado Irrigation District - Electrical Power and Controls Design Licensed Electrical Engineer in responsible charge for the electrical power and antmis design for a very large scale Waste Water 7bobw-r- Plant expansion. Design documents included P&IDs, electrical one - lines, electrical power plans, conduit schedules, lightingpanel and power panel schedules, 1kfibiq fixture schedules, installation details, and division 16 electrical specifications. City of Merced - Electrical Power and Controls Design. Licensed Electrical Engineer in responsible charge for the electrical power and controls design for a very large scale Waste Water TreatmentPlant expansion. Design documents included P&,IDs, electrical one -lines, electrical power plans, conduit: schedules, ] i#irgpanel and power panel schedules, lighting fixture schedules, installation details, and division 16 electrical specifications. In addition to multiple individual design responsibilities, this project involved direct management and supervisioncf a team of design engineers and technical assistants. ECO:[_G"i C Exhibit G AGREEMENT FOR CONSULTING SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HDR, INC. (hereinafter "CONSULTANT). Section 1.2 Purpose CITY selected the CONSULTANT to provide the conceptual design services required in accordance with attached scope of services, Exhibit A. CITY wishes to enter into an agreement with CONSULTANT for SURFACE WATER TREATMENT FACILITY AND TRANSMISSION PROJECT — FINAL DESIGN SERVICES project (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONSULTANT, for the benefit and at the direction of CITY, shall perform the scope of services as set forth in Exhibit A, attached and incorporated by this reference. Section 2.2 Time For Commencement and Completion of Work CONSULTANT shall commence work within ten (10) days of executing this Agreement, and complete work under this Agreement based on the schedule included in Exhibit A. CONSULTANT shall not be responsible for delays caused by the failure of CITY staff or agents to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONSULTANT's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONSULTANT shall remain in contact with reviewing agencies and make all efforts to review and return all com ments. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT—HDR-2009.doc Section 2.3 Meetings CONSULTANT shall attend meetings as indicated in the Scope of Services, Exhibit A. Section 2.4 Staffing CONSULTANT acknowledges that CITY has relied on CONSULTANT's capabilities and on the qualifications of CONSULTANT's principals and staff as identified in its proposal to CITY. The scope of services shall be performed by CONSULTANT, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel in CITY's sole discretion and shall be notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any change. CONSULTANT represents that it is prepared to and can perform all services within the scope of services specified in Exhibit A. CONSULTANT represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONSULTANTto practice its profession, and that CONSULTANT shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals. Section 2.5 Subcontracts CITY acknowledges that CONSULTANT may subcontract certain portions of the scope of services to subconsultants as specified and identified in Exhibit A. Should any subconsultants be replaced or added after CITY's approval, CITY shall be notified within ten (10) days and said subconsultants shall be subject to CITY's approval prior to initiating any work on the Project. CONSULTANT shall remain fully responsible for the complete and full performance of said services and shall pay all such subconsultants. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT—HDR-2009.doc 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONSULTANT's compensation for all work under this Agreement shall conform to and shall not exceed the provisions of Fee Proposal, attached as a portion of Exhibit A. CONSULTANT shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. n 3.2 Method f Payment CONSULTANT shall submit invoices for completed work on a monthly basis, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the scope of services said work is attributable. Section 3.3 Costs The fees shown on Exhibit A include all reimbursable costs required for the performance of the individual work tasks by CONSULTANT and/or subconsultant and references to reimbursable costs located on any fee schedules shall not apply. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved by CITY. CONSULTANT charge rates are attached and incorporated with Exhibit A. The charge rates for CONSULTANT shall remain in effect and unchanged for the duration of the Project unless approved by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONSULTANT to CITY for services under this Agreement. Upon request, CONSULTANT agrees to furnish CITY, or a designated representative, with necessary information and assistance. CONSULTANT agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONSULTANT agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT HDR 2009,doc 3 this requirement. CONSULTANT further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONSULTANT shall not discriminate in the employment of its employees or in the engagement of any subconsultants on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 Responsibility for Damage CONSULTANT shall indemnify and save harmless the City of Lodi, the City Council, elected and appointed Boards, Commissions, all officers and employees or agent from any suits, claims or actions brought by any person or persons for or on account of any injuries or damages sustained or arising from the services performed in this Agreement but only to the extent caused by the negligent acts, errors or omissions of the consultant and except those injuries or damages arising out of the active negligence of the City of Lodi or its agents, officers or agents. Section 4.3 No Persona! Liability Neither the City Council, the City Engineer, nor any other officer or authorized assistant or agent or employee shall be personally responsible for any liability arising under this Agreement. Section 4.4 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work prior to final acceptance, except as expressly provided herein. Section 4.5 Insurance Requirements for CONSULTANT CONSULTANT shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect CONSULTANT and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from CONSULTANT'S operations under this Agreement, whether such operations be by CONSULTANT or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT—HDR-2009.doc 4 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Bodily Injury - Ea. Occurrence/Aggregate $1,000,000 Property Damage - Ea. Occurrence/Aggregate or $1,000,000 Combined Single Limits 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence or $1,000,000 Combined Single Limits NOTE: CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage. A i +. f Y. t., ,r nnn Mi h tha fn1inminn nnrin onfc chap %1P A copy of the certificate Oi ii i0uc a1 ivc:. vvitr l w N, iv��vvv�� �y tsl iuors m..;.,,L. , furnished to CITY: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents and Employees as additional named insureds insofar as work performed by the insured under written Agreement with CITY. (This endorsement shall be on a form furnished to CITY and shall be included with CONSULTANT'S policies.) (b) Primary Insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT—HDR-2009.doc 5 (c) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (d) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled by the company without 30 days' prior written notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA 95241. (e) CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period shorter than that found in the Tort Claims Act shall be unacceptable. Section 4.6 Worker's Compensation Insurance CONSULTANT shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of CONSULTANT'S employees employed at the site of the project and, if any work is sublet, CONSULTANT shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONSULTANT. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, CONSULTANT shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006, Lodi, CA, 95241. Section 4.7 Attorney's Fees In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the court. K:\WP\PROJECTS\WATER\SurfaceWaterPlantWGREEMENT—HDR-2009.doc 6 Section 4.8 Successors and Assigns CITY and CONSULTANT each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONSULTANT shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.9 Notices Any notice required to be given by the terms of this Agreement shall be deemed to have been given when the same is personally served or sent by certified mail or express or overnight delivery, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi F. Wally Sandelin, Public Works Director 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 To CONSULTANT: HDR Engineering, Inc. Timothy R. Fleming, Senior Vice President 2365 Iron Point Road, Suite 300 Folsom, CA 95630 Section 4.10 Cooperation of CITY CITY shall cooperate fully in a timely manner in providing relevant information that it has at its disposal. Section 4.1 1 CONSULTANT is Not an Employee of CITY It is understood that CONSULTANT is not acting hereunder in any manner as an employee of CITY, but solely under this Agreement as an independent contractor. Section 4.12 Termination CITY may terminate this Agreement by giving CONSULTANT at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONSULTANT shall be entitled to payment as set forth in the attached Exhibit A to the extent that the work has been performed. Upon termination, CONSULTANT shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from K:\WP\PROJECTS\WATER\SurfaceWaterPlent\AGREEMENT—HDR-2009.doc 7 services not completed or for contracts entered into by CONSULTANT with third parties in reliance upon this Agreement. Section 4.13 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.14 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent. tion 4.15 Intectratioi and i This Agreement represents the entire integrated Agreement between CONSULTANT and CITY; supersedes all prior negotiations, representations, or Agreements, whether written or oral, between the parties; and may be amended only be written instrument signed by CONSULTANT and CITY. Section 4.16 Applicable Law and Venue This Agreement shall be governed by the laws of the State of California. Venue for any court proceeding brought under this Agreement will be with the San Joaquin County Superior Court. Section 4.17 Contract:Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer tapes or cards, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared for this project, shall be deemed the property of CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such documents during regular business hours. Upon termination or completion, all information collected, work product and documents shall be delivered by CONSULTANT to CITY within ten (10) days. K:\WP\PROJECTS\WATER\SurfaceWaterPlantWGREEMENT_HDR_2009.doc 8 CITY agrees to indemnify, defend and hold CONSULTANT harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were prepared. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Agreement as of the date first above written. ATTEST: By RANDIJOHL CITY CLERK APPROVED AS TO FORM: Dated: By CITY OF LODI, a municipal corporation In BLAIR KING CITY MANAGER HDR, Inc. By: D. STEPHEN SCHWABAUER CITY ATTORNEY Its: K:\WP\PROJECTS\WATER\SurfaceWaterPlant\AGREEMENT—HDR-2009.doc 9 Exhibit A EXHIBIT A SCOPE OF WORK City of Lodi Surface Water Treatment Facility and Transmission Project - Final Design Services TASK 1 — PROJECT MANAGEMENT AND QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) Subtask 11 - Project Management This task includes the management activities required to ensure the project is completed on time and within budget, and addresses the City's goals. A project management work plan will be developed to serve as a communication tool for the City, HDR staff, and subconsultants. HDR will prepare invoices and decision log updates on a monthly basis. Other activities include coordinating with the subconsultants, scheduling staff, and coordinating the quality assurance effort. Deliverables: Project management workplan, monthly invoices, and decision log updates. Subtask 12 - QA/QC Program HDR will institute and maintain a QA/QC program for the work performed on this project. To ensure objectivity, senior technical staff not specifically involved in the project will assist with the internal QA/QC upon completion of all deliverables before they are submitted. In addition, HDR will conduct an in-house constructability/value engineering review by senior construction management and engineering staff as part of the 90 percent quality control to ensue that that the bid documents are biddable and do not contain unnecessarily expensive or difficult to construct items. Deliverables: To be incorporated into the design documents. TASK 2 -WATERSHED SANITARY SURVEY HDR will prepare a watershed sanitary survey of the Lower Mokelumne River watershed for the proposed surface water treatment facility. The watershed sanitary survey will take advantage of the work already completed in TM 3 - Watershed Assessment as part of the Conceptual Design and Feasibility Evaluation report. We understand that the City of Stockton may participate in this study because of their plans to utilize water purchased from Woodbridge Irrigation District. (WID). 09296 11/6/09 A-1 The California Code of Regulations, Title 22, Chapter 17, establishes the Surface Water Treatment Rule (S WTR), which requires that all surface water suppliers conduct a watershed sanitary survey of their watershed(s) at least once every five years. The main objective of this watershed sanitary survey is to assess the microbial contaminant loads and other potential contaminants at the raw water diversion from the Mokelumne River. The degree of treatment required at the point of diversion will be confirmed in terms of log removals of Giardia cysts, Cryptosporidium oocysts, and viruses. Methods to comply with Section 64665 Watershed Requirements of the SWTR will be recommended. In addition, current watershed management practices will be reviewed and additional management practices will be identified that are economically feasible and within the City's legal authority. Subtasks include the following: Subtask 2.1 - Background Data Review Readily available information will be collected for the Mokelumne River watershed upstream of the WID canal intake to Camanche Reservoir. This background information may include precipitation records, water quality data, land ownership and use, land use planning, existing agreements regarding watershed use, and the location of sources of contamination. We will document the sanitary survey information for the upper Mokelumne River watershed prepared by others. Subtask 2.2 -Watershed and Water Supply System Descriptions of the watershed, treatment plant intake, treatment plant facilities, and ability to treat the available water quality will be included. Watershed descriptions shall contain information regarding the area, topography, climate, soii composition, significant geologic features, hydrology, and vegetation. Subtask 2.3 - Identification of Potential Contaminant Sources Natural and man-made activities on the watershed that might influence water quality at present or in the future will be identified. At least two days will be spent in the filed observing the watershed and documenting observed contamination sources. Naturally occurring activities may include erosion, animal populations, and wildfires. Man-made activities to be reviewed include wastewater collection systems, septic tanks, grazing animals, recreational activities (i.e., dirt biking, fishing, swimming, hiking, and camping), agricultural drainage, and other activities identified during the study. Subtask 2.4 -Water Quality Summary and Review Existing monitoring records for inorganic, organic, and microbiological parameters (including total and fecal coliform, turbidity, and, if available, Giardia, Cryptosporidium, coliform, and viruses) will be summarized and reviewed. Water quality data will be plotted to identify trends where they exist. The correlation between microbial loading and turbidity will also be evaluated. 09296 11/6/09 A-2 Subtask 2.5 - Initial Checklist Preparation The American Water Works Association (AWWA) Guidance Manual initial checklist will be prepared based upon the preliminary findings of the above tasks. The draft checklist will be reviewed by both City and California Department of Public Health (CDPH) staffs at a joint meeting. The results of this meeting will direct the watershed management control program. Subtask 2.6 - Watershed Management Control Program Definition HDR will review the current management practices in the watershed with respect to land use, erosion control, inspection and surveillance, emergency response, and public education. From the above tasks, recommendations for a control plan to mitigate the impact of different activities on the watershed will be made. Subtask 2.7 - Report Preparation HDR will prepare and submit a draft watershed sanitary survey report (five copies) for City and CDPH staff review. The report will analyze existing conditions within the watershed, expected development, methods by which the watershed is managed, and confirm degrees of treatment required. Following review of the draft report, a meeting will be conducted between City and CDPH staffs to receive all comments. These comments will be incorporated into the final watershed sanitary survey. Ten copies of the final report will be provided. Deliverables: Five copies of the draft watershed sanitary survey reportfor review by City and CDPH sta, J, meeting agenda and minutes, and 10 copies of the final watershed sanitarysurvey report. TASK 3 — DESIGN COMPLETION A preliminary listing of drawings is included as Attachment A 1. A preliminary listing of specifications is included as Attachment A-2 Subtask 3.1 - 60 Percent Design Workshop Our team will move forward with design after incorporation of the comments from the 30 percent submittal. At the 60 percent design stage, we will meet with the City to review progress and solicit feedback. Our team will bring working copies of the drawings and specifications to review with City staff. Drawings will include civil, structural, architectural, process, mechanical, electrical, and instrumentation. Technical specifications will include major equipment items and the City's boiler -plate front-end documents with supplementary Division 1 specification sections from HDR's master specification system. Deliverables: Workshopagenda, minutes, and decision log. 09296 11/6/09 A-3 Subtask 3.2 - 90 Percent Design HDR's team will incorporate the comments from the 60 percent design workshops to prepare the 90 percent design. The 90 percent design submittal will include complete drawings, including civil, structural, architectural, process, mechanical, electrical, and instrumentation drawings. Complete technical specifications will also be provided, and will include the City's boilerplate front-end documents with supplementary Division 1 specification sections from HDR's master specification system. The engineer's opinion of probable construction cost will include a 15 percent contingency. Deliverables: Five copies of the half-size (11" x 17') drawings, technical specifications, and cost estimate to the Cityfor review and comment, Subtask 3.3 — 90 Percent Design Workshop A one -day workshop will be conducted after the City reviews the 90 percent design submittal. This workshop will be used to finalize the design comments. A log of review comments will be maintained to ensure all design comments are incorporated. Deliverables: Meeting agenda and minutes, action items, and review comments log, Subtask 3.4 - Final Design (Bid Set) HDR's team will incorporate final comments from the 90 percent design submittal, and will prepare a bid set to include final drawings and technical specifications, along with a final engineer's opinion of cost. HDR will submit the final documents to either the City or their designated reproduction house. Our budget assumes the City will advertise the project and reproduce the documents for distribution to prospective contractors. Deliverables: Full-size (22"x 34') drawings, half-size drawings, technicalspecifications, cost estimate (one reproducible copy each). TASK 4 - BIDDING AND CONTRACTOR SELECTION ASSISTANCE Subtask 4.1 - Prebid Meeting HDR will coordinate and conduct a prebid meeting and prepare and distribute prebid meeting minutes. This task assumes the City will host the meeting location and provide staff as need to convey the City's construction bidding requirements and policies. Deliverables: Prebid meeting minutes. Subtask 4.2 - Bidding Services HDR will provide assistance during the bidding period, which includes responding to written and faxed questions by the bidders, issuing addenda to the contract documents for distribution to plan 09296 11/6/09 A-4 and specification holders, assisting the City with evaluating and reviewing the bids for conformation with the contract documents, and providing input in the awarding of the contract. This task assumes that the City will receive and forward questions from bidders and will prepare, negotiate, and execute the construction agreement with the selected bidder. Deliverables: Up to three addenda to the bid set d contract documents, bid tabulation sheet, written clarification d contractor questions, and recommendationfor award letter. Subtask 4.3 - Conformed Construction Set HR will incorporate the addenda into the bid set and provide a "conformed" set of construction documents (drawings and specifications) for reproduction and issuance by the City. Deliverables: Five half-size andfivefull-size copies d the construction documents,plus PDF files on CD. TASK 5 - ENGINEERING SERVICES DURING CONSTRUCTION (OPTIONAL) Subtask 5.1 - Preconstruction Meeting HDR will participate in the preconstruction meeting and provide information regarding the engineering role, shop drawing review procedures, communication protocol, and other pertinent information. Deliverables: Meeting agenda and minutes. Subtask 5.2 - Submittals HDR will review the contractor's submittals, including shop drawings and equipment operations and maintenance (O&M) manuals, for conformance with the contract documents. Deliverables: Up to 200 submittals and 20 re -submittals. Subtask 5.3 — Site Visits Alternative 1- Monthly Construction Meetines: HDR will visit the construction sites a minimum of once a month concurrent with a construction meeting to assist the City with reviewing the acceptability of the work and resolving field problems. This task includes additional visits by various engineering disciplines (i.e., electrical, structural, etc) at critical stages of work. The budget for this task is based on 24 visits within the 18 -month construction period. Alternative 2 - Weekly Construction Meetines: HDR will attend all regular weekly construction meetings during the 18 -month construction period and include additional site visits as needed by various engineering disciplines at critical stages of construction. 09296 11/6/09 A-5 Deliverables: Field reports. Subtask 5.4 - Contract Clarifications HDR will provide written interpretations of the contract documents in response to requests for information submitted by the contractor. Deliverables: Up to 200 requestsfor information (RFIs). Subtask 5.5 - Contract Change Orders and Potential Changes HDR will review contract change orders and potential changes prepared by the City, and review and make recommendations on contractor's price proposals. Independent estimates will be prepared, as required. Deliverables: Up to 10potential changes and five change orders. Subtask 5.6 - Startup and Testing, and Project Closeout HDR will oversee facility startup and testing, and help address operational and performance problems identified during startup. HDR and the City will jointly conduct a final inspection prior to startup, and HDR will prepare the final punch list for City review and approval prior to submission to the contractor for completion. The City will process the project close-out documentation, including any release of retentions and bonds, and the Notice of Completion. This task assumes two site visits by each engineering discipiine (i.e., mechanicai, eiectricai, etc.), 10 total, for developing and confirming punch list items, and 80 hours for startup and testing. Deliverables: One copy of afinal inspectionpunch list and one copy of afinal startup testing and acceptance report. Subtask 5.7 - Record Drawings HDR will translate as -built mark-ups from the contractor's set to the electronic set of drawings. This task relies on the premise that adequate "as -built" records are maintained by the contractor per the contract terms and conditions. Deliverables: Full-size drawings, half size drawings (one reproducible set of each), and CD containing electronic f les in PDFformat. TASK 6 - O&M MANUAL (OPTIONAL) A facility O&M manual can be prepared that covers the operation of the treatment plant. The O&M manual will be a complete document with process schematics and P&IDs. It will cover operation of each of the plant's components, programming and normal facility setpoints, equipment specifications, and general troubleshooting procedures. The O&M manual will be submitted to the City for review and approval prior to preparing the final copies for binding. 09296 11/6/09 A-6 Deliverables: PDF copy cf the draft O&M manual for City review and three copies of the final O&M manual in three-ring binders, plus a CD with both PDF and MSWord versions. TASK 7 - CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES (OPTIONAL) Subtask 7.1 - Preconstruction Activities 7.1.1- Documentation Management Svstem Setup HDR will set up the file system for the project, which includes files, software, and administrative procedures. The filing system will be designed to provide an efficient archival of documents during and after construction. HDR will also implement the document management system, which will involve organizing, tracking, filing, storing, retrieving, and managing paper and electronic correspondence, including letters, RFIs, field memoranda and clarifications, submittals, contracts, reports, progress payments, change orders, monthly cash flow projections, and other relevant documentation. HDR's Project Tracker software will be used to track RFls, change orders, submittals, design clarifications, field orders, and other miscellaneous correspondence. This task is important for the management of any project during construction, as well as for providing usable documentation for claims defense, record drawings, and future design efforts. 7.1.2 - Preconstruction Conference HDR will conduct a preconstruction conference with the City and contractor immediately after issuance of the notice to proceed. Specifically, the conference will cover the project administration procedures, schedule requirements, and other project specific issues. All parties attending the conferences will receive a copy of the meeting minutes. Deliverables: A meeting agenda will be issued prior to the conference. Meeting minutes for the conference will be compiled. Subtask 7.2 - Construction Contract Administration 7.2,1 - Document Existing Site Conditions and P roiect It ogress Daily inspection logs and records will be prepared and archived in the file system. Photo documentation will be utilized throughout the construction sequence to provide a visual database of existing site conditions, project progress, and areas of concern or interest. All photographs will be digital, compiled on CDs, and indexed by date. Deliverables: A copy of the photographs will be provided to the City at the end of construction. 09296 11/6/09 A-7 7.2.2 - RFIs RFIs received from the contractor will be logged and tracked to assure prompt and complete responses. 7.2.3 - Submittals Submittals will be tracked by number, CSI specification section, date received, action taken, and date returned to the contractor. HDR will track each submittal "age" to assure timely processing of submittals. 7.2.4 - Schedule: 7.2.4.1 - Initial Schedule Review: The contractor's initial schedule will be reviewed for completeness and appropriateness in regard to the specified milestone dates, end date, and practicality. 7.2.4.2 - Schedule Monitoring: HDR will review the contractor's monthly schedule. The City will be notified of deviations from the schedule. 7.2.5 - Weekly Progress Meetings Weekly progress meetings are necessary to maintain continuing and effective dialogue between team members, and to keep the project on track. Progress meetings will be held on-site to discuss the general project schedule; two-week look ahead schedule; current, past, and potential issues; permit and mitigation and monitoring plan issues; and outstanding items such as RFIs and submittals. HDR will conduct the progress meetings and issue meeting minutes. Deliverables: Meeting minutes. 7.2.6 - Monthly Status Reports HDR will prepare and submit to the City monthly reports highlighting project progress, change orders, budget (including City budget), and schedule status. This task assumes 18 monthly status reports. Deliverables: Monthly status reports. 7.2.7 - Issues Management Issues management relates to the solution of unanticipated problems that arise during construction. A coordinated issues management approach minimizes delays in the field and provides a vehicle for cost effective resolutions. 09296 11/6/09 A-8 7.2.7.1 - Unforeseen Conditions or Situations: HDR field personnel will work with the contractor to resolve issues resulting from unforeseen site conditions. 7.2.7.2 - Conflict Resolution: HDR, in conjunction with the contractor, will analyze the problem and seek to solve the problem in the field. HDR will seek appropriate advice from City staff if any redesign is required. 7.2.7.3 - Field Memoranda and Clarifications: "No cost" solutions to field issues will be documented by issuing a field memorandum or clarification. Solutions with an associated cost will be handled as a potential change order and negotiated with the contractor. The City will receive copies of field memoranda and clarifications. Deliverables: Copies of field memoranda and clarifications. 7.2.8 - Contract Changes HDR will implement a change order review process that will include the following: 7.2.8.1 - Schedule Imaact Review: The impact on the schedule of the proposed change will be evaluated and reviewed. Any time extensions requested in the change will be evaluated for merit. 7.2.8.2 - Discrepancy Negotiation: HDR will negotiate with the contractor in the event that HDR's cost estimate or schedule impacts review does not agree with the contractor's request. These negotiations will be conducted to produce an acceptable change request that can be presented to the City for consideration. 7.2.8.3 - Disposition Recommendations: HDR will prepare a disposition recommendation for each potential contract change, which will provide a narrative justification for either the recommendation of execution of a change or the denial of the change. HDR will provide assistance to the City staff in regard to the preparation ofjustifications for changes that are deemed necessary. 7.2.8.4 - Cumulative Impacts: HDR will track the cumulative impact of change orders on the project cost and schedule, This information will be summarized in the monthly reports. 7.2.9 - Progress Pavment Applications HDR will determine the amount owed to the contractor based on HDR's observations at the site and the data comprising the application for payment, and will recommend in writing the payments to the contractor in such amounts. Such recommendations of payment will constitute representation to the City that the work has progressed to the point indicated, and that, to the best of HDR's knowledge, information, and belief, the quality of work is in accordance with the contract documents. The foregoing representations are subject to an evaluation of the work for conformance with the contract documents upon substantial completion, to results of subsequent tests and inspections by others, to minor deviations from the contract documents correctable prior to completion, and to specific qualifications expressed by HDR. The issuance of a 09296 11/6/09 A-9 recommendation will further constitute a representation that the contractor is entitled to payment in the amount recommended. HDR will process pay requests in the following manner. 7.2.9.1 - Payment Request Review: The contractor's progress payment applications will be reviewed for compliance with the project specifications in terms of format and content. Retention amounts and numerical addition will be verified. 7.2.9.2 - Quantity Verification: Each pay item in the payment application will be verified with the contractor and through field inspection. 7.2.9.3 - Payment Application Documentation: HDR will prepare payment documentation for execution by the City to support the contractor's application. Deliverubles: Up to 18pay applications. 7.2.10 - Claims Mitigation (Optional) If this optional task is needed, HDR will assist the City in claims analysis and resolution strategy development if so requested. Subtask 7.3 - Construction Monitoring 7.3.1— On -Site Personnel The budget for this subtask assumes that the resident engineer/inspector will be on-site, full-time for approximately 18 months. The resident engineer will observe construction activities, and will be responsible for coordinating construction documents and RFIs, and scheduling inspections and testing. Deliverables: Daily inspection reports. 7.3.2 - Electrical Inspection The budget for this subtask assumes an electrical inspector will be on site part-time (80 hours per month) while the electrical subcontractor performs their work. Deliverubles: Daily inspection reports. 7.3.3 - Permit Compliance HDR will monitor the contractor's compliance with all relevant permits. The City and contractor will be immediately notified of any identified permit infractions. 09296 11/6/09 A-10 7.3.4 - Testing HDR's geotechnical subconsultant will provide testing to determine soil compaction. Requests for testing and scheduling will be coordinated with the contractor. Test results will be documented in progress reports. HDR will work with the City on the selection of the geotechnical testing consultant. The estimate is based on the value of construction. Subtask 7.4 - Contract Closeout Activities 7.4.1- Notice of Substantial Completion HDR will compile and execute the notice of substantial completion for the project. The notice will be provided to the City and the contractor. Deliverables: Notice of substantial completion. 7.4.2 — Walk-Throueh/Punch List When the construction of the project is substantially complete, HDR will perform a project walk- through with the City to compile a punch list. The punch list will be provided to the contractor, and items tracked to resolution. Deliverables: Punch list. 7.4.3 -Administrative Requirements Verification HDR will verify that the required certificates of compliance, warranty certificates, final record drawing information, training, and other administrative items required by the contract documents have been executed and delivered by the contractor. 7.4.4 - Final Punch List Walk -Through HDR will perform one final walk-through to verify that all punch list items have been completed to the City's satisfaction. The completion of each punch list item will be verified and the completion date noted. Deliverables: Finalpunch list, 7.4.5 - Contract Retention HDR will review the contractor's final payment application for retention, and will make a recommendation to City staff for payment of retention. 09296 11/6/09 A-1 1 7.4.6 - Final Payment The contractor's final progress payment application will be reviewed for conformance and completeness. Final payment quantities will be verified. HDR will review the status of all stop notices, mechanics liens, and other claims against the project prior to reviewing the contractor's final payment request. 7.4.7 - Notice of Completion Upon verification of completion of all punch list items, HDR will assist the City with executing and filing the notice of completion for the project. The notice of completion will verify that the contractor has fulfilled the contract requirements and that all work is complete. Deliverables: Notice of completion. 09296 11/6/09 A- 12 ATTACHMENT A-1 PRELIMINARY LISTING OF DRAWINGS General- G I 1 I G1 Cover Sheet 2 G2 Symbols and Abbreviations I 3 I G3 Symbols and Abbreviations II 4 G4 General Notes I 5 I G5 General Notes II 6 G6 Water Treatment Plant Process Flow Schematic and Design Criteria 7 G7 Water Treatment Plant Process Flow Schematic and Design Criteria I I 8 G8 Hydraulic Profile Civil - C 9 C1 Key Plan 10 C2 Raw Water Pump Station Grading and Paving Plan 11 12 63 C4 Raw Water Pump Station Piping Plan `Water Treatment Plant Grading & Paving Plan 1 1 13 C5 Water Treatment Plant Grading & Paving Plan II 14 C6 Water Treatment Plant Process Piping Plan I c 7 Water Treatment Plant Process Piping Plan II 16 C8 Water Treatment Plant Chemical and Sample Piping Plan 17 C9 Raw Water Pipeline Profile STA 0+00 - 05+00 18 C10 Raw Water Pipeline Profile STA 0+50 - 10+00 19 I C11 Raw Water Pipeline Profile STA 10+00 -15+00 20 I c12 Raw Water Pipeline Profile STA 15+00 -19+50 21 C13 Miscellaneous Pipeline Profiles 1 22 C14 Miscellaneous Pipeline Profiles II 23 C15 Distribution Pipeline Profile STA 0+00 - 05+00 24 C16 Distribution Pipeline Profile STA 05+00 - 10+00 25 C17 Distribution Pipeline Profile STA 10+00 -15+00 26 C18 Distribution Pipeline Profile STA 15+00 - 20+00 Distribution Pipeline Profile STA 20+00 - 25+00 27 C19 28 620 Well Site 3R Piping Improvements 09296 11/6/09 A-13 09296 11/6/09 A-14 No. I Sheet No. I Drawing Description 29 c 21 Well Site 6R Piping Improvements 30 c22 Well Site 9 Piping Improvements 31 C23 Well Site 14 Piping Improvements 32 C24 Well Site 17 Piping Improvements 33 I C25 I Well Site 25 Piping Improvements 34 I C26 I Pipe Tunneling Details 35 I C27 I Pipe Tunneling Details 11 36 I C28 I Civil Details 1 37 I C29 I Civil Details II 38 I C30 I Civil Details III 39 I C31 I Civil Details IV Architectural - A 40 Al Raw Water Pump Station Site Code Plan 41 I A2 I Raw Water Pump Station Code Plan 42 A3 I Raw Water Pump Station Floor Plan 43 I A4 I Raw Water Pump Station Roof Plan 44 A5 I Raw Water Pump Station Elevations 1 45 A6 Raw Water Pump Station Elevations 11 46 A7 Raw Water Pump Station Building Sections 47 A8 Membrane/Operations Building Code Plan First Floor 48 A9 Membrane/Operations Building Code Plan Second Floor 49 A10 Membrane/Operations Building Code Plan Text 50 Al 1 Membrane/Operations Building First Floor Plan 1 51 Al2 Membrane/Operations Building First Floor Plan 11 52 A13 Membrane/Operations Building Second Floor Plan 53 A14 Membrane/Operations Building Reflected Ceiling Plan 54 A15 Membrane/Operations Building Roof Plan 55 A16 Membrane/Operations Building Exterior Elevations 1 56 A17 Membrane/Operations Building Exterior Elevations II 57 A18 Membrane/Operations Building Sections 1 58 A19 Membrane/Operations Building Sections II 59 A20 Membrane/Operations Building Wall Sections 1 60 A21 Membrane/Operations Building Wall Sections 11 61 A22 Membrane/Operations Building Wall Sections III 09296 11/6/09 A-14 74 Sheet . Drawing Description 162 A23 A24 A25 A26 A27 A28 A29 A30 A31 Membrane/Operations Building Interior Finish Plan 63 Membrane/Operations Building Enlarged Laboratory Plan 64 Membrane/Operations Building Enlarged Locker Room Plan 65 Membrane/Operations Building Enlarged Lobby/Stair and Elevator Plan 66 Membrane/Operations Building Interior Elevations 1 67 Membrane/Operations Building Interior Elevations II 68 Membrane/Operations Building Interior Elevations III 69 Membrane/Operations Building Interior Elevations VI 70 Membrane/Operations Building Interior ElevationsV 71 I A32 High Service Pump/Chemical Building Code Plan 72 I A33 High Service Pump/Chemical Building Code Plan Text 73 A34 Hiqh Service Pump/Chemical Building Floor Plan 74 A35 Hiqh Service Pump/Chemical Building Reflected Ceiling Plan 75 A36 Hiqh Service Pump/Chemical Building Roof Plan 76 I A37 High Service Pump/Chemical Building Exterior Elevations I 77 I A38 High Service Pump/Chemical Building Exterior Elevations II 78 A39 High Service Pump/Chemical Building Sections 17a 80 I A40 A41 Finish Schedule I Wall Types/Sched ule 81 I A42 Door Schedule 82 I A43 Door Types 83 I A44 Window and Louver Schedule 84 I A45 Window and Louver Types 85 I A46 Equipment Schedule 86 A47 Details 87 A48 I Details II 88 A49 Details III 89 A50 Details IV 90 A51 I Details V 91 A52 I Details VI 92 A53 Details VI l 93 A54 Details VI II 94 A55 Details IV 95 A56 Details X 09296 11/6/09 A-15 96 A57 DetailsXl 97 A58 DetailsXl) Landscaping - L 98 L1 Planting Plans 1 99 L2 Planting Plans II 100 L3 Irrigation Plans 101 L4 Irrigation Plans II 102 L5 Landscape Details 103 L6 Irrigation Details Structural - S 104 Isi I General Structural Notes 105 S2 Standard Concrete Details 1 106 I S3 I Standard Concrete Details II 107 I S4 I Standard Concrete Details III 108 I S5 I Standard Concrete Details IV 109 I S6 I Standard Concrete Masonry Unit Details 110 I S7 I Standard Concrete Masonry Unit Details 11 ? ? ? S8 I Standard Reinforcing Steel Details 112 S9 Standard Metal Deck Details 113 I S10 I Standard Steel Details 114 I S11 I Standard Railing Details 1 115 S12 I Standard Railing Details II 116 I S13 Standard Grating Details 117 I S14 I Miscellaneous Slab -on -grade Plans 118 I S15 I Miscellaneous Slab -on -grade Sections & Details 119 I S16 I Raw Water Pump Station Foundation/Ground Floor Plan 120 I S17 Raw Water Pump Station Roof Plan 121 I S18 I Raw Water Pump Station Building Sections 122 I S19 I Raw Water Pump Station Building Sections 123 S20 Raw Water Pump Station Sections & Details 1 124 S21 Raw Water Pump Station Sections & Details II 125 I S22 Grit & Flocculation Basin Foundation Plan 126 I S23 Grit & Flocculation Basin Sections & Details 1 127 S24 Grit & Flocculation Basin Sections & Details 11 09296 11/6/09 A-16 128 S25 Grit & Flocculation Basin Sections & Details III 129 S26 Operations Building Foundation Plan I 130 S27 Operations Building Foundation Plan II 131 I S28 Operations Building Ground Floor Plan 1 132 I S29 Operations Building Ground Floor Plan II 133 I S30 Operations Building Second Floor Framing Plan 134 I S31 Operations Building Second Floor Framing Plan II 135 I S32 Operations Building Roof Framing Plan 1 136 S33 Operations Building Roof Framing Plan II 137 S34 Operations Building Sections and Details 1 138 S35 Operations Building Sections and Details 11 139 S36 Operations Building Sections and Details III 140 S37 Operations Building Sections and Details IV 141 S38 Operations Building Partial Framing Plans and Details I 142 S39 Operations Building Partial Framing Plans and Details 11 143 S40 Operations Building Sections and Details 1 144 S41 Operations Building Sections and Details 11 145 s42 Operations Building Sections and Details 111 146 s43 Operations Building Sections and Details IV 147 s44 Operations Building Sections and DetailsV 148 s45 Backwash Tank and Treatment System Foundation Plan 149 S46 Backwash Tank and Treatment System Section & Details 150 s47 High Service Pump/Chemical Building Foundation/Ground Floor Plan 151 S48 High Service Pump/Chemical Building Roof Framing Plan 152 s49 High Service Pump/Chemical Building Sections 1 153 S50 High Service Pump/Chemical Building Sections 11 154 S51 High Service Pump/Chemical Building Sections and Details 1 155 S52 High Service Pump/Chemical Building Sections and Details II 156 s53 High Service Pump/Chemical Building Sections and Details III 157 s54 Treated Water Storage Tank Ring Foundation Plan 158 s55 Treated Water Storage Tank Sections and Details 1 159 S56 Treated Water Storage Tank Sections and Details II 160 s57 Miscellaneous Pipe Support Details 1 161 S58 Miscellaneous Pipe Support Details 11 09296 1 F6/09 A-17 09296 11/6/09 A-18 No. Sheet No. I Drawing Description 162 S59 Microfiltration System Miscellaneous Details Process - P 163 P1 Raw Water Pump Station Plan 164 P2 Raw Water Pump Station Sections and Details 1 165 P3 Raw Water Pump Station Sections and Details II 166 P4 Membrane Piping Plan 167 P5 Membrane Piping Sections and Details 1 168 P6 Membrane Piping Sections and Details II Pall Corporation 166 P7 Layout Plan 167 P8 Layout Sections and Details 168 P9 Layout Sections 1 169 P10 Layout Sections 11 170 P1 1 P&ID Legends and Abbreviations 171 P12 P&ID Overall Membrane Filtration System 172 P13 P&ID Primary Filtration System 173 P14 P&ID Clean -In -Place System 174 , P15 P&ID Process Control and Air Scour System 175 P16 P&ID Backwash Recovery System 176 P17 P&ID Neutralization System 177 P18 Backwash Tank Plan and Elevation 178 P19 Backwash Tank Details 179 P20 Backwash Tank Details II 180 P21 Backwash Reclaim Pump Station Plan 181 P22 Backwash Reclaim Pump Station Details 182 P23 Treated Water Tank Plan and Sections 183 P24 Treated Water Storage Tank Details 1 184 P25 Treated Water Storage Tank Details II 185 P26 Treated Water Storage Tank Baffles 186 P27 High Service & Backwash Pumping Station Plan 187 P28 High Service & Backwash Pumping Station Sections and Details 1 188 P29 High Service& Backwash Pumping Station Sections and Details II 189 P30 Air Compressor Room Plan 190 P31 Air Compressor Room Sections & Details 09296 11/6/09 A-18 09296 11/6/09 A-19 No. Sheet No. Drawing Description 191 P32 Chemical Systems Area Plan 1 192 P33 Chemical Systems Area Plan 11 193 P34 Chemical Systems Area Plan III 194 P35 Chemical System Sections and Details 1 195 P36 Chemical System Sections and Details II 196 P37 Chemical System Sections and Details III 197 P38 Polymer System Plan and Sections 198 P39 Plate Settler Plan 199 P40 Plate Settler Sections 200 I P41 CIP Tank Plan and Sections 201 P42 Soda Ash System Plan and Sections 202 P43 Well Site Chemical System Plan and Sections 1 203 P44 Well Site Chemical System Plan and Sections 2 204 P45 Well Site Chemical System Plan and Sections 3 205 P46 Well Site Chemical System Plan and Sections 4 206 P47 Well Site Chemical System Plan and Sections 5 207 I P48 Well Site Chemical System Plan and Sections 6 208 P49 Well Site Chemical System Plan and Sections 7 209 P50 Well Site Chemical System Plan and Sections 8 210 P51 Well Site Chemical System Plan and Sections 9 211 P52 Well Site Chemical System Plan and Sections 10 212 P53 Well Site Chemical System Plan and Sections 11 213 P54 Well Site Chemical System Plan and Sections 12 214 P55 Well Site Chemical System Plan and Sections 13 215 P56 Well Site Chemical System Plan and Sections 14 216 P57 Well Site Chemical System Plan and Sections 15 217 P58 Well Site Chemical System Plan and Sections 16 218 P59 Well Site Chemical System Plan and Sections 17 219 P60 Well Site Chemical System Plan and Sections 18 220 P61 Well Site Chemical System Plan and Sections 19 221 P62 Well Site Chemical System Plan and Sections 20 222 P63 Well Site Chemical System Plan and Sections 21 223 P64 Well Site Chemical System Plan and Sections 22 224 P65 Well Site Chemical System Plan and Sections 23 09296 11/6/09 A-19 225 I P66 ( Well Site Chemical System Plan and Sections 24 202 I P43 Piping Support Details 203 P44 Piping Details 1 204 P45 Piping Details II 205 P46 Piping Details III Mechanical - M 206 MI Energy Compliance Forms I 207 M2 Energy Compliance Forms II 208 M3 I Mechanical Symbols 209 M4 I Raw Water Pump Station HVAC Plan 210 I M5 I Raw Water Pump Station HVAC Sections 211 M6 Raw Water Pump Station Plumbing Plan 212 M7 Raw Water Pump Station Water & Waste Isometrics 213 M8 Operations Building 1 st Floor HVAC Plan 1 214 M9 Operations Building 1 st Floor HVAC Plan II 215 M10 Operations Building 2nd Floor HVAC Plan 1 216 M11 Operations Building HVAC Roof Plan 1 217 M12 Operations Building HVAC Roof Plan II 218 M13 Operations Building HVAC Sections 1 219 M14 Operations Building HVAC Sections II 220 M15 Operations Building Enlarged Mechanical Room Plan 221 M16 Operations Building Temperature Control Diagrams 222 M17 Operations Building Airflow Schematics 223 M18 Operations Building 1st Floor Plumbing Plan 1 224 M 19 Operations Building 1 st Floor Plumbing Plan II 225 M20 Operations Building 2nd Floor Plumbing Plan 1 226 M21 Operations Building Water Isometrics 227 M22 Operations Building Waste Isometrics 228 M23 Operations Building Hot Water Loop Schematic 229 M24 Operations Building Chilled Water Loop Schematic 230 M25 High Service Pump/Chemical Building HVAC Plan 1 231 M26 High Service Pump/Chemical Building HVAC Plan II 232 M27 High Service Pump/Chemical Building HVAC Roof Plan 1 233 M28 High Service Pump/Chemical Building HVAC Roof Plan II 09296 11/6/09 A-20 09296 11/6/09 A-21 I Drawing Description No. I Sheet No. 234 M29 High Service Pump/Chemical Building Plumbing Plan 1 235 M30 High Service Pump/Chemical Building Plumbing Plan II 236 M31 High Service Pump/Chemical Building HVAC Sections 1 237 M32 High Service Pump/Chemical Building HVAC Sections 11 238 M33 High Service Pump/Chemical Building Temperature Control Diagrams 239 M34 High Service Pump/Chemical BuildingAirflow Schematics 240 M35 High Service Pump/Chemical Building Water Isometrics 241 M36 High Service Pump/Chemical Building Waste Isometrics 242 M37 Mechanical Details 1 243 M38 Mechanical Details 11 244 M39 i Mechanical Detailslll Electrical - E 245 E1 Electrical Symbols, Abbreviations, and Notes 246 E2 Title 24 Sheet 247 E3 Raw Water Pump Station Site Plan 248 E4 Raw Water Pump Station Power Plan 249 E5 Raw Water Pump Station Lighting Plan 250 E6 Raw Water Pump Station Grounding Plan 251 E7 Raw Water Pump Station Single -line Diagram 252 E8 Operations Building Electrical Single -Line Diagram - Main Switchboard 253 E9 Operations Building Electrical Single -Line Diagram - MCC 1 254 E 10 Operations Building Electrical Single -Line Diagram - MCC II 255 Ell Operations Building Electrical 1st Floor Lighting Plan 256 E 12 Operations Building Electrical 2nd Floor Lighting Plan 257 E 13 Operations Building Electrical Ft Floor Power Plan 1 258 E 14 Operations Building Electrical 1 st Floor Power Plan II 259 E 15 Operations Building Electrical 2nd Floor Power Plan 260 E 16 Operations Building Electrical Roof Power Plan 261 E 17 Operations Building Electrical Roof Power Plan 262 E 18 Operations Building Electrical Room Plan 263 E 19 Operations Building Electrical Grounding Plan 264 E20 Single -Line Diagrams 265 E21 Schedules 09296 11/6/09 A-21 266 E22 Control Wiring Block Diagram 267 E23 Power Plan 268 E24 Water Treatment Plant Electrical Site Plan - Power & Lighting 1 269 E25 Water Treatment Plant Electrical Site Plan - Power & Lighting II 270 E26 Water Treatment Plant Operations Building Elevator Plan 271 E27 Emergency Generator Plan 272 E28 Emergency Generator Sections and Details 273 E29 Emergency Generator Fuel Storage 274 E30 Control Schematic 1 275 E31 Control Schematic II 276 E32 Control Schematic III 277 E33 Control Schematic VI 278 E34 Control Schematic V 279 E35 Panel Schedules 1 280 E36 Panel Schedules II 281 E37 Fixture Schedule 282 E38 Control Room Plan 283 E39 Water Treatment Plant Electrical Schedules ! Water Treatment Plant Electrical Schedules 11 284 E40 285 E41 Water Treatment Plant Conduit and Conduit Schedule 1 286 E42 Water Treatment Plant Conduit and Conduit Schedule II 287 E43 Water Treatment Plant Conduit and Conduit Schedule III 288 E44 Water Treatment Plant Conduit and Conduit Schedule IV 289 E45 Reclaim Pump Station and Backwash Tank Power Plan 290 E46 Flocculation Basin Power Plan 291 E47 Plate Settler Power Plan 292 E48 Treated Water Storage Tank Power Plan 293 E49 High Service Pump/Chemical Building Power Plan 1 294 E50 High Service Pump/Chemical Building Power Plan II 295 E51 High Service Pump/Chemical Building Lighting Plan 296 E52 High Service Pump/Chemical Building Lighting Plan 297 E53 High Service Pump/Chemical Building Electrical Room Plan 298 E54 High Service Pump/Chemical Building Grounding Plan 299 E55 Well Site Plan and Control 1 09296 11/6/09 A-22 300 E56 Well Site Plan and Control 2 I 301 E57 Well Site Plan and Control 3 302 E58 Well Site Plan and Control 4 303 E59 I Well Site Plan and Control 5 304 E60 Well Site Plan and Control 6 305 E61 Well Site Plan and Control 7 306 E62 Well Site Plan and Control 8 307 E63 Well Site Plan and Control 9 308 E64 Well Site Plan and Control 10 309 E65 Well Site Plan and Control 11 310 E66 Well Site Plan and Control 12 311 E67 Well Site Plan and Control 13 312 E68 Well Site Plan and Control 14 313 E69 Well Site Plan and Control 15 314 E70 Well Site Plan and Control 16 315 E71 Well Site Plan and Control 17 316 E72 Well Site Plan and Control 18 317 E73 Well Site Plan and Control 19 318 319 E75 Well Site Plan and Control 21 320 E76 Well Site Plan and Control 22 321 E77 Well Site Plan and Control 23 322 E78 Well Site Plan and Control 24 323 E79 Electrical Details 1 324 E80 Electrical Details 1 325 E81 Electrical Details III 326 E82 Communications Plan Instrumentation - l 327 11 InstrumentationAbbreviations and Symbols 328 12 I Raw Water Pump Station Process& Instrumentation Diagram 329 13 Water Treatment Plant PLC Layout& Communication Diagram 330 14 I Autostrainer Process& Instrumentation Diagram 331 5 Membrane System Process & Instrumentation Diagram 332 6 I Membrane Analysis Process& Instrumentation Diagram 09296 11/6/09 A-23 09296 11/6/09 A-24 No. I Sheet No. Drawing Description Screw Press Process& Instrumentation Diagram 333 17 334 18 Screw Conveyor Process & Instrumentation Diagram 335 19 Sludge Pump Process & Instrumentation Diagram 336 110 Storage Tank Process & Instrumentation Diagram 337 ill Chemical Systems Process& Instrumentation Diagram 1 338 112 Chemical Systems Process & Instrumentation Diagram II 339 113 Chemical Systems Process& Instrumentation Diagram Ill 340 114 Chemical Systems Process& Instrumentation Diagram IV 341 115 Chemical Systems Process & Instrumentation DiagramV 342 116 Polymer System Process & Instrumentation Diagram 343 117 Soften Water Process& Instrumentation Diagram 344 118 Generator Process & Instrumentation Diagram 345 119 Well Site Process& Instrumentation Diagram 346 120 Main Control Panel MCP Elevation 347 121 Main Control Panel Panelboard Layout 348 122 High Service Pump Station PLC Layout& Communication Diagram 349 123 Raw Water Pump Station PLC Layout& Communication Diagram 350 124 Instrumentation Details 351 125 Instrumentation Details II 352 126 Instrumentation Details III 09296 11/6/09 A-24 ATTACHMENT A-2 PRELIMINARY LISTING OF SPECIFICATIONS Division 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BY CITY Division 1- GENERAL REQUIREMENTS 01010 SUMMARY OF WORK AND PROCEDURES 01011 SURVEYING 01060 SPECIAL CONDITIONS 01340 SUBMITTALS 01370 SCHEDULE OF VALUES 01560 ENVIRONMENTAL PROTECTION & SPECIAL CONTROLS 01621 INSTALLATION OF MEMBRANE EQUIPMENT BY CONTRACTOR 01650 SYSTEM START-UP 01670 ACCEPTANCE TESTING OF MEMBRANE EQUIPMENT 01710 CLEANING 01730 TRAINING OF OPERATIONS & MAINTENANCE PERSONNEL 01800 OPENINGSAND PENETRATIONS IN CONSTRUCTION Division 2 - SITE WORK 02110 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING, BACKFILLING,AND COMPACTING FOR UTILITIES 02260 TOPSOILING AND FINISHED GRADING 02502 CONCRETE CURB, SIDEWALKAND STEPS 02513 ASPHALTIC CONCRETE PAVING 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02810 IRRIGATION SYSTEM 02950 PLANTSAND PLANTING Division 3 - CONCRETE 03002 03108 03346 03348 03540 CONCRETE FORMWORK CONCRETE SURFACE SEALER CONCRETE FINISHINGAND REPAIROF SURFACE DEFECTS SELF -LEVELING UNDERLAYMENT Division 4 - MASONRY 04110 CEMENTAND LIME MORTARS 09296 11/6/09 A-25 04155 MASONRY ACCESSORIES 04220 CONCRETE MASONRY 04510 MASONRY CLEANING Division 5 - METALS 05120 STRUCTURAL STEEL 05131 STRUCTURAL ALUMINUM 05211 STEEL JOINTS 05313 METAL DECK 05410 LOAD BEARING METAL STUD SYSTEM 05505 METAL FABRICATIONS 05522 ALUMINUM RAILINGS 05800 INTERIOR EXPANSION JOINT COVERS Division 6 -WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06610 FIBERGLASS REINFORCED PLASTIC FABRICATIONS Division 7 - THERMALAND MOISTURE PROTECTION 07171 BENTONITE/HDPE WATERPROOFING (WP -BH) 07176 WATER REPELLENT COATING - TRANSPARENT 07270 FIRESTOPPING 07320 PORTLAND CEMENT TILE ROOFING 03532 FULLYADHERED EPDM ROOFING 07729 ROOF HATCHES 07900 JOINT SEALANTS Division 8 - DOORS AND WINDOWS 08100 HOLLOW METAL (HM) DOORSAND FRAMES 08120 SOUND CONTROL DOOR ASSEMBLIES 08211 FLUSH WOOD DOORS (WD) 08212 CHEMICAL RESISTANT DOORS 08305 ACCESS DOORS 08312 ACCESS PANELSAND DOORS 08363 OVERHEAD DOOR (INSULATED- SECTIONAL STEEL) 08410 ALUMINUM STORE FRONT 08525 ALUMINUM WINDOWS -THERMAL - WITH BLINDS 08625 ALUMINUM FRAMED SKYLIGHT 08700 FINISH HARDWARE 08800 GLASS AND GLAZING Division 9 - FINISHES 09000 COLOR SCHEDULE 09110 NON -LOAD BEARING WALL FRAMING SYSTEMS 09296 11/6/09 A-26 09201 METAL FURRINGAND LATHING 09218 POLISHED PLASTER 09220 PORTLAND CEMENT (PC) PLASTER 09227 EXTERIOR STUD WALL SYSTEM 09250 GYPSUM WALLBOARD 09510 ACOUSTICAL & CEILING TILE MATERIALS (AM) 09601 CONCRETE PREPARATION FOR FLOOR FINISHES 09605 WATER VAPOR EMISSION CONTROL SYSTEM 09660 RESILIENT TILE FLOORING (RT) 09670 CONCRETE STAIN (CS) 09705 SEAMLESS EPDXY FLOORING (SEF) 09720 DRY ERASE WALL COVERING (DWC) 09726 TACKABLE WALL COVERING 09762 CONCRETE SURFACE SEALER (CSS -HD) 09800 PROTECTIVE COATINGS BLENDING STRUCTURE INTERIOR 09902 EXTERIOR PAINTING 09904 INTERIOR PAINTING 09905 PAINTING AND PROTECTIVE COATINGS Division 10 - SPECIALTIES 10165 PLASTIC LAMINATE TOILET PARTITIONS 10181 PREFABRICATED SHOWER STALLS 10260 WALL PROTECTION SPECIALTIES 10265 CORNER GUARDS 10416 DIRECTORIESAND BULLETIN BOARDS 10444 SIGNAGE 10500 METAL LOCKERS AND LOCKER BENCHES Division 11 - EQUIPMENT 11005 EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT: BASIC REQUIREMENTS 11061 NON -CLOG CENTRIFUGAL PUMP 11065 SUMP PUMP 11066 WATER SEAL SYSTEM FOR PUMPS 11069 PROGRESSING CAVITY PUMP 11072 VERTICAL TURBINE (LINE SHAFT) PUMP 11076 SUBMERSIBLE NON -CLOG PUMP 11128 DEWATERING EQUIPMENT 11211 HORIZONTAL END -SUCTION PUMPS 11213 MEMBRANE FEED PUMP 11214 MAGNETIC DRIVE HORIZONTAL END SUCTION PUMPS 11215 HYDRAULIC DIAPHRAGM CHEMICAL METERING PUMPS 11223 INCLINED PLATE SETTLERS 11249 PLASTIC TANKS 09296 11/6/09 A-27 11301 MEMBRANE FILTRATION SYSTEM 11340 AUTOMATIC SELF-CLEANING STRAINERS 11341 BASKETSTRAINERS 11500 INTERMEDIATE BULK CONTAINERS (TOTES) 11923 LIQUID POLYMER PREPARATION SYSTEM 11948 FLASH MIXERS Division 12 - FURNISHINGS 12338 LABORATORY CASEWORK 12340 ARCHITECTURAL CASEWORK (AC) PLASTIC LAMINATE FACED 12511 VERTICAL LOUVER BLINDS 12690 ENTRANCE MATS Division 13 - SPECIAL CONSTRUCTION 13110 CATHODIC PROTECTION 13321 INSTRUMENTATION& CONTROL SYSTEM GENERAL REQUIREMENTS 13325 PROGRAMMABLE LOGIC CONTROL EQUIPMENT 13326 SCADA SYSTEM 13327 PROCESS INSTRUMENTATION GENERAL REQUIREMENTSAND SWITCHES 13328 PROCESS INSTRUMENTATION METERS AND TRANSMITTERS 13329 PROCESS INSTRUMENTATION ANALYZERS 13330 CONTROL PANELS, ENCLOSURESAND PANEL INSTRUMENTS 13441 CONTROL LOOP DESCRIPTIONS 13448 CONTROL PANELS AND ENCLOSURES Division 15 - MECHANICAL 15060 PIPEAND PIPE FITTINGS: BASIC REQUIREMENTS 15061 PIPE -STEEL 15062 PIPE - DUCTILE 15063 PIPE - COPPER 15064 PIPE - PLASTIC 15065 DOUBLE CONTAINMENT PIPING SYSTEM 15069 PIPE - REINFORCED CONCRETE 15070 PIPE - REINFORCED CONCRETE CYLINDER 15073 PIPE - CAST-IRON SOIL 15074 PIPE- CAST-IRON ACID -RESISTANT WASTE 15075 PIPE - POLYVINYL CHLORIDE (PVC) CHEMICAL WASTE 15090 PIPE SUPPORT SYSTEMS 5100 VALVES - BASIC REQUIREMENTS 5101 GATE VALVES 5102 PLUG VALVES 5103 BUTTERFLYVALVES 5104 BALL VALVES 5105 GLOBE VALVES 09296 11/6/09 A-28 15106 CHECK VALVES 15114 MISCELLANEOUS VALVES 15115 WATER CONTROL GATES 15440 PLUMBING FIXTURESAND EQUIPMENT 15510 FIRE HYDRANT 15605 HVAC - EQUIPMENT 15651 EVAPORATIVE AIR-COOLING UNITS 15890 HVAC - DUCTWORK Division 16 - ELECTRICAL 16010 ELECTRICAL: BASIC REQUIREMENTS 16060 GROUNDING 16120 WIREAND CABLE -600VOLTAND BELOW 16130 RACEWAYSAND BOXES 16132 CABLE TRAY 16135 ELECTRICAL- EXTERIOR UNDERGROUND 16220 MOTORS 16230 STANDBY ENGINE GENERATOR 16265 VARIABLE FREQUENCY DRIVES - LOW VOLTAGE 16410 SAFETY SWITCHES 16440 SWITCHBOARDS 16441 PANELBOARDS 16491 LOW VOLTAGE SURGE PROTECTIVE DEVICES (SPD) 10500 iN icrr-\iu AN^v CATcRivR LIGHTING 16710 TELECOMMUNICATION SYSTEM 16720 COMMUNICATION SYSTEM 09296 11/6/09 A-29 EXHIBIT B - ESTIMATED WORK EFFORTAND COST City of Lodi Surface Water TreatmentFacility and Transmission Project Final Design Services Task Principal/ Project Civil/ Arch Struct Mech Elect Cost Env CADD Admin/ Total HDR No. Task Description QA/QC Manager Process Engr Engr Engr Est Tech Clerical Labor Hours Task I - Project Management and Quality Assurance/Quality Control (QA/QC) i:I 1pfulect 1 n -a merit 24 140 45 80 289 Total HDR Total HDR Labor ($) Expenses ($) $52,90 $ 5,291 Subs ($) $ 8,80 Total Cost ($) $ 66,99 1.2 QA/QC PrWram, 52 SD 112 $16,14 $ 1,61 $ 6,60 $ 24,362 Subtotal Task 1 76 1," 46 - - - - - - - 140 401 Task 2 - Watershed Sanitary Survey 2.1 1 Background fMtaftftvr 8 8 16 $69,0531 $ 6,905 $2,76 i $ 2951 $ 15,4001 $ 91,358 $ 3,043 2.2 ! Watershed and Water Supply stem 4 J 6 4 2-.-3 - i�a#iVn -!f P�ntial emtarr hmrrt Sources Q ig 14 $2,55 $ 336 $ 2,809 18 $3,362 $ 114 $ 3,698 2.4 Water Quality Summary and Review 2 2 2 6 $1,13 1 $ $ 1,252 2.5 Initial Checklist Preparation (includes one meeting) 2 6 2 2 12 $1,847 $ 185 1 $ 2,032 2-:6 Watershed ManagementEantrolProW-amQefnkion 2 2 8 12 $2,2101$ 221 $ 2,431 2.7 Report Preparation (includes one meeting) 4 8 22 24 16 26 100 $14,01 $ 1,40 $ 15,41 SubtetaiTeak2 4 ,22 1 44 64 16 2$ 1 178 Task 3 - Final Design 60 Percent Des' n Workshop 8 12 8 8 8 44 $27,881 $ 2,789 $6,6291$ 663 $ - $ 3,000 $ 30,676 $ 10,29 32.1 90 Percent Design Svecifications 82 37 226 233 201 90 320 80 gb 1,350 $208,0181$ 20,802 $ 89,06 $ 317,886 1-2 90Pencentfles' n Dmwirm 1792 87 328 1 543 470 =9 746 80 3,494 6,350 $841,485 $ 84,149 $207,821 $1,133,454 3.3 90 Percent Design Workshop 8 8 8 8 8 40 $6,073 $ 607 $ 6,680 3.4 Final Design (Bid Set) 19 8 51 52 45 20 72 90 235 40 633 $86,364 $ 8,636 $ 20,000 $ 115,000 Subtotal Task 3 294 149 Bidding• Constructor Selection Assistance 825 845 716 318 1,164 250 - 3,730 136 8.416 $1,148,569 $ 114,857 $319,887 $1,683,313 4.1 Prebid Meetin a I I 4 $ X862 $ 86 - 948 4.2 Bidding Services up to3addenda) 4 1 8 1 8 1 1 8 1 24 24 76 $8,,95 $ 896 $ 2,,500 $ 12,1391 4-:-3 eonfwmed emstmdion Set 1 1 4 1 32 1 32 1 4 4 1 32 1 49 1 44 128 $14,960$ 2,196 $ 1,500 $ 18,65E SubtaftlTask 4- 8 �4 49 �# 4 'PA - - t4 � 212 $24,777 $ 3,178 $ 4,000 $ 31,955 • • 374 319 938 865 720 322 1,174 250 64 3,810 372 9,207 $1,270,286 1 $ 127,729 $339,287 $1,737,302 09296 11/6/2009 HDR Engineering, Inc. EXHIBIT C - PROJECT SCHEDULE 'ask Name -d010 Consultant Notice to Proceed I♦, 'I /4 WATERSHED SANITARY SURVEY Initial Checklist Preparation Meeting with City and CDPH Draft Watershed Sanitary Survey Review Period Meeting with City and CDPH Final Watershed Sanitary Survey DETAILED DESIGN 60% Design 60% Design Workshop 90% Design Submittal Review Period Final Design Submittal BIDDING AND CONTRACTOR SELECTION ASSISTANCE Prebid Meeting Bid Period Award to Contractor 3/10 2/26 City of Lodi Task Surface Water Treatment Facility and Transmission Project 7/12 Milestone • Summary Meetings • Review Period 09294 fl Technical Memorandum MEMBRANE SYSTEMS EVALUATION City of Lodi Surface Water Treatment Facility 30 percent Design November 30, 2009 Reviewed by: Gary Fuller, P.E. Prepared by: Richard Stratton, P.E Introduction The proposed Surface Water Treatment Facility (SWTF) project will allow for the City of Lodi to utilize the Mokelumne River to supplement the City's existing groundwater supply. Based on the evaluation comparing membranes to conventional treatment performed as part of the Conceptual Design study, the preferred treatment technology for the SWTF is a membrane system. The City has evaluated membrane systems from several suppliers in order to determine the best system for the City's SWTF. This technical memo documents the evaluation process used to select a membrane supplier. Details of membrane filtration alternatives are discussed briefly below. Membrane Filtration Alternatives Typical microfiltration (MF) and ultrafiltration (LTF) membranes used in drinking water application use a hollow -fiber configuration operating at low pressures. There are two types of configurations for MF/LTF membranes — pressure -driven system with membrane modules mounted in pressure vessels operating under positive pressure; and submerged systems with membrane modules mounted in open basin with water drawn through under vacuum. The drawback of submerged systems is that large diameter piping is required for backwashing and refilling the large basins, which require transferring and handling of large volumes of water. In addition, membrane suppliers that manufacture both pressure and submerged membranes have reported that the pressure membranes would be more cost effective for this size of facility. Another consideration is that currently the only suppliers of submerged membranes are GE—Zenon and Siemens Memcor. Both of these membrane systems have struggled recently with excessive fiber breakage in their submerged systems. For these reasons, submerged membranes will not be considered further. Pressure Vessel Membranes Pressure membranes come in two configurations — outside -in (Pall, Memcor) or inside -out (Norit, Metawater). As the name indicates, inside -out membranes are fed on the inside of the fibers where the filtration takes place and collect filtrate on the lumen side of the fibers. Because the fibers have relatively small inside diameters (0.5 — 1.2 mm), fine screens or strainers must be installed to prevent plugging of the fibers. Cleaning of these type of City of Lodi SWTF I Membrane System Evaluation November 30, 2009 00107904 fl Technical Memorandum membranes is done by hydraulic backwash using permeate and periodic chemical cleaning, usually referred to as clean -in-place (CIP), or chemically enhanced backwash (CEB). Outside -in membranes are commonly used when membrane feed water consists of higher solid loading because plugging of this type of membrane is less of a concern, although material can collect between the fibers if appropriate hydraulic flushing is not achieved. To enhance solids removal, most of these systems use air scouring during the backwash stage. Fine screens or strainers are needed to prevent entry of large particles that could damage the fibers or become lodged in the module. Pall Pressure Membranes, Yucaipa, CA Evaluation Procedures The membrane evaluation is based on a comparison of the following criteria: ■ Capital cost (membrane equipment and installation) ■ Present worth of membrane system O&M costs (includes power, chemicals, and membrane replacement) ■ Fiber breakage track record ■ Ease of operation and maintenance Membrane Manufacturer Information HDR contacted four reputable membrane suppliers: Pall, Siemens-Memcor, , Kruger—Norit, and Kruger Ceramic Membranes (KCM) to obtain information about their systems. Design criteria and features for each supplier are summarized in Table 1. A cost comparison of the listed membrane suppliers is presented in Table 2. The estimates are based on an 8 mgd system with 1 redundant membrane train. Estimates are based on recently bid projects or budget quotations and are meant to be a representative comparison; actual bid results could vary. O&M costs are based on treating 6,000 acre-feet of water per year. Advantages and disadvantages of the evaluated membrane systems are presented in Table 3. City of Lodi SWTF 2 Membrane System Evaluation November 30, 2009 00107904 fl Technical Memorandum Tablet - Summary of Proposed Membrane Systems Design Information by Manufacturer Item Pall Siemens-Memcor Kru er-Norit Kru er-Ceramic Configurations 5 trains total, 5 trains total, 1 train 4 trains total, 4 duty, 1 standby 4 duty, l standby 3 duty, 1 standby Membrane type Pressure Pressure Pressure (horizontal) Pressure Membrane material PVDF PVDF PES Ceramic (aluminum oxide) Firm Capacity 8 MGD 8 MGD 8 MGD 8 MGD Peak Capacity 10 MGD 10 MGD 10 MGD 10 MGD Number of Modules per 84 134 672 55 train Water Temperature 150C Summer, 50C Winter 150C Summer, 50C Winter 150C Summer, 50C Winter 150C Summer, 50C Winter Instantaneous Flow per 17.5 gpm 10.94 gpm 13.6 gpm 36 gpm Module Design Flux 55 - 60 gal/SF/day (gfd) 30.4 gal/SF/day (gfd) 56 gal/SF/day (gfd) 140 gal/SF/day (gfd) Backwash Interval 30 minutes 22-26 minutes 30 minutes 60 minutes CIP Interval 60 days 45 days 1 year 180 days Chlorine Maintenance Wash Interval or Enhanced 36 hours (EFM) 24 hours 24 hours (CEB) 24 hours Flux Maintenance (EFM) Acid Maintenance Wash 120 hours 168 hours 48 hours (CEB) 24 hour Interval (if needed) Estimated Recovery 95% (without backwash 95% (without backwash 93.3% (without backwash >97% (without backwash recovery) recovery) recovery) recovery) City of Lodi SWTF 3 Membrane System Evaluation November 30, 2009 00107904 fl Technical Memorandum Tablet - Summary of Representative Membrane System Costs by Manufacturer Cost Item Pall Siemens-Memcor Kru er-Norit Kru er-Ceramic Capital Cost $3,200,000 $3,300,000 $3,280,000 $6,690,000 Annual Operating Cost $73,500 $85,500 $93,100 $80,600 (average) specification. Pall (Pressure, outside -in) Proven company. Present Worth Annual cost $999,000 $1,162,000 $1,265,000 $1,095,000 (i=4%, n=20 yrs)' Operates typically at higher flux compared to problems. competitors — less conservative design. TotalLPresent Worth 1 $4,199,000 1 $4,462,000 1 $4,545,000 $7,785,000 Table 3 - Membrane Systems Advantages and Disadvantages Membrane Supplier Advantages Disadvantages Siemens — Memcor CMF (Pressure, outside- Proven company. Many plants have reported excessive fiber in) Conservative design flux. breakage. Competitive initial cost. Difficult to remove modules from rack. Cannot meet HDR membrane fiber breakage specification. Pall (Pressure, outside -in) Proven company. Tried to operate at too aggressive flux at Several successful operating installations. some installations. No plants reporting significant fiber breakage Operates typically at higher flux compared to problems. competitors — less conservative design. Can tolerate high turbidity for short durations. Effective maintenance cleaning. Cost competitive. Kruger-Norit (pressure, inside out) Requires less water and energy for Limited installations in the US. backwashing compared to outside -in Fiber failure problems at Minneapolis plant. membranes. No fiber breakage issues reported. CIP only needed once per year. Kruger Ceramic (Metawater) Robust design - zero fiber breakage. No operating installations in US, only one 10- Membrane(ceramic, pressure, inside out) Tolerant of high solids loading. mgd facility currently under design. Highest flux at comparable pressure. Once or twice CIP per year. Very high capital cost making them cost Skid shipped preassembled to minimize field prohibitive. error. Lower operating pressure. 20 -year life warranty with 10 year cliff. Summary The key findings from the information provided above is summarized as follows: City of Lodi SWTF 4 Membrane System Evaluation November 30, 2009 00107904 falTechnical Memorandum 1. The Siemens Memcor membranes are ruled out because of fiber breakage problems being reported at several plants coupled with the difficulty in removing the modules to do repairs. 2. The Kruger-Norit pressure membranes have limited installations in the US and are still considered to be unproven. The first installation in the U.S. in Minneapolis, MN suffered many membrane fiber failures. 3. The Kruger Ceramic (Metawater) membranes are also unproven in the U.S. and are not cost competitive due to their over two times higher capital cost when compared to a comparable Pall membrane system. 4. The Pall membranes have several successfully operating systems in California and are cost competitive. Advantages of Pall Membranes provide a number of advantages for this project, including: ■ Capital cost is competitive with other membrane suppliers. ■ O&M costs are competitive with other membrane suppliers. ■ Membrane fibers have a low incidence of breakage. The present worth of replacement costs is lower than for other membrane systems. ■ Highly permeability with typical operating flux of 55 to 60 gfd minimizes the footprint of the membrane system. ■ High recovery efficiency that minimizes waste backwash water and treatment costs. ■ Over 20 successfully operating installations in California and hundreds world wide. ■ Operators contacted report the systems are easy to operate and maintain. Recommendation Based on the above considerations, HDR recommends the sole source selection of the Pall Microza Hollow Fiber membrane system for the City of Lodi SWTF. The specifications for the Pall membranes should limit the flux to a relatively conservative rate (<60 gfd) to reduce operating costs and extend membrane life. City of Lodi SWTF rJ Membrane System Evaluation November 30, 2009 00107904 RESOLUTION NO. 2009-176 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING PROFESSIONAL SERVICES AGREEMENT FORVALUE ENGINEERING REVIEW OF SURFACE WATER TREATMENT FACILITYAND TRANSMISSION PROJECT PRELIMINARY DESIGN AND FURTHER APPROPRIATING FUNDS WHEREAS, the City is moving forward in the process of designing a surface water treatment plant for the water purchased from Woodbridge Irrigation District, and HDR, Inc., has been retained to prepare 30 Percent Preliminary Design documents; and WHEREAS, while City staff is highly confident in the planning and design experience and qualifications of HDR, Inc., it is a prudent step to perform a value engineering review of the preliminary design documents; and WHEREAS, objectives of the review include an analysis of plant staffing, treatment processes, equipment, control strategies, building layout, security provisions, constructability, and construction cost estimates; and WHEREAS, the Ecologicteam includes specialists in the design and operation of water treatment facilities, and the team's collective experience and numerous advance certifications in the water treatment field well serve the objectives of the review effort. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award a professional services agreement in the amount of $50,000 to Ecologic, Inc., of Stockton, California, for value engineering review of Surface Water Treatment Facility and Transmission Project preliminary design; and BE IT FURTHER RESOLVED that funds in the amount of $50,000 be appropriated from the Water Capital Fund. Dated: December 16,2009 hereby certify that Resolution No. 2009-176 was passed and adopted by the City Council of the City of Lodi in a regular meeting held December 16, 2009, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, and Mayor Katzakian NOES: COUNCIL MEMBERS — Hitchcockand Mounce ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS— None RANDIJOHL City Clerk 2009-176 RESOLUTION NO. 2009-177 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING PROFESSIONAL SERVICES AGREEMENT FOR FINAL DESIGN OF SURFACE WATER TREATMENT FACILITYAND TRANSMISSION PROJECT, APPROVING SELECTION OF PALL MEMBRANE SYSTEM, AND FURTHERAPPROPRIATING FUNDS WHEREAS, on April 4, 2007, the City Council gave approval for HDR, Inc., to prepare the Surface Water Treatment Facility Conceptual Design and Feasibility Evaluation and on March 13, 2009, gave approval for HDR, Inc., to prepare the 30 percent preliminary plans and the environmental impact report (mitigated negative declaration); and WHEREAS, staff recommends awarding a professional services agreement to HDR, Inc., of Folsom, for the final design of the Surface Water Treatment Facility and Transmission Project in the amount of $1,737,302; and WHEREAS, the scope of service for the HDR agreement providesfor an accelerated design process that will produce bid documents in less than nine months, with the water treatment plant being constructed under a conventional design/bid/build process, and for the development of a preliminaryfinancing plan; and WHEREAS, staff recommends the approval of the Pall Membrane System for the surface water treatment facility as the Pall Membrane System, when compared to the other most appropriate membrane systems for Lodi, was cost competitive, operates in the preferred outside -in mode, and has superior performance (minimal fiber breakage). In addition, there are several successful operating installations, and the company has a sound reputation; and WHEREAS, staff recommends the appropriation of $2,000,000 from the Water Utility Capital Fund to fund the HDR contract and staff support costs. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award a professional services agreement to HDR, Inc., of Folsom, California, for the final design of the Surface Water Treatment Facility and Transmission Project in the amount of $1,737,302; and BE IT FURTHER RESOLVED that the City Council does hereby approve the selection of the Pall Membrane System; and BE IT FURTHER RESOLVED that funds in the amount of $2,000,000 be appropriated from the Water Utility Capital Fund for this project. Dated: December 16, 2009 I hereby certify that Resolution No. 2009-177 was passed and adopted by the City Council of the City of Lodi in a regular meeting held December 16, 2009, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, and Mayor Katzakian NOES: COUNCIL MEMBERS —Hitchcock and Mounce ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS—None ZDIJOHL City Clerk 2009-177 The City of Lodi Public Works Water Services ' f � Mokelumne Water Treatment Plant December 16, 2009 Milestones ✓WID Contract Approved ✓Treat & Drink Option Approved ✓ Preliminary Design Contract ✓Final Design Contract Banking Ends Financing Plan Award Construction Contract April 2003 Dec. 2006 March 2009 Dec. 2009 May 2010 June 2010 Sep. 2010 i 77 iii? s - -1 _ L.. T � _+'r—�—'} '• ..a •I Y � 19 pm -g OIL - ROO"Plft- *"I , ZJ, I UM:= im zu 7 MERM Op". R P..5;2 4� -57• _" _ `'i` '� i- 'r �, �� '' fir+ �' +•�� - E -dm bp Lip L 'Mered : .. -1 tai *i r'' I J •. Y - jr WI- ,ar — .-a ,y F 15�'.s 5.45} � r - �sz Z � +• Tri } ! F f V. IL Z4 72 a 1 I � •.{ � .•a �� �,y �'I � � r pL �' �' kr}'.J '. 3r � r r _ � r - Ti Tr r 4 �' � � • L ` ., . r_.. � y''l.� 1 -�. 1/■• .-��a 7 'te al s 4 rel• — - _ V� #.• 1� •ti f ,tea. Y .�_ +'� ■` � �~___-�. L ... er '.g ��.�� ;�• _ �!• ryr �� .. Y�' 3r�t 5_ •��'1 ,� itJ ` , a ■ ` ■ l a !! •'' 4 vli .�, Lr - C Hp..Rtinnq