Untitled


[PDF]Untitled - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

9 downloads 47 Views 1003KB Size

Orange County Sanitation District Request for Proposals OCEAN OUTFALL SYSTEM REHABILITATION PROJECT NO. J-117

September 23, 2014 REQUEST FOR PROPOSALS for ORANGE COUNTY SANITATION DISTRICT PROFESSIONAL ENGINEERING SERVICES (COMPRISING SEPARATE DESIGN ENGINEERING AND CONSTRUCTION SUPPORT SERVICES) OCEAN OUTFALL SYSTEM REHABILITATION PROJECT NO. J-117

I.

GENERAL The Orange County Sanitation District (SANITATION DISTRICT) invites proposals for OCEAN OUTFALL SYSTEM REHABILITATION, PROJECT NO. J-117, from firms or individuals capable of performing engineering services including design and construction support services. The attached Scope of Work (Attachment A) describes the services required for Preliminary and Final Design. Pursuant to the successful completion of the design services, continuation of services for the construction support will require Board of Directors (Board) approval with the same firm for additional services which are related to another phase of this project. This is in accordance with SANITATION DISTRICT Board of Directors’ Ordinance No. OCSD-44. This Board approval will be based on an outline and recommendation of the scope for additional work. Upon Board approval for continuation of services, the SANITATION DISTRICT staff will request a proposal from the approved firm for construction support services. The scope of work for construction support services will be defined at a future date and will generally consist of assistance with submittal review, responses to contractor requests, change order preparation and review, commissioning and startup assistance, and preparation of conformed and record drawings. This project will assess and rehabilitate deteriorating and/or obsolete electrical, mechanical, structural, instrumentation and control systems at the OOBS; evaluate space utilization at the OOBS; assess and redesign certain mechanical and instrumentation and control systems at EPSA and EPSA Standby Power Facility; perform hydraulic analyses to design and construct a new outfall pumping facility; rehabilitate interplant pipelines, junction boxes and overflow structures, and install a new fiber optic cable between the plants. Should the proposal identify a team of firms to complete the design per this Scope of Work, only the lead firm shall be allowed to perform the project management duties and interface with the SANITATION DISTRICT. The SANITATION DISTRICT will enter into the Professional Design Services Agreement (PDSA) with this firm only.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 1 of 20

II.

PROPOSAL SCHEDULE The following key dates and times have been set for the selection of a CONSULTANT: Event

Date

Issuance of RFP

September 23, 2014

Non-Mandatory Pre-Proposal Meeting and Site Visit 1

October 15, 2014 at 12:30 PM

Non-Mandatory Site Visit 2

October 21, 2014 at 9:00 AM

Question Submission Due Date

October 30, 2014 by 5:00 PM

Proposals Submission Due Date

November 18, 2014 at 12:00 PM

Estimated Notification of top ranked proposers for oral interviews*

December 2, 2014 and/or December 11, 2014

Estimated date of oral interviews*

December 3, 2014 and/or December 16, 2014

* Subject to change at the discretion of the SANITATION DISTRICT. PROPOSERS will be notified one week in advance of any date change. A. Pre-Proposal Meeting and Site Visits Please review the sections of this RFP entitled “Visitor Identification and Sign-In” and “Site Visit Safety Requirements” and prepare accordingly. Several tunnels require confined space certification and will not be accessible to the pre-proposal meeting attendees during the site visit. 1) Non-Mandatory Pre-Proposal Meeting and Site Visit 1 A non-mandatory pre-proposal meeting and a site visit 1 will be held at Plant No. 2 at the time and date shown above. The address of Plant No. 2 is shown below. SANITATION DISTRICT Plant No. 2 OPS Center Training and Conference Room 22212 Brookhurst Street Huntington Beach, CA92646 The site visit / site walk will occur immediately after the meeting. Site visit participants are required to have the appropriate personal protective equipment according to Section X – Site Visit Safety Requirements.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 2 of 20

2) Non-Mandatory Site Visit 2 A non-mandatory site visit 2 will be held at Plant No. 2 at the time and date shown in the Proposal Schedule. Site visit participants will meet in front of the OPS Center Training and Conference Room. The address of Plant No. 2 is shown in Section 1). Site visit participants are required to have the appropriate personal protective equipment according to Section X – Site Visit Safety Requirements. B. Questions Submissions Due Date All communications concerning this RFP must be in writing. Written questions regarding details of this RFP will be accepted and must be received by the SANITATION DISTRICT by the date and time shown in Section II Proposal Schedule above. Written questions must be sent via electronic mail (e-mail) at [email protected]. All questions submitted via e-mail shall contain the following title in the Subject line: “Project No. J-117: Request for Proposal – Proposer Questions”. Telephone questions will not be accepted. Any questions received after this date may not receive a response. C. Submittal of Proposals Proposals will be received at the location shown below on or before the time and date shown in Section II Proposal Schedule above: Proposals Received at SANITATION DISTRICT Plant No. 1 Administration Building Receptionist Desk 10844 Ellis Avenue Fountain Valley, California 92708 The complete Proposal shall be submitted in a sealed envelope or box with the Proposer’s name, Project Title, Project number, and the proposal due date and time clearly marked on the envelope. The envelope must also be clearly marked “Sealed Proposal – Do not Open”. The Fee Proposal shall be placed in a separate sealed envelope and included in the same envelope or box with the Technical Proposal. The SANITATION DISTRICT will assume that those firms not responding by the date and time stipulated herein have elected not to participate in the proposal submittal process. D. Date of Oral Interviews The top-rated proposers may be invited to meet with the Selection Committee for an oral interview. If interviews are held, the SANITATION DISTRICT expects to hold them on the date shown in Section II Proposal Schedule above. All proposers are asked to keep this date available. REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 3 of 20

III.

SCOPE OF WORK The Scope of Work shall include all items set forth in Attachment A, which is an integral part of this Request for Proposals. The final, negotiated version will be attached to the signed PDSA.

IV.

SANITATION DISTRICT ENGINEERING DESIGN STANDARDS CONSULTANTS may download, without charge, an electronic copy of the SANITATION DISTRICT’s Engineering Design Standards from the SANITATION DISTRICT’s FTP site. This information is provided to prospective proposers as a reference only. The successful Proposer will receive a copy of the current SANITATION DISTRICT Standards at the time of the Notice to Proceed. ftp://ftp.OCSD.com Username: ftpreader Password: road4short Navigate to: Permanent\Engineering\OCSD DESIGN STANDARDS - for RFP-PSA only - NOT for design phase

V.

CONSULTANT'S PROPOSAL The CONSULTANT’s Proposal shall be submitted in two parts; a Technical Proposal and a Fee Proposal. The contents of the two parts shall be as described below. The following number of copies shall be submitted: Proposal

1 original and eight (8) bound copies 1 CD containing a copy of the Proposal (the Fee Proposal is not to be included on the CD)

Fee Proposal

1 copy in a separate, sealed envelope (The sealed Fee Proposals of the unsuccessful Proposers will be returned unopened once the contract is awarded and fully executed.)

Sections 1 through 5, as described below shall be printed on letter-sized paper with a minimum 11-pt font size and ¾-inch margins. For those sections, tabloid-size pages (11x17) may be used only when needed for graphics or tables that cannot be easily read on letter-sized paper. The total length of Sections 1 through 5 shall not be more than Twenty-five (25) single sided pages. The Technical Proposal shall be organized as described below with the content described. Any additional material which the CONSULTANT feels will aid the SANITATION DISTRICT in determining the CONSULTANT’s qualifications for performing the required work should be included in the most appropriate section or sections described below.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 4 of 20

A. Cover Letter The cover letter shall include the names, addresses, and phone numbers of CONSULTANT and subconsultant offices that are proposed to be involved in the project. The letter shall also clearly identify who the SANITATION DISTRICT shall contact regarding the Proposal. Lead offices for the various areas of work (i.e., project management, lead project engineering, civil, structural, I&C, electrical, etc.) shall be identified. The cover letter shall be signed by a person authorized to bind CONSULTANT to the terms of the Proposal. B. Section 1 – Understanding and Approach (20 points) The contents of this section shall demonstrate the CONSULTANT’s understanding of the SANITATION DISTRICT’s goals and objectives of this project, and how the CONSULTANT proposes to execute the project. This section is not intended to include the CONSULTANT’s scope of work, since the Scope of Work is defined in Attachment A to this Request for Proposal. If the CONSULTANT recommends revisions to the scope of work, they should be described in this section, along with the reasons for doing so. In any case, the level of effort and proposed fee shall be based on the Scope of Work included in Attachment A. Further evidence of the CONSULTANT’s understanding and approach shall be provided in Appendix D and Appendix E as described below. The contents of these two appendices will be factored into the score for this section. The highest score for this section will be based on the ability of the CONSULTANT to demonstrate the following: 1. A clear understanding of the SANITATION DISTRICT’s goals and objectives of this project. 2. How the CONSULTANT proposes to cost effectively produce bid documents that will result in clear and competitive bids, and that can be constructed with minimum changes, construction disruptions, and potential claims. 3. How the CONSULTANT’s quality control processes will ensure that the project objectives are addressed and the quality of submittals are high. 4. How the CONSULTANT proposes to manage the work to comply with the established budget and schedule. Maximum durations for CONSULTANT activities are specified in the Scope of Work in Attachment A. The CONSULTANT may propose either shorter or longer durations for these activities if, in their opinion, such changes would benefit the project. The SANITATION DISTRICT does not, however, consider a shorter design duration an important factor by itself for this project. 5. An innovative idea that offers clear benefits to the SANITATION DISTRICT.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 5 of 20

C. Section 2 – Understanding of Project Risks and Risk Mitigation Plan (30 points) Identify and clearly describe perspective construction risks based on the SOW in this RFP. Risk Mitigation Plan as proposed by the CONSULTANT must include description of construction risk mitigation strategies that are proposed by the CONSULTANT to be implemented during design development. The highest score for this section will be based on the CONSULTANT’s ability to demonstrate the following: 1. Demonstrate in the Proposal understanding of risks associated with bypass. 2. Clear identification and description of perspective operational, design, and construction risks. 3. Project specific plan of how to we will be assessing condition of the existing facility to assure that we will be able to gather necessary information 4. Project specific risk plan including information on how to address risks in design & construction. 5. Clear description of potential design solution that can be considered by the SANITATION DISTRICT during design. 6. Recommended design review process to contemporaneously identify and implement mitigation strategies during design development. 7. Other innovative solutions as proposed by the Consultant to mitigate risks. D. Section 3 – Related Project Experience (30 points) This section shall demonstrate that the CONSULTANT has successfully completed projects of a similar nature. This section should include at least three reference projects with the following information: 

Project Name and Location, and Owner’s name.



Client contact information including the name, title, phone number and email address.



The dates of design and construction completion. If either design or construction has not yet been completed, list the anticipated date of completion. Projects completed more recently are considered more relevant.



The involvement of team members proposed for this project and their role and responsibility on that project.

Additional projects may be listed without full reference information. The highest scores for this section will be provided where related projects demonstrate the following:

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 6 of 20

1. Work elements that include large diameter pipe rehabilitation including trenchless methods of rehabilitation. 2. Experience in evaluation, design & specification development for inspection. 3. The relevant aspects of the project were performed by Key Team Members proposed for this project. Participation on a past project in a quality control role is not as useful as someone who involved in the project production. 4. Previous experience in design of large pumped & gravity bypass systems. 5. Projects where record drawings of existing facilities were limited, and where effective approaches to producing bid documentation were employed. A description of the approach should be provided. 6. Direct experience in design & specification development of large pump station water & wastewater facilities. 7. Hydraulic analysis of current and future flows for outfall pumping. E. Section 4 – Project Team and Staff Qualifications (15 points) This section shall demonstrate that the CONSULTANT is proposing a team that is well configured for the needs of the project, includes staff with appropriate qualifications, and that the Key Team Members are sufficiently committed to the project to complete the work in the specified schedule. The SANITATION DISTRICT encourages the CONSULTANT’s key project staff to be Board Certified Environmental Engineers (BCEE) or Board Certified Environmental Engineering Members (BCEEM) of the American Academy of Environmental Engineers (AAEE) and requests that the proposal identify BCEEs/BCEEMs assigned to the project, as well as the total number of AAEE Board Certified Engineers employed by the firm. The definition of which team members are Key Team Members is at the CONSULTANT’s decision. The SANITATION DISTRICT typically considers Key Team Members to include the following roles, depending on the nature of the project. 

Project Manager (All teams must have a single individual specifically named as Project Manager.) The Project Manager is encouraged to be a licensed California Professional Engineer and possess PMP certification.



Project Engineer. The Project Engineer shall be a licensed California Professional Engineer.

This section shall include the following information: 1. Project Team Organization and Roles. The highest scores will be given to those firms who present an organization chart where the roles, responsibilities, and lines of communication are apparent to the team members involved and to REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 7 of 20

the SANITATION DISTRICT staff. The division of work and responsibilities between the CONSULTANT and subconsultants is ideally based on clear lines of responsibility, accountability, and communication. 2. Staff Qualifications. Resumes for all individuals indicated in the Organization Chart should be included in an appendix as described below. This section should, as a minimum, summarize the key aspects of each Key Team Member’s qualifications, and include a personal reference. The highest scores for this consideration will be a result of an optimum fit of individual experience and success, and the requirements of the role on the project. 3. Reference information for Key Team Members. At least three client references, including name, description of past working relationship, and current contact information, shall be listed for each Key Team Member. 4. Key Staff Commitment Levels. A table should be provided listing each of the Key Team Members, the approximate fraction of time that individual will work on the project during the main production effort for the Preliminary Design, and the fraction of time during the main production effort for the Final Design, and the anticipated fraction of that person’s time that is available during these periods. The purpose of this table is to demonstrate the extent of each Key Team Member’s effort, and whether that person is actually available to do the work proposed. F.

Section 5 – Estimated Level of Effort (5 points) This section should summarize the total number of hours by task and list any relevant assumptions made in estimating the level of effort. The summary of hours included in the Technical Proposal may be used to better understand the CONSULTANT’s understanding and approach to the project. A more detailed estimate of hours by task and by labor classification shall be submitted in an Appendix as described below. The summary in this section shall include only the total number of hours per task. This section should not include estimated fees, subconsultant costs, or expenses. That information should be included only in the Fee Proposal.

G.

Appendix A – Resumes This appendix shall include resumes for all individuals shown on the proposed Organization Chart. Resumes shall be sorted first by firm, and then by last name. Resumes for the prime CONSULTANT shall be listed first. Resumes shall indicate CONSULTANT/subconsultant affiliation, and professional engineering licenses, including discipline and state of licensure. When resumes indicate related experience, the description should include that person’s role on the project, rather than just a description of the project.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 8 of 20

H.

Appendix B – Labor Hour Estimate A listing of estimated hours by task and labor classification shall be prepared, as indicated in Attachment B. The Microsoft Excel spreadsheet used to generate this table is available electronically from the SANITATION DISTRICT. The CONSULTANT may use this file, but the CONSULTANT shall assume full responsibility for the accuracy of the formulas in their final spreadsheet. Whether this spreadsheet is used or not, the same content and level of detail must be presented. The table for the prime CONSULTANT shall include the total number of hours for each of the subconsultants on the team. For subconsultants with labor-related fees greater than $100,000, and additional copy of the table shall be included listing their hours by labor classification. Hours for subconsultants with less than $100,000 in labor-related fees, no further itemization of hours other than one the prime CONSULTANT’s table is required.

I.

Appendix C – Conflict of Interest Disclaimer The CONSULTANT shall include in this appendix a completed Conflict of Interest Disclaimer included as Attachment C disclosing interest, ownership, or remuneration of any type that has been received or is anticipated from any manufacturer, supplier, or distributor which may be recommended on the project.

J.

Appendix D – Outline of Deliverables In order to demonstrate their understanding of the Scope of Work, the CONSULTANT shall prepare preliminary outlines of each of the required technical memoranda, reports, and design deliverables. Preliminary lists of drawings for the final bid documents shall also be submitted. It is understood that the outlines and lists will change during the course of the project.

K.

Appendix E – Subconsultant Scopes of Work In order to demonstrate the proposal role of subconsultants, scopes of work for each subconsultant shall be submitted. Any gaps between the Scope of Work included in Attachment A and the proposed subconsultant scopes of work will be understood to the responsibility of the prime CONSULTANT.

L.

Appendix F – Schedule The CONSULTANT shall present a schedule for completing the Preliminary and Final Design phases of the project, prepared using whatever software the CONSULTANT considers appropriate for the purpose. The proposed schedule need not be cost of resource-loaded. The CONSULTANT may propose different durations than those specified in the Scope of Work, but an explanation for those differences should be included in Section 1 of the Proposal.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 030414

Page 9 of 20

M.

Appendix G – Acknowledgement of RFP Requirements & PDSA The CONSULTANT shall include a signed copy of Attachment G with any exceptions or proposed deviations attached.

N.

Appendix H – Ability to Meet Insurance Requirements Section 7 of the PDSA requires the CONSULTANT to maintain during the life of this Agreement certain insurance levels and endorsements. CONSULTANT shall include in this an appendix a signed statement of whether these insurance requirements can be met by the prime CONSULTANT. Although all subconsultants will be required to provide insurance in amounts and types reasonably sufficient as to the level of the subconsultants work, documentation of subconsultant insurance is not required in the Proposal.

O.

Appendix I – Acknowledgement of Addenda Receipt The CONSULTANT shall include a signed copy of Attachment J acknowledging receipt of all addenda issued by the SANITATION DISTRICT for this solicitation. If no addendum has been issued, the form shall be completed with the words “No addendum received” on the line reading “Addenda number(s) received:”.

VI.

FEE PROPOSAL A.

Fee Proposal Contents The Fee Proposal shall propose a maximum, not-to-exceed estimate of the total fee for the Scope of Work in Attachment A based on a detailed breakdown of average hourly rates by labor category, subconsultant fees, and expenses. The hours and assumptions for the Fee Proposal shall be consistent with those presented in the Technical Proposal. The Fee Proposal cover letter shall only include a summary of the total fee as shown in the following table. Item

Phase 2

Phase 3

Total

Total Hours including Subconsultants Total Fees, including labor, overhead, profit, subconsultants and expenses. The Fee Proposal cover letter shall be signed by a person authorized to bind CONSULTANT to the terms of the Fee Proposal. Attachment E – Fee Proposal Form and Rounding Instructions The total proposed fee shall be summarized in Attachment E, which includes detailed instructions on rounding of numbers. The table used to generate this form REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 10 of 20

is available from the SANITATION DISTRICT in a Microsoft Excel spreadsheet. The CONSULTANT may use this spreadsheet, but accepts full responsibility for the accuracy of the formulas and calculations. Attachment I – Cost Matrix and Summary A completed version of Attachment I shall be submitted for the prime CONSULTANT and each subconsultant with labor-related fees greater than $100,000. The table for the prime CONSULTANT shall include the total hours and fees for each subconsultant. The Microsoft Excel spreadsheet used to generate Attachment I is available from the SANITATION DISTRICT, but the CONSULTANT assumes full responsibiiity for the accuracy of the formulas and calculations. For subconsultants with labor-related fees less than $100,000, a table shall be included itemizing hours by task in the Scope of Work, labor category, hourly rates, and expenses. Attachment K – Hourly Rate Schedule for Minor Subconsultants An hourly rate schedule for each subconsultant with labor-related fees less than $100,000 shall be submitted in the format shown in Attachment K. The hourly rates indicated in this schedule will be the only basis for compensation of labor-related fees during execution of the work. Any categories that might be used during the course of the project should be listed in this schedule, whether any hours are expected for that category or not. This attachment should also include rates for any non-labor related services, such as potholing, soil boring, or laboratory tests. B.

Calculation of Fees Fees shall be calculated according to the terms listed in the PDSA. The CONSULTANT will be compensated for labor, subconsultants, and allowable direct costs, as summarized below. For the purposes of calculating fees, subconsultants with labor-related fees, including burdened labor, overhead and profit, greater than $100,000 are defined as Major Subconsultants. Subconsultants with labor-related fees less than $100,000 are defined as Minor Subconsultants. Labor Compensation and Profit Total compensation for labor for both the prime CONSULTANT and Major Subconsultants will be based on Burdened Labor costs, Overhead and Profit. Burdened Labor costs include actual salary paid to employees, plus the cost of fringe benefits, such as insurance, paid time off, etc. The cost of fringe benefits is expressed as a multiple of actual salary, referred to as the CONSULTANT’s Fringe Factor.

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 11 of 20

Overhead includes all other costs for doing business including telecommunications, fax, computers, and CAD equipment. Separate charges for communications and electronic equipment will not be allowed. Overhead is expressed as a multiple of Burdened Labor costs. Profit for CONSULTANT and Major Subconsultants shall be a percentage of the sum of Burdened Labor plus Overhead. The calculation of the allowable profit percentage will be calculated separately for the prime CONSULTANT and each Major Subconsultant, based on the total Burdened Labor and Overhead costs for each. When the total of Burdened Labor and Overhead cost is $250,000 or less, the Profit shall be 10% of Burdened Labor and Overhead. Between $250,000 and $2,500,000, the maximum Profit shall be limited by a straight declining percentage between 10% and 5%. For costs greater than $2,500,000, the Profit shall be 5%. The Profit percentage established for the prime CONSULTANT and each Major Subconsultant will remain the same for subsequent amendments. Major Subconsultants Major Subconsultant shall be compensated by the same method as for the prime CONSULTANT, with no markup allowed for the prime CONSULTANT. Separate factors shall be included in the Fee Proposal and PDSA for each Major Subconsultant’s Fringe Factor, Overhead Factor, and allowable Profit. The compensation for each Major Subconsultant, including both labor related fees, and direct costs shall not exceed the amount shown in the Fee Proposal and incorporated into the PDSA. Minor Subconsultants Minor Subconsultants shall be compensated based on an established hourly rate schedule by personnel classification. The hourly rates shall cover burdened salary costs, overhead and profit. The hourly rate schedule for each Minor Subconsultant shall be submitted with the Fee Proposal. The compensation for each Minor Subconsultant, including both labor related fees, and direct costs shall not exceed the amount shown in the Fee Proposal and incorporated into the PDSA. Allowable Direct Costs Direct costs will be compensated at actual costs incurred, for the Prime Consultant, Major Subconsultants, and Minor Subconsultants. Allowable Direct Costs are described in Attachment D, which will also be attached to the signed PDSA. The list of Allowable Direct Costs applies to the prime CONSULTANT, Major Subconsultants, and Minor Subconsultants. VII.

AGREEMENT EXECUTION The CONSULTANT shall enter into an Agreement with the SANITATION DISTRICT by signing the SANITATION DISTRICT’s Professional Design Services Agreement (PDSA) at the Design Phase and the SANITATION DISTRICT’s Professional Consultant.

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 12 of 20

Pursuant to the successful completion of the design services, continuation of services for the construction support Phase will require Board approval (PCSA). The PDSA for this project is included as Attachment F and the PCSA as Attachment H. Enclosed as Attachment G is an “Acknowledgement of RFP Requirements & PDSA” form on which the CONSULTANT indicates its acceptance of the terms and conditions described in the sample Agreement. The CONSULTANT shall identify any exceptions on the form itself or include as a separate sheet. The signed form shall be submitted in the appropriate appendix of the CONSULTANT’s Technical Proposal. VIII.

EVALUATION PROCEDURES Proposals submitted without required documents may be considered nonresponsive and may be rejected. Proposals will be scored using the following criteria and weighting: Criterion

Weighting

Proposal Content Used for Scoring

Project Understanding and Approach

20%

Section 1 Appendix B Appendix D Appendix E Appendix F

Understanding of Project Risks and Risk Mitigation Plan

30%

Section 2

Related Project Experience

30%

Section 3 Appendix A

Project Team and Staff Qualifications

15%

Section 4 Appendix A

Estimated Level of Effort

5%

Section 5

A Selection Committee will evaluate and rank the Technical Proposals in accordance with policies established by the SANITATION DISTRICT Board of Directors and the requirements of this RFP. The Selection Committee will review and evaluate based on criteria in the RFP. Based on this evaluation, the Selection Committee will establish a short list of top-rated proposer who may be invited for oral presentations. There is no predetermined number of firms to be shortlisted. Once the short list has been established, the scores for the Technical Proposal will be set aside, and all short-listed proposers will enter the oral presentations on an equal basis. Following the oral presentations, the Selection Committee will re-evaluate each proposer using the criteria in the RFP and generate a new set of scores. Both the Technical Proposal and the oral presentations will be considered at this point to arrive at final scores. Negotiations will be conducted with the top-ranked firm. REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 13 of 20

IX.

VISITOR IDENTIFICATION AND SIGN-IN Upon arrival at the SANITATION DISTRICT’s Plant No. 1 or Plant No. 2 facilities, all visitors (including pre-proposal/site visit attendees) must show a government-issued photo identification and sign-in. Visitors must obtain a temporary visitor identification badge by providing either a driver’s license, California Department of Motor Vehicles issued photo identification card, passport or other form of identification that establishes identity. Depending upon the number of visitors, waits of 30 minutes may be expected with the sign-in process; therefore, attendees should plan their arrival accordingly. Advance registration via facsimile at (714) 593-7779 or electronic mail (e-mail) at [email protected] is recommended to help reduce the wait time at the security gate. Please include the following title on the subject line of the facsimile or email: “Project No. J-117, Visitor Registration”. In the body of the message, include the company name, and for each attendee, the first and last name, phone number and email address. Upon leaving the SANITATION DISTRICT’s plant facility, visitors shall return their temporary identification badges in the receptacle provided, located at the main entrance/exit security booth.

X.

SITE VISIT SAFETY REQUIREMENTS The SANITATION DISTRICT will not provide personal protective equipment to attendees. Attendees are required to wear long pants, long or short sleeved shirts (no tank tops), and all the listed personal protective equipment that meets the following criteria: 

Enclosed Safety Toed Shoes must meet ASTM F2413. ASTM numbers must be legible on the tongue or insides of the shoes,



Safety Glasses must meet ANSI Z87,



Hard Hats must meet ANSI Z89.1, and



Safety Vest ANSI/SEA 107-2004 Class 2 requirements.

Site visit participants who do not have the appropriate personal protective equipment will not be allowed to participate in the site visit due to safety concerns. XI.

ADDENDA Any SANITATION DISTRICT changes to the requirements of this RFP will be made by written addendum. Addenda will be posted on the SANITATION DISTRICT’s BidsOnline system (PlanetBids). Only firms who have elected to be a prospective proposer will receive addenda. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Agreement. The SANITATION DISTRICT will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instruction. CONSULTANT’s are required to acknowledge receipt of all addenda in Attachment J, which must be included in the CONSULTANT’s Proposal.

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 14 of 20

XII.

FILING OF PROTESTS AND PROTEST PROCEDURES This Section sets forth the procedure and remedies concerning submittal and consideration of all protests received by the SANITATION DISTRICT with respect to this Request for Proposal (RFP). All communications to the SANITATION DISTRICT relating to a Protest shall be in writing and submitted electronically to [email protected]. By submitting a Proposal, each Proposer hereby agrees and understands that the Proposer must comply with these protest procedures and exhaust all the administrative remedies set forth herein prior to the initiation of any type of related legal action. Upon the express written agreement of the parties, this protest procedure can also be used to resolve issues surrounding the SANITATION DISTRICT’s determination of a proposer as not responsible. This procedure is not intended to address issues concerning proposal responsiveness. The following terms as used in this Section shall have the following meanings: Protest shall mean a written objection by an interested party or affected party to (i) the requirements or specifications contained in a formal RFP (solicitation protest); or (ii) a proposed award recommendation (award protest). Days shall mean calendar days, unless otherwise specified. Interested Party shall mean all proposers or prospective proposers on a procurement. Solicitation Protest Statement shall mean a written objection during the solicitation phase of the procurement, which shall be submitted prior to the proposal due date as specified herein. Award Protest Statement shall mean a written objection to the award recommendation prior to final action to award the contract, which shall be submitted after receipt of proposals, but before award of a contract, as specified herein. File or Submit shall refer to the date of receipt by the SANITATION DISTRICT. Affected Parties shall mean proposers on a procurement, whose direct economic interest would be affected by a submitted protest. Specific procedures and requirements are as follows: A.

Solicitation Phase Protest The purpose of this RFP is to obtain competitive Proposals from interested Proposers. Any interested party who has reason to believe that a free and open competition has not taken place or that a particular specification or requirement is impractical, unduly restrictive, or ambiguous may advise the SANITATION DISTRICT of its concerns by submitting a detailed Solicitation Protest Statement in accordance with the requirements set forth below in this Section A.

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 15 of 20

1.

Contents and Requirements A Solicitation Protest Statement must be submitted to the SANITATION DISTRICT 's Contracts Administrator identified in the RFP via electronic mail (e-mail) at [email protected] by 4:00 p.m. (Pacific Time zone) no less than fifteen (15) days prior to the proposal due date, and must contain all of the following to be considered: a. The name, address, and telephone number of the protestor; b. The Project Name and Project Number of the RFP being protested; c. A detailed statement setting forth the grounds for protest, which shall include, in sufficient detail to establish the merits of the protest, all the factual and legal documentation in support of the protest; and d. The desired resolution to the protest. If the submitted Solicitation Protest Statement does not comply with the requirements set forth herein, then it will not be considered for evaluation and will be returned to the protestor. The Solicitation Protest Statement shall not be amended after filing, and the SANITATION DISTRICT will not consider any unsolicited information provided after filing. Any argument not raised in the Solicitation Protest Statement shall be deemed waived, including as a part of the award protest. Failure to file the Solicitation Protest Statement within the time period specified herein shall constitute a waiver of the right to protest the specifications or requirements of the RFP. Solicitation Protest Statements are public documents. The SANITATION DISTRICT will provide copies of the Solicitation Protest Statements upon written request.

2.

Evaluation and Determination No hearing will be held on the protest. The SANITATION DISTRICT’s Contracts, Purchasing and Materials Management Division Manager (Purchasing Manager), or designee, will review all material submitted, conduct an investigation of the facts, and may, but need not, request additional information or provide an opportunity for other Proposers to submit statements or arguments regarding the protest. The SANITATION DISTRICT’s Purchasing Manager, or designee, may in his/her sole discretion, discuss the protest with the protestor. The SANITATION DISTRICT’s Purchasing Manager, or designee, shall issue a final written decision regarding any solicitation protest to each Proposer prior to the Proposal due date. The written decision will cite any actions that will or will not be taken in response to the Solicitation Protest Statement. The decision of the Purchasing Manager concerning the Solicitation Protest Statement shall be final, and there shall be no further administrative recourse.

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 16 of 20

B.

Award Protest 1.

Award Recommendation Following receipt and evaluation of the proposals, but prior to final action to award the contract, the SANITATION DISTRICT will issue an award recommendation to each Proposer through any one of the following methods: a.

Delivery via overnight carrier; or

b.

Posting the award recommendation on the SANITATION DISTRICT’s online bidding system as identified within the RFP.

On the date the SANITATION DISTRICT issues an award recommendation, the SANITATION DISTRICT shall make copies of all submitted proposals available upon request. Requests shall be made to [email protected], and shall contain the following in the subject line of the e-mail: “Project No. J-117/RFP – Request for Copies”. 2.

Contents and Requirements Any affected party, who has reason to believe that a free and open competition has not taken place in the evaluation of the proposals and award recommendation, is permitted to protest the SANITATION DISTRICT’s award recommendation by submitting an Award Protest Statement to the SANITATION DISTRICT Contracts Administrator identified in the RFP via electronic mail (e-mail) at [email protected] no later than 4:00 p.m. (Pacific Time zone) on the seventh (7th) day after the SANITATION DISTRICT issues the award recommendation or some similar announcement. The SANITATION DISTRICT will not accept an Award Protest Statement, or similar document, prior to the date the SANITATION DISTRICT issues its award recommendation to the Proposers. Award Protest Statements, or similar document, received prior to the issuance of the SANITATION DISTRICT’s award recommendation will be considered premature and will be immediately returned to the party filing the Protest without consideration. The Award Protest Statement must be submitted timely and contain all of the following to be considered: a. The name, address and telephone number of the protestor; b. The Project Name and Project Number of the RFP being protested; c. The SANITATION DISTRICT action or recommendation that is being protested; d. The name(s) of all affected parties; e. A detailed statement setting forth the grounds, legal authority and facts in support of the protest, including all documents and evidence;

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 17 of 20

f.

Each and every ground on which the protestor bases the protest by specific references to parts of the RFP, which shall be attached as exhibits;

g. Each and every reason that all other affected parties who may be in line for the contract award should not be awarded the contract; h. A clear statement of the relief requested and the statutory or case law basis for such relief; and i.

Signed and sworn by a principal of the protestor.

If the submitted Award Protest Statement does not comply with the requirements set forth herein, then it will not be considered for evaluation, and will be returned to the protestor. The Award Protest Statement shall not be amended after filing, and the SANITATION DISTRICT will not consider any unsolicited information provided after filing. Any argument not raised in the Award Protest Statement shall be deemed waived. Award Protest Statements are public documents. The SANITATION DISTRICT will notify the affected parties when a protest has been submitted, and will provide copies of the Protest Statements to the affected parties as soon as is reasonably practical. 3.

Evaluation and Determination The affected parties may file responsive statements in support of or in opposition to the protest no later than 4:00 p.m. (Pacific Time zone) on the third (3rd) business day after the receipt of the Award Protest Statement from the SANITATION DISTRICT. The Purchasing Manager, or designee, shall review the facts and all submittals relative to the Award Protest Statement and shall issue a written decision setting forth the basis for such decision. The written decision will be issued to the protestor and to all affected parties. Unless otherwise required by law, no evidentiary hearing or oral argument shall be provided, except in the sole discretion of the Purchasing Manager, or designee. In the event a hearing is conducted, the Purchasing Manager, or designee, shall issue written notice to the protestor and affected parties identifying the date and time for the hearing, along with rules concerning the hearing.

4.

Appeal Process In the event of an adverse decision by the Purchasing Manager, or designee, the protestor may submit a written appeal to the Director of Administrative Services and immediately send copies to all affected parties. The appeal must be submitted no later than 4:00 p.m. (Pacific Time zone) within seven (7) days after the date the Purchasing Manager, or designee, rendered a decision. The protestor shall only submit: (1) information and documentation

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 18 of 20

previously submitted to the Purchasing Manager, or designee; (2) a copy of the final decision of the Purchasing Manager, or designee; and (3) a brief statement setting forth all factual and legal bases for the appeal. The Director of Administrative Services, together with the Director of the Department requesting the work shall review the appeal. The Directors shall render a written determination and issue it to the protestor and all affected parties. The decision of the Directors shall be final, and there shall be no further administrative recourse. C.

Delay in Award Execution of any proposed contract shall be delayed pending the resolution of the protest unless one or more of the following conditions is present: 1. The items or services being procured are urgently required; 2. Delivery or performance will be unduly delayed by failure to make award promptly; or 3. Failure to make prompt award will otherwise cause undue harm to the SANITATION DISTRICT.

D.

No Limitation on Remedies Nothing contained herein shall be construed to act as a limitation on the SANITATION DISTRICT's choice of remedies or confer any right upon any interested party or affected party to a remedy.

E.

Basis for Choice of Remedy In determining the appropriate remedy, the SANITATION DISTRICT shall consider all the circumstances surrounding the RFP and/or award, including, but not limited to: 1. The seriousness of any deficiency found to exist in the contracting process; 2. The effect of the action on the competitive process; 3. Any urgency surrounding the contract requirement; and 4. The effect that implementing the remedy will have on the SANITATION DISTRICT.

F.

Remedies If the SANITATION DISTRICT determines that the award was not made in accordance with applicable statutes, regulations, policies and/or procedure, the SANITATION DISTRICT, in its sole discretion, may grant any of the following remedies or any other remedy it deems appropriate:

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 19 of 20

1. Prior to award, the SANITATION DISTRICT may issue a new solicitation, make a new selection/award recommendation, or award a contract consistent with applicable statutes, regulations, policies and procedures; 2. In its sole discretion, take no further action; or 3. Take any other action that is permitted by law to promote compliance. G.

Legal Action Any legal action to set aside the final determination of the SANITATION DISTRICT must be filed no later than the 90th day following the date of the final determination consistent with Code of Civil Procedure section 1094.6. In the event a protester files a legal action related to the protest, if the SANITATION DISTRICT prevails, the SANITATION DISTRICT reserves the right to seek reimbursement of its costs, including attorneys’ fees, to the fullest extent permitted by law.

XIII.

ATTACHMENTS: Attachment A

Scope of Work

Attachment B

Labor Hour Matrix

Attachment C

Conflict of Interest Disclaimer

Attachment D

Allowable Direct Costs

Attachment E

Fee Proposal Form

Attachment F

Professional Design Services Agreement (PDSA)

Attachment G

Acknowledgement of RFP Requirements & PDSA

Attachment H

Professional Consulting Services Agreement (PCSA)

Attachment I

Cost Matrix and Summary

Attachment J

Acknowledgement of Addenda Receipt

Attachment K

Hourly Rate Schedule for Minor Subconsultants

NKD:yp EDMS: 003993401

REQUEST FOR PROPOSALS Revision 030414

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION Page 20 of 20

ATTACHMENT “A” SCOPE OF WORK

ATTACHMENT "A" SCOPE OF WORK OCEAN OUTFALL SYSTEM REHABILITATION Project No. J-117 TABLE OF CONTENTS I. SUMMARY ............................................................................................................................. 4

II. BACKGROUND, GENERAL PROJECT DESCRIPTION, AND PROJECT ELEMENTS ...... 4 BACKGROUND ..................................................................................................................... 4 GENERAL PROJECT DESCRIPTION.................................................................................... 5 DESCRIPTION OF PROJECT ELEMENTS............................................................................ 6

III. PROJECT SCHEDULE ........................................................................................................ 13

IV. PROJECT IMPLEMENTATION ........................................................................................... 16 PHASE 1 – PROJECT DEVELOPMENT (NOT INCLUDED IN THIS AGREEMENT) .................... 16 PHASE 2 – PRELIMINARY DESIGN ................................................................................... 16 PRELIMINARY DESIGN SERVICES .............................................................................. 16 Task 2.1 – Preliminary Design Reports (PDRs) .............................................................. 16 Task 2.1.A – Preliminary Design Report A (PDR A) ....................................................... 17 Task 2.1.B – Preliminary Design Report B (PDR B) ....................................................... 21 Task 2.2 - Utility Coordination ......................................................................................... 39 Task 2.3 – Environmental Documentation ...................................................................... 44 Task 2.4 – Risk Management Plan ................................................................................. 44 Task 2.4.1- Risk Management Plan during Inspection .................................................... 44 Task 2.5 – Risk Analysis Report ..................................................................................... 45 Task 2.6 – Value Engineering Report ............................................................................. 45 Task 2.7 – Temporary Handling of Flow ......................................................................... 46 GENERAL DESIGN SERVICES ..................................................................................... 46 Task 2.8 – Project Management ..................................................................................... 47 Task 2.9 – Workshops and Focused Meetings ............................................................... 50

September 15, 2014

J-117 – Design SOW Page 1 of 102

Task 2.10 – Quality Control Plan..................................................................................... 60 Task 2.11 – Management of Subconsultants .................................................................. 63 Task 2.12 – Coordination with other Projects.................................................................. 63 PHASE 3 - FINAL DESIGN.................................................................................................. 63 FINAL DESIGN SERVICES ............................................................................................ 64 Task 3.1 – Design Submittal 1 (DS1) .............................................................................. 64 Task 3.2 – Design Submittal 2 (DS2) .............................................................................. 68 Task 3.3 – Design Submittal 3 (DS3) .............................................................................. 71 Task 3.4 – Final Design Submittal (FDS) ........................................................................ 73 Task 3.5 – Specifications ................................................................................................ 73 Task 3.6 – Environmental Documentation ...................................................................... 78 Task 3.7 - Bid Support Services ...................................................................................... 78 GENERAL DESIGN SERVICES ..................................................................................... 78 Task 3.8 – Project Management ..................................................................................... 79 Task 3.9 – Workshops and Focused Meetings ............................................................... 79 Task 3.10 – Quality Control ............................................................................................. 88 Task 3.11 – Management of Subconsultants .................................................................. 89 Task 3.12 – Coordination with other Projects.................................................................. 95 Task 3.13 – Permitting .................................................................................................... 95 Task 3.13.1 – General ..................................................................................................... 95 Task 3.13.2 – Permits for Contract B Only ...................................................................... 96 Task 3.14 – Sole Source /”Base Bid”/ Equipment Pre-Purchase Alternatives ................ 97 PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES - NOT INCLUDED IN THIS AGREEMENT .......................................................................................................................... 98 PHASE 5 – COMMISSIONING SERVICES - NOT INCLUDED IN THIS AGREEMENT ................. 98 PHASE 6 – CLOSE OUT - NOT INCLUDED IN THIS AGREEMENT ............................................. 98

V. GENERAL REQUIREMENTS .............................................................................................. 98 GENERAL............................................................................................................................ 98 PROJECT-SPECIFIC DEVIATIONS FROM OCSD DESIGN GUIDELINES ...................... 100

VI. STAFF ASSISTANCE ........................................................................................................ 101

September 15, 2014

J-117 – Design SOW Page 2 of 102

VII. EXHIBITS .......................................................................................................................... 101 EXHIBIT 1 EXHIBIT 2 EXHIBIT 3 EXHIBIT 4 EXHIBIT 5 EXHIBIT 6 EXHIBIT 7 EXHIBIT 8 EXHIBIT 9 EXHIBIT 10 EXHIBIT 11 EXHIBIT 12 EXHIBIT 13 EXHIBIT 14 EXHIBIT 15 EXHIBIT 16 EXHIBIT 17 EXHIBIT 18 EXHIBIT 19 EXHIBIT 20 EXHIBIT 21 EXHIBIT 22 EXHIBIT 23 EXHIBIT 24 EXHIBIT 25

OCSD Engineering Design Standards (ftp site) Historical Reports Record Drawings Figures Deliverables List Sample Construction Cost Estimate Format Sample Operating Philosophy [excerpt from Exhibit 1] Sample Control Strategy [excerpt from Exhibit 1] Sample Process and Instrumentation Diagrams (P&IDs) [excerpt from Exhibit 1] Sample ORT Procedure Sample FAT Procedure Sample RAT Procedure Sample Full Project Safety Review Plan Sample Risk Management Check List Interplant Pipeline Inspection Photos – Videos P2 OOBS Building Asbestos Survey Report Not Used Not Used Not Used Not Used Not Used Plant 2 Telephone System PA System Diagrams Not Used J-47 Cable Tray Improvements

September 15, 2014

J-117 – Design SOW Page 3 of 102

I.

SUMMARY Provide engineering services for the preparation of a Preliminary Design Report, construction documents, and Project bid support for the project described herein.

II.

BACKGROUND, GENERAL PROJECT DESCRIPTION, AND PROJECT ELEMENTS BACKGROUND The Orange County Sanitation District is responsible for collection, treatment, and disposal of wastewater for the northwestern portion of Orange County, California. OCSD operates and maintains two treatment facilities. Plant 1 is located in Fountain Valley where the Santa Ana River crosses the I-405 Freeway; Plant 2 is located near the mouth of the Santa Ana River on the coast in Huntington Beach. The two plants process an average of 240 million gallons of wastewater per day. OCSD has two effluent pump stations located at Plant 2 to pump the treated effluent out to sea. Under normal conditions, the long outfall is used to pump the effluent 5 miles out to sea. Under emergency conditions, the short outfall is used. The Ocean Outfall Booster Station (OOBS), constructed in 1988, is the older and larger of the two stations and has an ultimate capacity of 600MGD. It has five 120MGD pumps, intended to operate as four duty and one standby. The effluent lines of both treatment plants are connected to the OOBS wet well. All OOBS pumps are connected to a common header that discharges to the ocean through either of two surge towers for the long outfall (480 MGD capacity at high tide) and short outfall (230 MGD capacity at high tide). Each OOBS pump is driven by a 360RPM, 2625HP synchronous motor operating at 2,300 Volts. The pump speed is controlled by a variable frequency drive (VFD). The Effluent Pump Station Annex (EPSA), completed in 2007, has a capacity of 360 MGD, with three 120MGD pumps connected via a common header to either of the two surge towers for the long and short outfalls. The EPSA discharging piping can also be configured to allow one pump to connect to the long outfall and two pumps to connect to the short outfall. The EPSA wet well is connected to the OOBS wet well via a 12ft diameter pipeline, creating in effect one elongated wet well. Similar to the OOBS pumps, each EPSA pump is driven by a 360 RPM, 2,650 HP synchronous motor operating at 4,160 Volts. The pump speed is controlled by a VFD. Power for each pump station is provided at 12,470Volts from the Central Generation Plant (Cen Gen) via two separate circuits, providing dual source reliability. Should both sources fail, power can be provided from the EPSA Standby Power Facility (SPF), consisting of three 2,000-kW diesel generators. The SPF can provide power for operating any two pumps or 240MGD. Declining plant influent flow from water conservation, and reduction in effluent flows due to OCSD’s agreement to provide secondary treated water to Orange County Water District (OCWD) for Groundwater Replenishment System (GWRS), have reduced outfall flows lower

September 15, 2014

J-117 – Design SOW Page 4 of 102

than previously projected. The existing OOBS and EPSA pumps are frequently operating below their design capacities. This causes inefficient pumping and has detrimental effects on the pumps and piping, creating higher maintenance costs. Additionally, OCWD is projecting the need for even more secondary treated water in the future with their final Phase 3 capacity expansion and OCSD is looking to maximize the reuse of secondary effluent. This will result in lower dry weather effluent flows in the future, which is ultimately anticipated to be primarily OCWD brine, filtrate from the Plant 1 and Plant 2 belt filter presses, and centrate from the future Plant 1 and Plant 2 centrifuges. Prior to issuing the RFP for this project, studies and investigations were performed in the various areas described in the Project Elements section of the Scope of Work. Relevant studies and reports include, but are not limited to: J-59 Evaluation of Secondary Effluent Pumping at Plant No. 2 (Carollo, 1999) CS-2006-292BD OOBS Condition Assessment (Black and Veatch, 2008) SP-187 OOBS Pump Station Evaluation (Black & Veatch, 2013) J-112A OOBS Building Evaluation (Black & Veatch, 2013) The reports should be referenced for historical information and historical detailed analyses; however, unless specifically called out in the following Project Elements and Tasks, the Consultant should verify all items prior to proceeding with further analysis and design. The interplant facilities associated with this project include the 84-inch interplant effluent pipeline, constructed under Contract I-6-1 circa 1965, and the 120-inch interplant effluent pipeline and fiber optic cable, constructed under I-9 in 1993-1994. Record drawings for the OOBS, EPSA, and interplant facilities are included in Exhibit 3 in supplemental information on OCSD’s FTP site for this RFP.

GENERAL PROJECT DESCRIPTION This project shall assess and rehabilitate deteriorating and/or obsolete electrical, mechanical, structural, instrumentation, and control systems, breakroom and restrooms at OOBS; assess and redesign the EPSA motor cooling system: modify the EPSA Standby Power Facility switchgear controls for interface with the new OOBS 12.47-kV switchgear; perform hydraulic analyses for all possible flow scenarios for gravity and outfall pumping and determine the size of a new outfall pump station; construct a new outfall pump station; develop new operating philosophies for the outfall pump stations and outfall system; rehabilitate interplant pipelines (84 inch and 120 inch), junction boxes and overflow structures; and install a new fiber optic cable between Plant 1 Cen Gen and Plant 2 OOBS and revising the conduits within the plants to accommodate the routing revisions. Consultant shall develop design documents for two construction projects to be issued for bid separately. See Section III, Project Schedule, within this Scope of Work. A table showing scope of work elements and other pertinent information can be found in Exhibit 4 of this Scope of Work.

September 15, 2014

J-117 – Design SOW Page 5 of 102

DESCRIPTION OF PROJECT ELEMENTS This project includes the following key functional Project Elements:

Project Element 1 – HYDRAULIC ANALYSIS AND OPERATING PHILOSOPHY Perform hydraulic analyses on OOBS, EPSA and the Ocean Outfall System (OOS) including low, average and peak flows during wet and dry weather conditions, GWRS expansion flows (Phase 2 and 3), gravity flow, EPSA and/or OOBS operation, interconnecting pipelines, current and future operating philosophies, etc., to determine the required size of a new outfall pump station (see Project Element 2). Consultant shall consider future potential projects that may impact ocean outfall pumping requirements including but not limited to: segregation of GWRS Phase 2 and Phase 3 brine flows, segregation of OCSD Plant 1 and Plant 2 centrifuge centrate flows, transfer of secondary treatment flows between Plant 2 to Plant 1 from the effluent of the Plant 2 activated sludge (AS) plant and the trickling filters using future secondary effluent pump stations, with and without SARI line flows (OCWD may not accept SARI flows), and the reduction of effluent to the outfall through other secondary effluent reuse partnerships to use up to 100% of the secondary treatment effluent. Consultant shall consider future potential project impacts in the design of the new pumping facility such as brine treatment and on-site tertiary treatment/potable water treatment facilities. Hydraulic analyses shall utilize outfall and secondary effluent flows developed by SP-173, Effluent Reuse Study, which is anticipated to be completed approximately one and a half years after NTP for that project. Hydraulic analyses shall include projected future wet weather flow conditions. Analysis shall include tidal impacts and potential rising sea levels due to climate change. Evaluate and provide a recommendation for a new outfall pump station to convey typical dry weather/low flows to the outfalls. The pumps must be integrated with OOBS, EPSA, and the OOS. Consultant shall evaluate the best location for the new pump station and provide detail design and construction documents for the chosen alternative. New pump station options shall include the following options: 

New pump station located adjacent to OOBS and designed to operate during low flow conditions and pump to the long or short outfall. Evaluate the size of the new pump station to handle daily dry weather flow with OOBS and EPSA operating during peak daily flow and sized to handle all dry weather flow with OOBS and EPSA operating only during wet weather flows. A sufficient number of OOBS pumps and motors shall be rehabilitated and the associated VFDs shall be replaced to meet the long and short outfall capacities with OOBS and EPSA.



New pump station located adjacent to EPSA and designed to operate during low flow conditions and pump to the long or short outfall. Evaluate the size of the new pump station to handle daily dry weather flow with OOBS and EPSA operating during peak daily flow and sized to handle all dry weather flow with OOBS and EPSA operating only during wet weather flows. A sufficient number of OOBS pumps and motors shall be rehabilitated and the associated VFDs shall be replaced to meet the long and short outfall capacities with OOBS and EPSA.



New pump station located adjacent to EPSA and designed to operate during low flow conditions and pump to the long or short outfall and during wet weather conditions pump to the short outfall with a design capacity equal to the short outfall

September 15, 2014

J-117 – Design SOW Page 6 of 102

capacity. A sufficient number of OOBS pumps and motors shall be rehabilitated and the associated VFDs shall be replaced to meet the long outfall capacities with OOBS and EPSA. 

Two other viable options designed by the Consultant.

Based on results of the hydraulic analysis and optimum sizing of the new pump station, provide recommendations for changes in OOBS pump number, sizes, pump type, impeller trimming, OOBS wet well modifications, etc. As part of the hydraulic analysis, develop a computer model of OOBS, EPSA, OOS and the proposed new pump station. The model will then be used to refine proposed changes to the new and existing outfall systems, if any, upon completion of the PDR and design. For purposes of this RFP, the OOS is defined as flows that could be influent and/or effluent to OOBS, EPSA and the new pump station: interplant 84-inch and 120-inch pipelines, OOBS junction structures and overflow box, river discharges, JB-8, JB-1, JB-A and all interconnecting pipelines and diversion/junction boxes, trickling filter and activated sludge effluent piping, OOBS and EPSA discharge piping, surge towers and outfalls. Based on the final hydraulic analysis report, develop an operating philosophy for the proposed OOBS, EPSA, OOS and new pump station. Identify all modes of operation (low flow, high flow, OOBS separate operation, EPSA separate operation, EPSA and OOBS combined parallel operation, new pump station, gravity flow to outfall, operation of both the long and short outfall and etc.). Account for all GWRS modes of operation including GWRS non-operational during low and high flow conditions and flows after GWRS Phase 2 and 3 and future OCSD secondary effluent reuse. Provide suggested optimization strategies to be included in accordance with industry standard Best Management Practices and for reliability, flexibility and efficiency. Consultant shall include the Hydraulic Analysis, a section including evaluation of anticipated long term operation and maintenance issues arising from continuous use of the long outfall to discharge low flows. Consider debris buildup, corrosion, meters, discharge ports, etc. Include recommended maintenance items and schedule for continuous low flow conditions.

Project Element 2 – NEW OUTFALL PUMP STATION The design of the new pump station will include the wet/dry well underground structure, influent and effluent pipelines, an above grade electrical room/building, standby power from SPF, mechanical, HVAC, electrical, instrumentation, controls, door access control, exterior cameras to monitor plant exterior fence, and all other components required to provide a fully functional pump station. Pumps shall be controlled from VFDs and shall be capable of being operated as a stand-alone system from the SPF. The design shall be closely coordinated with and shall take into account the requirements of existing and future facilities (possible facilities include brine segregation/treatment, segregation of SARI line flows, pumping secondary effluent to Plant 1). The demolition or relocation of existing facilities in the area of the new pump station shall be included in the design. Careful planning is required to avoid significant disturbances to the surrounding facilities. Existing buildings/structures may contain asbestos and/or lead paint.

September 15, 2014

J-117 – Design SOW Page 7 of 102

The Consultant shall perform a hazardous materials survey of the existing buildings/structures required to be demolished, if applicable. Develop a physical hydraulic model of the proposed pump station for final design. The model shall be constructed to an appropriate scale that will be used to simulate actual field conditions. The model will be used to prevent undesirable hydraulic conditions for all future flow scenarios. Modifications to the model may include fillets or geometric changes to remedy any deficiencies found.

Project Element 3 – OOBS REHABILITATION Rehabilitate deteriorating electrical, mechanical and structural systems including: A. Electrical: a. Replace the existing load commutated inverter (LCI) drives with new VFDs. VFDs shall be capable of being operated as a stand-alone system from the EPSA SPF. Evaluate, as an alternative to replacement, upgrading the existing LCI drives with new controls, consider future use of OOBS will be greatly reduced once the new pump station is on-line. Provide comparison of costs/benefits. b. Replace the existing 12.47-kV switchgear with new switchgear located in a new airconditioned electrical room with proper working clearance to meet OCSD standards and the NEC code. Switchgear shall incorporate Project J-33-3 Power Monitoring and Control requirements including Process Ethernet equipment and connections to power monitors and protective relays. Switchgear shall include a hardwired auto transfer logic between normal sources A and B and two EPSA standby power building feeders. Provide detailed breaker control schematic diagrams for main breakers, tie breakers, standby breakers, typical feeder breakers and transfer logic including any modifications to feeder breakers in the existing EPSA SPF switchgear. Modify the EPSA SPF switchgear to facilitate auto generator start and transfer at OOBS. Transfer logic shall coordinate with existing EPSA logic. Provide detailed schematics for this task. Existing control strategies shall be revised to reprogram the EPSA SPF switchgear PLC. c. The OOBS UPS loads will be fed from a new regional UPS provided as part of the Project P2-110, Consolidated Demolition and Utility Improvements at Plant No. 2. Calculate the total UPS loads for OOBS and coordinate the required size of the UPS power distribution unit consisting of a step-down transformer, panelboard, and surge protection device with Project P2-110. d. Replace the existing 480-volt and 120-volt distribution system consisting of padmounted transformers, motor control centers, switchboards, and lighting transformers and panelboards. Provide high-resistance grounding for the 12.47-kV to 480-volt transformers. Design load distribution such that a single point of failure in the 480-volt system does not result in a facility outage. Feed the bisulfate facility from two 480-volt feeds using an automatic transfer switch.

September 15, 2014

J-117 – Design SOW Page 8 of 102

e. All electrical equipment shall be located in an air conditioned space. Provide new electrical room on the first level. The new electrical room shall be air conditioned and provided with a fire alarm, public address system and telephone. f.

Evaluate the condition of the existing OOBS motors. Evaluate alternatives to keep and rehabilitate the existing pump motors or replacing them.

g. Design the cable tray improvements as recommended by the Project J-47 Cable Tray Improvements at Plant 1 & 2 Project PDR for Plant 2 Project Area 1 for Cen Gen, OOBS and the adjacent tunnels. Replace all medium-voltage trays with individual rigid conduits. Demolish all unused cables. Design all structural improvements as recommended. h. The existing public address (PA) system amplifiers trip offline when the PA is accessed. Evaluate the problem and condition of the existing PA system devices and upgrade as required. Replace the existing wiring if recommended. i.

Replace the existing high pressure sodium light fixtures on the motor and pump levels with light fixtures with a whiter colored light and suitable for lower mounting heights. Replace existing T-12 fluorescent light fixtures with T-8 fluorescent light fixtures. Provide emergency egress lighting and verify there is proper exit signage.

B. Instrumentation: a. Replace the existing programmable logic controllers (PLCs) and remote I/O (RIO). Provide additional RIO panels as required. b. Develop revised control strategies for the entire facility, including loss-of-power restart on generator and load management scheme coordinated with EPSA. c. Replace all existing instrumentation including pump and motor vibration sensors and monitors, temperature sensors, and pump protection devices. d. Replace the OOBS level instruments and electrical room level indicators to accommodate the revised electrical room layout. e. Design a security camera system on the exterior east side of OOBS to monitor the plant east exterior fence line. C. Mechanical: a. Replace existing motor bearing cooling water systems, pump seal water system, and lube oil systems b. Provide condition assessment of shaft sleeves c. Install machine guarding on pump stuffing boxes d. Replace manually operated pump discharge valves with new valves and motorized gate actuators

September 15, 2014

J-117 – Design SOW Page 9 of 102

e. Evaluate installing electric motor actuators on pump suction isolation sluice gates and replace if recommended f.

Replace sump pumps

g. Replace pump suction sluice gates h. Upgrade building HVAC and plumbing i. Replace roll filter system for the outside air intake structure. ii. Replace locker rooms roof mounted heat pumps and provide remote filter housings for each pump. iii. Replace water source heat pump for break room. iv. Replace ceiling tiles in electrical rooms and clean air distribution devices. Electrical room HVAC shall be analyzed in Electrical Room/Building TM. v. Provide new roof mounted heat pump for OOBS/Cen Gen Control Room. vi. Replace the fan belt on power roof ventilator in stairway. vii. Repair flush valves on urinal and repair shower stall in Men’s Locker Room. viii. Upgrade existing restrooms and lunch room. ix. Evaluate plant water piping within OOBS and replace if recommended. x. Separate IT equipment on the second floor from Gen Gen Control Room with a new all and door and provide redundant air conditioning for the IT equipment. D. Structural: a. Replace OOBS building roof b. Inspect concrete in the areas of the pump room floor and in areas of drains, hose bibs, sump pumps, etc., throughout OOBS. Repair corrosion damage of concrete. E. Conduct a seismic evaluation of the existing OOBS facility to determine impacts/risks of a magnitude 7.2 earthquake. Evaluation shall include liquefaction. Review the J-112A OOBS Building Assessment TM in Exhibit 2 for details of building, architectural, plumbing, HVAC and safety items to be rehabilitated. Confirm with OCSD staff all items before proceeding with design. OOBS contains asbestos and lead based paint in the areas requiring work. All asbestos shall be abated. Consultant shall review the hazardous material test reports and/or hazardous material determination reports provided by OCSD Safety/Risk Management in Exhibit 16 of this Scope of Work, which identify concentrations and locations of these hazardous materials. All hazardous materials, including but not limited to asbestos and lead paint, and any other hazardous material, shall be identified. All lead paint or other hazardous affected by the work and all asbestos shall be abated, and disposed of in proper manner. The Consultant shall hire a hazardous material consultant to verify that the reports include all suspected hazardous materials. If additional testing is required, the Consultant shall develop

September 15, 2014

J-117 – Design SOW Page 10 of 102

a scope of work for additional hazardous material assessment to be executed by OCSD’s consultant. Consultant shall prepare a Hazardous Materials Study identifying all potential hazardous materials and recommendation for what materials need to be abated or protected in place. The study shall include lead, asbestos, and any other hazardous materials. Consultant shall utilize these reports and OCSD’s master specifications to develop the hazardous material abatement requirements. For purposes of this RFP, assume all five pump and motor systems at OOBS will be tested and rehabilitated.

Project Element 4 - EPSA REHABILITATION A. Electrical: a.

Provide emergency egress lighting and verify there is proper exit signage throughout generator, electrical, and pump buildings.

B. Instrumentation: a.

Design a security camera system on the exterior east side of EPSA to monitor the plant east exterior fence line.

C. Mechanical: a.

The existing EPSA motor cooling system consists of individual closed loop systems which do not properly cool the motor. Evaluate alternatives to the current cooling system and design a new cooling system.

Project Element 5 – OOBS JOINT FACILITIES INSPECTION Inspect and evaluate for deteriorating concrete and protective coatings/linings on existing interiors of OOBS Junction Box and Overflow Structures. Inspect and evaluate the overflow line from OOBS Overflow to the point of connection to the new drain line constructed for P266. Consultant shall develop a detailed sequencing/shutdown plan and make confined space entries into facilities for evaluation. Evaluate the feasibility of constructing temporary or permanent bypass piping to facilitate draining and inspection and/or rehabilitation of facilities and provide bypass (trickling filter flows)/transfer pumping for inspection. Evaluate condition of bulkheads in advance of investigation to verify fit and integrity of seals, make repairs as needed to utilize bulkheads for inspection and repairs. Evaluate, to the extent possible, the bulkhead frames and design repairs to be included in Construction Contract B. Consultant shall plan for management of nuisance flows if valves or bulkheads leak during inspection and repair. Consultant shall clean and prepare the interior of the structures, as necessary, for inspection purposes. Consultant shall also assess the condition of the electric gate actuators and level sensors at OOBS Overflow and recommend and design replacement, if required.

Project Element 6 – OOBS JOINT FACILITIES REHABILITATION Design repairs for deteriorating concrete and protective coatings/linings on existing interiors of OOBS Junction Box and Overflow Structures and the overflow line from OOBS Overflow. Design temporary or permanent bypass piping to facilitate draining for rehabilitation of

September 15, 2014

J-117 – Design SOW Page 11 of 102

facilities. Rehabilitate bulkheads frames, if required, and complete any additional work required on the bulkheads. Consultant shall also design replacement, if required, for the electric gate actuators and level sensors at OOBS Overflow.

Project Element 7 – INTERPLANT FIBER OPTIC CABLE REPLACEMENT The existing fiber optic cable routed from the Plant 1 Control Center to the Plant 2 Operations Center shall be replaced and routed from the Plant 1 IT Room located on the first floor of Cen Gen to the Plant 2 IT equipment racks located on the second floor of OOBS. The existing fiber optic conduit routes from the Plant 1 Control Center basement through Tunnel 14 (adjacent to Power Building 4), Tunnel 12 (adjacent to Cen Gen), and Tunnel 16 (adjacent to the Truck Loading Facility), where it is routed underground along East Perimeter Load to the southeast corner of Plant 1. The fiber optic conduit exits Plant 1 at the southeast area of Plant 1 and routes along the Santa Ana River levy down to Plant 2. At Plant 2, the fiber optic conduit enters the north end of the plant adjacent to the Santa Ana River Channel and is routed west to the west side of West Perimeter Road where it routes south to the Operations Center. The Consultant shall extend the fiber optic conduit at Plant 1 from Tunnel 12 to the Cen Gen IT Room located on the first floor and extend the fiber optic conduit at Plant 2 from the northeast entrance point into the plant to the OOBS Building IT equipment rack located on the second floor. The Consultant shall provide the required conduit sweeps and pull boxes and replace the single mode fiber optic cable from Plant 1 to Plant 2.

Project Element 8 – INTERPLANT PIPELINE INSPECTION AND REHABILITATION Consultant shall evaluate and design repairs for structural and corrosion damage to existing 84-inch and 120-inch interplant pipelines from EJB at Plant 1 to OOBS Junction Box/Overflow Structure at Plant 2. Consultant shall use recent CCTV and physical inspection data by OCSD, and shall perform physical inspection of both lines in order to design full rehabilitation of both lines. Consultant shall evaluate condition of bulkheads required for isolation of the pipelines in advance of investigation to verify fit and integrity of seals, make repairs as needed to utilize bulkheads for inspection and repairs. Consultant shall investigate the integrity of the isolation valves at EJB, and shall plan for management of nuisance flows if valves or bulkheads leak during inspection and design repair, if possible, for construction. Consultant shall clean and prepare the interior of the pipeline for inspection purposes. Consultant shall evaluate, to the extent possible, the bulkhead frames and design repairs to be included in Construction Contract A. Portions of the pipeline work may contain asbestos, such as gaskets, and/or lead based paint. Consultant shall develop a scope of work for additional hazardous material assessment to be executed by OCSD’s consultant. Consultant shall prepare a Hazardous Materials Study identifying all potential hazardous materials and recommendation for what materials need to be abated or protected in place. The study shall include lead, asbestos, and any other hazardous materials. Consultant shall utilize the assessment reports and OCSD’s master specifications to develop the hazardous material abatement requirements.

September 15, 2014

J-117 – Design SOW Page 12 of 102

III.

PROJECT SCHEDULE Consultant shall develop the project into two separate construction packages. Construction Package A shall include the work described in Project Element 7, Interplant Fiber Optic Cable Replacement, and Project Element 8, Interplant Pipeline Inspection and Rehabilitation. This construction package shall be prioritized and bid first and shall include a Preliminary Design Report (PDR), Phase 2 Preliminary and General Design Services, and Phase 3 Final Design and General Design Services. Construction Package B shall include the work described in all other Project Elements and Technical Memoranda and shall include PDR, Phase 2 Preliminary and General Design Services, and Phase 3 Final Design and General Design Services. The Consultant may work on both construction packages simultaneously to meet the project schedule if authorized by the District Project Manager (PM). The Consultant shall not proceed with any tasks until authorization by District’s PM. The Consultant shall not start the hydraulic modeling for Construction Package B until the outfall and secondary effluent flows developed by Project SP-173, Effluent Reuse Study, are available, which is anticipated to be completed approximately a year and a half after Project SP-173 NTP.

Table 1 – Project Milestones and Deadlines MILESTONE

DEADLINE

Submit Project Management Plan (PMP)

10 workdays from receipt of the Professional Design Services Agreement (PDSA) Notice to Proceed (NTP). The PDSA NTP authorizes only project management and planning expenditures. The Consultant’s schedule shall allow 5 working days for OCSD’s review of the PMP. Any revisions to the Project Management Plan shall be made within 5 working days of receipt of OCSD’s comments on the project and resubmitted to OCSD for approval.

Preliminary Design NTP (by OCSD)

Upon OCSD’s approval of the PMP and scheduling of the kickoff meeting. Preliminary Design NTP authorizes technical work to begin.

Kickoff Meeting

The kickoff meeting will be scheduled to coincide with the Preliminary Design NTP.

Submit Draft Preliminary Design Report A (PDR A)

150 workdays from the Preliminary Design NTP.

Submit Final PDR A

30 workdays from receipt of OCSD comments on Draft PDR A. The Consultant’s schedule shall allow 25 working days for OCSD’s review of the draft report.

September 15, 2014

J-117 – Design SOW Page 13 of 102

Table 1 – Project Milestones and Deadlines MILESTONE

DEADLINE

Submit Draft Preliminary Inspection Report

130 workdays from the Preliminary Design NTP.

Submit Final Inspection Report

40 workdays from receipt of OCSD comments on Draft Preliminary Inspection Report. The Consultant’s schedule shall allow 25 working days for OCSD’s review of the draft report.

Kickoff NTP Meeting Bid Package B

360 workdays from the Preliminary Design NTP.

Submit Draft Preliminary Design Report B (PDR B)

380 workdays from the Kickoff NTP Bid Package B.

Submit Final PDR B

50 workdays from receipt of OCSD comments on Draft PDR B. The Consultant’s schedule shall allow 25 working days for OCSD’s review of the draft report.

Contract A Design Phase Notice to Proceed (by OCSD)

The Consultant’s schedule shall allow 25 working days from submittal of the final PDR to receipt of the Design Phase NTP.

Submit Design Submittal 1 (DS1)

40 workdays from receipt of the Design Phase NTP.

Submit Design Submittal 2 (DS2)

60 workdays from receipt of OCSD comments on DS1. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS1.

Submit Design Submittal 3 (DS3)

80 workdays from receipt of OCSD comments on DS2. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS1.

Submit Final Design Submittal (FDS)

50 workdays from receipt of OCSD comments on DS3. The Consultant shall stop work upon submission of DS3, except as required to participate in OCSD meetings, until receipt of OCSD comments on DS3. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS3.

Submit Camera Ready Plans & Specifications

10 workdays from receipt of OCSD comments on FDS. The Consultant’s schedule shall allow 21 working days for OCSD’s review of FDS.

September 15, 2014

J-117 – Design SOW Page 14 of 102

Table 1 – Project Milestones and Deadlines MILESTONE

DEADLINE

Contract B Design Phase Notice to Proceed (by OCSD)

The Consultant’s schedule shall allow 40 working days from submittal of the final PDR to receipt of the Design Phase NTP.

Submit Design Submittal 1 (DS1)

60 workdays from receipt of the Design Phase NTP.

Submit Design Submittal 2 (DS2)

100 workdays from receipt of OCSD comments on DS1. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS1.

Submit Design Submittal 3 (DS3)

80 workdays from receipt of OCSD comments on DS2. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS1.

Submit Final Design Submittal (FDS)

40 workdays from receipt of OCSD comments on DS3. The Consultant shall stop work upon submission of DS3, except as required to participate in OCSD meetings, until receipt of OCSD comments on DS3. The Consultant’s schedule shall allow 21 working days for OCSD’s review of DS3.

Submit Camera Ready Plans & Specifications

10 workdays from receipt of OCSD comments on FDS. The Consultant’s schedule shall allow 21 working days for OCSD’s review of FDS.

The above schedule takes into account OCSD’s review period for each project submittal. The review is typically one (1) month for major milestone submittals (i.e., draft and final PDR and Design Submittals). The Consultant shall not proceed with the design after each major milestone submittal. The Consultant’s schedule in the proposal shall include all the major milestones listed above as well as OCSD’s review periods for major submittals and workshops. Key workshops are listed in the schedule. Typically six weeks are allotted in the schedule to obtain management acceptance of the PDR prior to the initiation of the Final Design. The Consultant shall not start the Final Design until directed by OCSD. OCSD may consider an alternate Consultant-proposed schedule provided it reduces the overall project schedule.

September 15, 2014

J-117 – Design SOW Page 15 of 102

IV.

PROJECT IMPLEMENTATION All OCSD projects are divided into six (6) phases. Consultant shall provide engineering services for all Project Elements listed in Section II of this Scope of Work for the following Phases: Phase 1 – Project Development (Not included in this Agreement) Phase 2 – Preliminary Design Phase 3 – Final Design Phase 4 – Construction and Installation Services (Not included in this Agreement) Phase 5 – Commissioning Services (Not included in this Agreement) Phase 6 – Close Out (Not included in this Agreement)

PHASE 1 – PROJECT DEVELOPMENT (NOT INCLUDED IN THIS AGREEMENT) PHASE 2 – PRELIMINARY DESIGN PRELIMINARY DESIGN SERVICES Preliminary Design includes the following main elements: Engineering studies, new equipment studies/testing, Preliminary Design Reports and General Design Services. Consultant shall develop man-hour and cost estimates for the task in each of these elements and include them in the Cost Proposal. As part of the Work Breakdown Structure submittal at the beginning of the project (see Phase 2 – General Design Services, Task 2.12 – Project Management), OCSD may also require a further breakdown of costs based on the size of the project and required that they be included in the monthly invoice. This will be discussed in the kick-off meeting. The goal of this additional breakdown is to allow the Consultant and OCSD to keep better track of project progress vs. budget spent. All Tasks listed under Preliminary Design Services are applicable to both Bid Packages (construction contracts) A and B and shall be provided for each Bid Package separately, unless specifically called out otherwise. Task 2.1 – Preliminary Design Reports (PDRs) This Project is broken into two PDRs for two separate construction contracts. General descriptions of PDR documentation shall apply to both PDRs, even if not specifically stated. The Preliminary Design Reports (PDRs) shall consist of a series of technical memoranda that document the conceptual design of the proposed facilities and a separate package that includes all drawings associated with the PDRs. Sample contents of the PDRs are listed in the following sections. A sample list of PDR drawings is summarized in this SOW. Consultant is advised that technical memoranda included in this Scope of Work are not intended to be performed in the order listed, and that several of the technical memoranda may be required to be completed simultaneously and share interdependent and mutual information.

September 15, 2014

J-117 – Design SOW Page 16 of 102

The technical memoranda shall be prepared and submitted to OCSD for review as they are completed and subsequently discussed in detail through a series of review meetings and workshops. OCSD’s intention is for all significant equipment decisions to be made before the start of Phase 3 – Final Design. At the end of Phase 2 – Preliminary Design, major design elements should be fixed and major equipment, building footprints, major structural elements, and process pipelines should be well defined and established. The extent of the design and the number and type of drawings should also be established. Written comments provided by OCSD during the meetings and workshops shall be incorporated into the draft memoranda. Consultant shall respond to all comments in writing and incorporate all comments into the final memoranda as applicable. When design memoranda are complete, they shall be combined to form a separate PDR for each construction contract. OCSD’s comments on the Draft PDRs shall be incorporated into Final PDRs for submission to OCSD. Documents that must accompany the PDRs shall include the following: 

Decision Log (using Excel with the following minimum number of headings: item number, date, item action description, decision, action by and related discipline).



Meeting and workshop notes.



Project Support Documentation (PSD) including calculations, information research and other required materials, and construction costs and backup data.



Besides the technical memoranda described for each PDR, each PDR shall include the relevant sections, specific to the project elements described in each PDR.

Task 2.1.A – Preliminary Design Report A (PDR A) Task 2.1.A.1 Technical Memorandum 1A – Interplant Pipeline Inspection and Rehabilitation 1.

Provide rehabilitation design details for the 84-inch and the 120-inch interplant pipelines from Plant 1 EJB to Plant 2 OOBS Wetwell/Overflow Structure. a)

Review existing inspection information developed by OCSD for the 84-inch (CCTV inspection) and the 120-inch (physical entry and inspection) interplant pipelines from Plant 1 EJB to Plant 2 OOBS Wetwell/Overflow Structure.

b)

Develop plan for isolation, shut-down, pump-out, cleaning, and inspection in conjunction with operations, maintenance, and corrosion staff. Develop contingency plans and emergency “back in service” plans.

c)

Perform physical entry into 84-inch and 120-inch pipelines and perform inspection for the full lengths of both pipelines.

September 15, 2014

J-117 – Design SOW Page 17 of 102

d)

Provide recommendations, design and details for repair of      

interiors of steel manways and entry ports, structural damage (hole in 84-inch), damaged riser on 84-inch pipe, weld strips at joints on 120-inch, additional defects found during inspections provide assessment of post repair useful life.

e)

Determine if there is an existing air vent on the 84-inch line near Le Bard Park (buried manway) and recommend removal or rehabilitation if existing.

f)

Evaluate the need for external corrosion protection on the steel risers, make recommendations and design, if required.

g)

Review record drawings and determine if air-vents are recommended. Evaluate the need for additional air vents based on flow conditions and hydraulics. Recommended locations and design details, if required.

h)

Evaluate paint and coatings in the areas requiring work/repair and determine if lead based paint/abatement will be required.

i)

Evaluate gaskets in the areas requiring work/repair and determine if asbestos abatement will be required.

j)

Provide recommendations for complete rehabilitation of both pipelines and provide associated detailed cost estimates.

Task 2.1.A.2 Technical Memorandum 2A – Fiber Optic Cable Replacement 1. Meet with Information Technology (IT) staff to determine the fiber optic (FO) cable requirements including type of fiber cable required, number of fiber strands, termination point, equipment to be connected and number and type of connections, etc. 2. Design revised fiber optic system to change existing fiber optic cable system routing to route from Plant 1 Cen Gen to Plant 2 OOBS. Develop preliminary plan drawings for the new fiber optic conduit at Plant 1 and existing fiber optic conduit to be reused, preliminary plan and profile drawings for the new fiber optic conduit and pull boxes at Plant 2, preliminary drawings of the existing conduit to be demolished, preliminary fiber optic connection diagrams, and preliminary network block diagram. Perform underground utility research at Plant 2 to determine exact conduit routing from the existing fiber optic conduit to the OOBS Building. Coordinate routing with future projects. Task 2.1.A.3 Technical Memorandum 3A –Design and Safety Requirements 1. Design Requirements (not listed elsewhere) a)

Utility requirements

September 15, 2014

J-117 – Design SOW Page 18 of 102

b)

Landscaping/replanting requirements

c)

Corrosion control requirements; Identify corrosive environments and recommend galvanic protection requirements, materials for piping, conduits, gates, covers, grating, and structural elements (see Engineering Design Guidelines, Chapter 02). Identify protective coating requirements for corrosive and non-corrosive areas.

d)

Preliminary risk level/project type for stormwater requirements in coordination with the OCSD Environmental Compliance

e)

Stormwater handling requirements based on a review of OCSD Stormwater Master Plan and other stormwater reports.

f)

Piping materials and valve selection lists.

g)

Seismic design criteria used based on a literature review of existing geotechnical information; evaluation of proximity to faults, seismic classification assigned to each structure, seismic calculations

2. Safety Requirements a)

Identify all potential safety issues affecting the access, operation and maintenance of all equipment and facilities. As a minimum, the Consultant shall consider the following and provide respective recommendations:    

b)

Identify all potential safety issues for Contractor, public, and OCSD staff affecting the construction of all facilities. As a minimum, the Consultant shall consider the following and provide respective recommendations:      

c)

Walking-working surfaces (outdoor access/equipment areas) Ergonomics (including but not limited to equipment operation) Clearance and passageways (for installing devices or equipment). Locations of equipment that may lead to a safety issue.

Fall hazards, pits, or confined space Excavation and trenching hazards Electrical hazards (buried and overhead) Site access Existing utilities (gas, oil, etc.) Hazardous substances

Use the Sample Full Project Safety Review Plan and Sample Risk Management Check List (see Exhibits) as a reference to verify that safety elements have been incorporated into the design. OCSD will use an updated version of these forms to review the detailed design.

September 15, 2014

J-117 – Design SOW Page 19 of 102

Task 2.1.A.4 Technical Memorandum 4A – Implementation Plan Develop a draft narrative of construction constraints and sequencing of the actual work, commissioning, shutdowns, shutdown durations and frequencies, testing, and inspection for each of the pipelines and the interplant fiber optic system. The TM shall include but not be limited to the following topics: 1. Preliminary Construction Sequencing Plan. This information will be used to develop a detailed CPM construction schedule during Phase 3 - Final Design of the project and shall include:    

Survey work requirements Permitting requirements Utility search/coordination requirements Access agreements with outside agencies

2. Constructability issues including, but not limited to:   

Access to manway and access ports (personnel and equipment) Confined space entries Impacts to pipeline rehabilitation based on seasonal flows

3. Preliminary Design of Temporary Handling of Flow 4. Contingency Plans including emergency reinstatement of flows, nuisance water, emergency repairs, etc. 5. Public Notification 6. Safety (see Design and Safety Requirements, TM3A) 7. Traffic routing for OCSD and other Contractors working in the area. 8. Protection of public (pedestrians, bicycles). The TM shall include: 1. Preliminary Construction Cost Estimate (see Engineering Design Guidelines, Chapter 01, Section 01.4.6 “Construction Cost Estimate” for requirements. A sample construction cost estimate format is provided in Exhibit 6 of this Scope of Work) 2. Preliminary Construction Schedule in Gantt Chart format using Primavera (P6) 3. Preliminary table of contents for detailed specifications.

September 15, 2014

J-117 – Design SOW Page 20 of 102

Task 2.1.A.5 Draft and Final PDR A 

Consultant shall combine Technical Memoranda 1A through 4A to form a Draft PDR A and submit it to OCSD for review.



In addition, the Consultant shall provide under separate cover the following preliminary drawings for all project elements in 11” x 17” format in accordance with the requirements of the Engineering Design Guidelines, Appendix A, Section A.2 “Construction Drawings”:



Preliminary general plans, sections, and elevations for each project element at a scale of 1-inch equals 20 feet.



Preliminary site Plans



List of specifications – see Task 3.5 for requirements.

Consultant shall refer to Phase 3 - Final Design of this Scope of Work, General Design Services, Task 3.11 “Management of Subconsultants” for survey requirements that must be incorporated into the preliminary and final design. OCSD comments on the Draft PDR A shall be incorporated into a Final PDR A for submission to OCSD. Consultant shall prepare bid package A for Project Elements 7 and 8/PDR A separate from the remaining Project Elements and Technical Memoranda in order rehabilitate the interplant lines and replacement of the fiber optic cable. Task 2.1.B – Preliminary Design Report B (PDR B) Task 2.1.B.1 Technical Memorandum 1 – Hydraulic Analysis and Operating Philosophy Perform hydraulic analyses on OOBS, EPSA, OOS and new pump station as described in Project Element 1. Consultant shall make a list of potential operating scenarios for running the hydraulic analyses and meet with planning, operations, maintenance and engineering to review these scenarios prior to performing the hydraulic analyses. Consultant shall determine the existing pump capacities by performing field pumping tests at OOBS and EPSA. Consultant shall be responsible to work with and comply with operations and maintenance staff to plan and schedule field pumping tests. Develop a computer model of OOBS, EPSA, OOS, and the new outfall pump station. Use the model to assist in evaluating various flow scenarios to select options for rehabilitating existing facilities and designing new facilities, and refine the proposed changes to the systems upon completion of the PDR and design. Evaluate and provide a recommendation for a new pump station to convey typical dry weather/low flows to the outfalls. Evaluation shall look at the most cost effective method of operating the new pump station with OOBS and EPSA such as using the new pump station during daily low dry weather flows with OOBS and EPSA used during peak dry weather

September 15, 2014

J-117 – Design SOW Page 21 of 102

flows or using the new pump station continuously during dry weather flows and using OOBS and EPSA during wet weather flows. The pumps must be integrated with OOBS, EPSA, the OOS, and all possible known and future flow projection strategies. Consultant shall evaluate locations for the new pump station based on flexibility of pumping to the long and/or short outfalls, physical location and integration with the existing secondary effluent system, and impacts with existing utilities. See also TMs and Final Design. Provide recommendations for changes in number and/or sizes of OOBS pumps, impeller modifications, number of pumps to maintain, and OOBS wet well modification to provide a reliable system that can accommodate the different possible operating scenarios and potential system failures. Outfall pumping options shall be developed and analyzed as described in Project Element 1. Task 2.1.B.1.1 Hydraulic Modeling Scenarios Below are brief descriptions of pumping schemes to be included in the hydraulic modeling. Unless noted otherwise, modeling schemes will include all possible flow options to ensure that all conditions can be met. Model shall include GWRS Phase 2 and 3 flows and OCSD secondary effluent reuse. 1. Baseline operation with Project SP-173 flows, gravity, OOBS and EPSA. 

This will provide a reference to current conditions for the operation of any other scenario.



Under this scenario both EPSA and OOBS will be in operation, all normally open valves and gates are open. Model will be based on the existing pump capacities and set levels.

2. Rehabilitation of OOBS only. 

Under this scenario, use baseline operation model with OOBS pumps provided with new or rehabilitated impellers to match original factory pump curves.

3. New low flow pump station for low flow pumping Under this scenario, use baseline operation model with OOBS rehabilitated with new impellers, gravity flows, and a new pump station only used for low flow conditions. This model shall be developed for each new pump station alternative using modified set levels/operating philosophy. 4. New low flow pump station for low flow and wet weather short outfall pumping Under this scenario, use baseline operation model with OOBS rehabilitated with new impellers, gravity flows, and a new pump station used for low flow conditions and wet weather flows for short outfall pumping. This model shall be developed for each new pump station alternative using modified set levels/operating philosophy. Consultant will verify that existing OOBS pump impellers can be rehabilitated or replaced prior to preforming the scenarios listed above.

September 15, 2014

J-117 – Design SOW Page 22 of 102

Consultant shall document limitation, benefits, and cost comparisons of alternatives, including expected operations and maintenance costs, above in a report and meet with OCSD staff to review. Consultant shall confirm past studies of hydraulic/pump analyses that recommend a new pumping facility to meet low flow conditions. Consultant shall perform the following hydraulic analysis for the new pumping facility to further refine design: 

The hydraulic analysis to size the new pumping facility shall be done for various possible pump configurations, each shall include 2 possible pump selections for each configuration.



The hydraulic analysis shall include case studies at each end of the speed range for each combination of pumps, high and low wet well level and high and tides. System pressures shall include variations due to flow from the other pumping facilities as well as the range of the Hazen-Williams coefficient. Consultant shall determine if a transient analysis is required, and perform the analysis.



Scenarios will be modeled to show peak discharge capacity from each pump station operating alone and in combination with the other pumping facilities, combinations of pumps out of service, and either or both outfalls in service. Pumping facilities will be evaluated to ensure that with any pump out of service, all flow conditions can be met.



The analyses shall also include a summary of the dynamics of the wet well level and pump speeds with the starting or stopping of a pump including fill and draw calculations. The analysis must show suitable overlap in capacity with the starting and stopping of a pump and the starting and stopping of OOBS and EPSA. Detailed calculations and graphic representation of each hydraulic case shall be submitted. Analyses shall look at fill and draw operation during the lowest flow conditions and the number of pump starts and stops per hour.



After selecting the pumps that best meet the design criteria, the Consultant shall contact the pump manufacturer and request a system natural frequency analysis report for the selected pump and design configuration. The analysis report shall be included in the PDR submittal.

Task 2.1.B.1.2 Locating and Sizing the New Pumping Facility Consultant shall review possible locations of new pumping facilities with respect to available space, suction inlet and flow availability, discharge piping options to existing OOBS and/or EPSA discharge and/or outfalls. Consultant shall develop 4-5 alternatives with evaluation criteria, benefits, costs, and shall present a preferred alternative to OCSD for acceptance. The consultant shall modify the computer model to include the location and various connections to the new pumping station. This TM shall include a Draft Final Hydraulic Profile (see Engineering Design Guidelines, Appendix A, Section A.2.6 “ Hydraulic Profile” for requirements).

September 15, 2014

J-117 – Design SOW Page 23 of 102

Task 2.1.B.1.3 Operating Philosophy Based on the hydraulic analysis and recommendations, develop a draft operating philosophy for all modes of operation (low, average and high wet and dry flows, EPSA and /or OOBS operation, new pump station, gravity flow to outfall, operation of both the long and short outfall and etc.). Account for all GWRS modes of operation including GWRS non-operational during low and high flow conditions for GWRS Phase 2 and 3. Provide a recommended operational philosophy to facilitate efficiency and reliability. Review existing operating philosophy. Meet with operations, maintenance, planning and engineering staff to develop requirements for the proposed new operating philosophy. TM 1 shall include detailed subsections describing the work, findings, deficiencies and recommendations of all work included in this task including, but not limited to:           

Existing system Existing flows Field testing Future flows System curves Computer model Hydraulic analyses New pumping requirements Comparison of different types and configurations of pumps Long term use of long outfall for low flows Operating Philosophy

Hydraulic reports developed during the development of TM 1 shall be included as Appendices. Task 2.1.B.1.4 Miscellaneous Hydraulic Analysis This separate task is hereby included to address unforeseen miscellaneous hydraulic analysis. This task does not have a defined scope of activities and is included for additional minor hydraulic modeling tasks. Therefore, the Consultant shall perform work under this task only if requested by the District’s Project Manager. The District reserves the right to delete this task at any time and to deduct the allocated budget from the overall project contract budget. For purpose of this proposal the Consultant shall include the fixed amount of $50,000 under this task. Task 2.1.B.2 Technical Memorandum 2 – Design of New Ocean Outfall Pumping Station This TM provides for tasks to complete Preliminary Design for a new ocean outfall pumping facility. Consultant shall review and follow the design guidelines as provided in the District’s Engineering Design Guidelines and Standards (see Exhibit 1).

September 15, 2014

J-117 – Design SOW Page 24 of 102

Consultant shall investigate, analyze and evaluate alternatives and will set forth the design parameters, criteria, and concepts necessary for preparation of final plans and specifications (Final Design). Design will incorporate the latest OCSD Design Guidelines, and will be include input by OCSD engineering, operations, maintenance and planning staff. Specific topics required for Preliminary Design of the new pumping facility are described and shall include the following: (1)

Pumping Facility Capacity and Configuration (a) Statement of design pumping capacity to be provided by the new pumping facility based on the findings of TM 1 (b) Summary of hydraulics, number and capacity of pumps and preferred new pump station location determined in TM 1 (c) Establish the design criteria for the new pumping facility’s pumps. (i)

During preliminary design, the Consultant shall focus on avoiding cavitation conditions (see Section 09.2.2 of the District Design Guidelines) and optimizing pumping efficiency.

(d) Determine acceptable equipment suppliers (e) Comparison of wet pit and dry pit pumps 1.

(f)

Consider operation, maintenance, reliability, space requirements, flexibility, capital cost. Compare the advantages and disadvantages of each type of station, identify potential cost savings and make recommendations for pumps to be used.

Pump Motor/Drive Selection

(g) Piping Connections and Wet Well inlet configuration 1.

Establish the routing of available flows into the wet well. Identify structures required to connect the existing system and develop flow management concepts between OOBS, EPSA, and other process flows. Identify how to isolate suction piping for maintenance.

(h) Discharge Header Routing and Connection to Outfall System 1.

(i)

Develop the routing of the discharge header(s) and connections to Surge Towers No. 1 and 2. It will identify modifications to existing facilities to accommodate the discharge header. Isolation requirements will be considered.

Pumping control strategy for new pumping facility and relation to OOBS/EPSA (reference TM 1)

September 15, 2014

J-117 – Design SOW Page 25 of 102

(2)

Hydraulic Profile (a) Establish hydraulic profiles for all flow conditions

(3)

Site layout and support facilities (a) Provide the final location of the pumping facility and identify access for maintenance and safety purposes; detail support facilities for operation and maintenance including, but not limited to: (i)

Cranes

(ii) Access hatches (iii) Protective barriers (iv) Grating (v) Stairs, ramps, ladders, walkways (4)

Utilities (a) Research existing underground and above ground utilities and propose relocation (b) Identify utility demands and connections to the existing utility systems, verify capacity of existing systems, and evaluate routing of required utilities. (c) Perform potholing as necessary.

(5)

Structural requirements

(6)

Stormwater Requirements

(7)

Seismic requirements (a) Evaluate seismic requirements and risks.

(8)

Preliminary Geotechnical Report (a) Provide Preliminary Geotechnical report based on requirements of new building and structures. See also Phase 3 – Final Design, General Design Services, Task 3.11 “Management of Subconsultants” for requirements).

(9)

Architectural Requirements and Preliminary Drawings (a) Consultant shall meet with planning, operations, maintenance and engineering to develop building layouts based on size and location of proposed new facility. (b) Consultant shall prepare a minimum of two conceptual architectural alternatives/renderings of the new pump station facility and on-site improvements. The conceptual rendering shall and be formatted for presentation (i.e., color, hard back mounted, and reproduced to a size no smaller than 36 x 24 inches).

September 15, 2014

J-117 – Design SOW Page 26 of 102

(c) Consultant shall include landscaping and planting with architectural alternatives. (d) Consultant shall not proceed with design until OCSD agrees to the conceptual layouts. (10)

(11)

Building Requirements a.

Design safety requirements

b.

HVAC Requirements and Preliminary Drawings

c.

Permit requirements including but not limited to CEQA and Coastal Commission, AQMD and City of Huntington Beach

d.

ADA Requirements

e.

Seismic Design Criteria

f.

Building codes and regulations

g.

Telephone/Communication/PA/Security Requirements

h.

Fire Protection Requirements/Alarm

i.

Federal building security guidelines

j.

Corrosion/corrosive environment

Flow Monitoring Requirements (a) This section will evaluate flow monitoring strategies for the new pumping facility and evaluate equipment type and locations for optimal flow monitoring and incorporate strategies into control system.

(12)

Preliminary Site Plan (a) Include civil, electrical, grading, paving, existing utilities.

(13)

Life Cycle Costing

(14)

(a) The Consultant will perform an economic analysis to determine if the lowest life cycle cost has been accomplished for the assets being designed. This is to take into account the design, maintenance and operation of the assets. Facility Operation and Maintenance (a) Final Process Flow Diagrams (PFD) (see Engineering Design Guidelines, Appendix A, “Process Flow Diagram (PFD)” for requirements) (b) Final process flow schematic, if required, showing location of process sampling points for acceptance by OCSD if included in the Project Elements list. Summarize nature of sampling equipment based on discussions with OCSD staff. (c) Final Operating Philosophies which include process control descriptions with information on normal, abnormal and emergency operating criteria. A list of SCADA graphics shall be included with the philosophies along with a general

September 15, 2014

J-117 – Design SOW Page 27 of 102

overview graphic (sketch) for each major process area. The sketches will be developed using Visio or other software that depicts the information in a clear concise manner. (see Engineering Design Guidelines, Appendix A, “Operating Philosophy” for requirements and Exhibit 7 of this Scope of Work for a sample Operating Philosophy). (d) Preliminary assessment of O&M staffing requirements, consisting or identifying labor hours and types of staff (see Engineering Design Guidelines, Appendix A, “ Asset Management Plan” for requirements). (e) Final Technical Definitions (Process Design Criteria). This includes a definition of equipment process parameters (design criteria) needed to qualify and select process equipment. Technical definitions shall be developed for major equipment which is defined as equipment which receives preventative maintenance as part of OCSD’s Asset Management Plan. (see Engineering Design Guidelines, Appendix A, “Technical Definitions and Assumptions” for requirements). Task 2.1.B.3 Technical Memorandum 3 – OOBS Rehabilitation This project will rehabilitate inefficient, obsolete and/or deteriorating systems at the OOBS. This TM will evaluate options and make recommendations for rehabilitation or replacement of the following equipment that are at the end of their useful lives and are becoming obsolete and difficult to service. Task 2.1.B.3.1 Mechanical 

Pump lube oil systems including oil piping, pumps, control panels and cooling water piping.



Motor bearing cooling water systems including heat exchangers, and cooling water piping.



Pump seal water systems including valves, instrumentation, and piping. Analyze water supply and make recommendation for modifications.



Pump motor to pump shafts, couplings, bearings, wear rings and mechanical seals. Provide condition assessment if shaft sleeves and bearing carriers, make recommendations.



Valve operators at pump discharge: evaluate the advantage of installing manual operators with extensions versus providing motorized actuators for pump discharge valves, which currently have manual operators and are located in a confined space



Wetwell backup cooling water pump system on the OOBS wet well deck that serves to provide backup cooling water to OOBS motor coil and pump seal water.



OOBS HVAC and Plumbing System: Existing HVAC systems shall be evaluated and modified for electrical room options.



Sump pumps: provide new sets of duplex sump pumps and control panels on suction and discharge side of OOBS.



Evaluate plant water piping within OOBS facility for capacity and condition.

September 15, 2014

J-117 – Design SOW Page 28 of 102

Task 2.1.B.3.2 OOBS Building Structural and Architectural Consultant shall incorporate the recommendations from the Project J-112A OOBS Building Evaluation report and investigate if further repairs or rehabilitation should be added to the design scope. Sections of the report to be included in this section of this TM include evaluation of: 1. Windows 2. Doors 3. Restroom upgrades 4. Lunchroom Upgrades 5. Rehabilitation or replacement of OOBS building roof. Some sections of the report overlap with other items broken out in this TM (mechanical, electrical, etc.), however, consultant shall review all aspects of the report and incorporate findings into the appropriate section of this TM. Task 2.1.B.3.3 Facility Operation and Maintenance



Provide description of operating philosophies which include descriptions with information on normal, abnormal and emergency operating criteria.



Provide recommendations for facility maintenance due to prolonged non-operation when new pump station is on-line.

Task 2.1.B.4 Technical Memorandum 4 – EPSA/EPSA Standby Generator Facility Rehabilitation 1. Evaluate alternatives to the current EPSA motor water cooling system and verify capacity. Consider a single unit for all three motors versus separate units, single pass versus closed loop, water cooled versus air cooled. Make recommendations and include in design. 2. To minimize corrosion, existing motors or new water cooled motors shall be provided with a temperature controlled closed loop system. Existing EPSA cooling water system shall be modified to be temperature controlled. Task 2.1.B.5 Technical Memorandum 5 – OOBS Joint Facilities Rehabilitation Limits of the OOBS Joint Facilities for definition of the TMs include the north and south wetwells and the manually operated pump suction sluicegates, the junction structures and overflow box, the overflow line from the overflow box to headworks, all bulkheads and mechanical gates associated with these facilities. Electrical and instrumentation design associated with the OOBS Joint Facilities (gate actuators, level indicators, etc.) shall be included in Bid Package B (if OOBS Joint Facilities rehabilitation work is moved to another construction contract).

September 15, 2014

J-117 – Design SOW Page 29 of 102

Task 2.1.B.5.1 OOBS Wetwells, Junction Boxes and Overflow Boxes 1. Inspect and evaluate condition of existing bulkheads used to isolate the OOBS Junction Structures and Overflow Box. Provide details to refurbish coating and seals for the bulkheads or recommend replacement of the bulkheads if necessary (bulkheads are required for outage and inspection during design phase). 2. Provide outage and inspection plans for Consultant to perform inspection of walls, floors and ceilings of OOBS wet wells, Junction Structure, and Overflow Box structures, provide recommendations and details for concrete, t-lock liner, and any other repairs required inside the structures. 3. Consultant shall perform video inspection of the OOBS Junction Structure and Overflow Box prior to physical inspection to obtain preliminary information on the condition of the structures. 4. Provide outage and inspection plans for Consultant to perform inspection of 4 of the 5 existing suction sluice gates and provide details for rehabilitation/replacement. Gate 3 was replaced under J-112 projects. 5. Provide outage and inspection plans for Consultant to perform inspection of overflow pipe from Overflow Box structure to connection to new piping. Confirm there are no blockages in the line. Assess condition and functionality of weir and gate. Provide recommendations and details for repairs, if needed. 6. Investigate the condition of the electric gate actuators and level sensors at the OOBS Overflow 7. Assess corrosion damage of the gates and guides at OOBS Overflow Structures. 8. Assess external structural and corrosion damage and make recommendations for repair/rehabilitation of the OOBS wet well and junction structure deck. 9. Wetwell isolation sluice gates: evaluate installing electric motor actuators on pump suction isolation sluice gates and recommend replace or rehabilitate gates. Consultant shall use the computer model to investigate balancing flows from trickling filters and activated sludge plants for facilitating inspections (by Consultant) and repairs (by Contractor) of facilities described in this Scope of Work. Consultant shall make recommendations for flow routing, bypass, bulkhead, etc. to perform inspections and repairs. Outage and inspection plans shall be developed with involvement and agreement by OCSD Operations, Maintenance, Planning and Regulatory divisions and shall be incorporated in to TM 6, Implementation Plan. Task 2.1.B.6 Technical Memorandum 6 – Implementation Plan Develop a detailed draft narrative of construction constraints and sequencing of the actual work, commissioning, shutdowns, shutdown durations, shutdown frequencies, testing, and tie-ins for each of the project areas.

September 15, 2014

J-117 – Design SOW Page 30 of 102

The TM shall include but not be limited to the following topics: 1. Preliminary Construction Sequencing Plan. This information will be used to develop a detailed CPM construction schedule during Phase 3 - Final Design of the project and shall include:    

Survey work requirements Permitting requirements Utility search/coordination requirements Notifications to outside agencies

2. Electrical and control system portion must include a detail “Interim Control Plan” which will outline the steps necessary to migrate the electrical and controls systems from the old to the new system maintaining the full functionality. 3. Constructability issues such as, but not limited to:    Access to manway and access ports (personnel and equipment)  Confined space entries  Impacts based on seasonal flows  Work restrictions due to trickling filter flows   4. Geotechnical issues   5. Demolition of existing facilities, including removal and disposal of hazardous materials such as asbestos and lead based paint   6. Preliminary Design of Temporary Handling of Flow 7. Contingency plans including emergency reinstatement of flows, nuisance water, emergency repairs, etc. 8. Traffic routing for OCSD and other Contractors working in the area during shutdowns for inspection and during construction. The TM shall include: 

Preliminary Construction Cost Estimate (see Engineering Design Guidelines, Chapter 01, Section 01.4.6 “Construction Cost Estimate” for requirements. A sample construction cost estimate format is provided in Exhibit 6 of this Scope of Work)



Preliminary Construction Schedule in Gantt Chart format using Primavera (P6)



Preliminary table of contents for detailed specifications.

September 15, 2014

J-117 – Design SOW Page 31 of 102

Task 2.1.B.7 Technical Memorandum 7 – Design and Safety Requirements 1. Design Requirements (not listed elsewhere) a. Building codes and regulations b. Fire permit requirements c. Utility requirements d. Landscaping requirements e. Corrosion control requirements; Identify corrosive environments and recommend galvanic protection requirements, materials for piping, conduits, gates, covers, grating, and structural elements (see Engineering Design Guidelines, Chapter 02). Identify protective coating requirements for corrosive and non-corrosive areas. f.

Stormwater handling requirements based on a review of OCSD Stormwater Master Plan and other stormwater reports.

g. Piping materials and valve selection lists. h. Seismic design criteria used based on a literature review of existing geotechnical information; evaluation of proximity to faults, seismic classification assigned to each structure, seismic calculations. i.

ADA requirements

j.

Corrosion control requirements; Identify corrosive environments and recommend galvanic protection requirements, materials for piping, conduits, gates, covers, grating, and structural elements (see Engineering Design Guidelines, Chapter 02). Identify protective coating requirements for corrosive and non-corrosive areas.

k. Preliminary risk level/project type for stormwater requirements in coordination with the OCSD Environmental Compliance. l.

Stormwater handling requirements based on a review of OCSD Stormwater Master Plan and other stormwater reports.

m. Piping materials and valve selection lists. n. Seismic design criteria used based on a literature review of existing geotechnical information; evaluation of proximity to faults, seismic classification assigned to each structure, seismic calculations. 2. Design safety requirements a. Identify all potential safety issues affecting the operation and maintenance of all equipment, process areas, and buildings. As a minimum, the Consultant shall consider the following and provide respective recommendations: 

Floor openings



Floor holes



Roofs (access and equipment maintenance)

September 15, 2014

J-117 – Design SOW Page 32 of 102



Walking-working surfaces (buildings, tunnels, and outdoor equipment areas)



Noise



Ergonomics (including but not limited to equipment operation)



Clearance and passageways (for installing devices, panels, or valves)



Cranes and other hoisting equipment



Barricades for protection of electrical panels or gas/water line connections



Atmospheric alarm device for locations where there is potential for hazardous atmosphere, which includes warning lights.



Locations of equipment that may lead to a safety issue.

b. Identify all potential safety issues for Contractor, public, and OCSD staff affecting the construction of all equipment, process areas, and buildings. As a minimum, the Consultant shall consider the following and provide respective recommendations:     

Fall hazards, pits, or confined space Excavation and trenching hazards Electrical hazards Site access Hazardous substances

c. Use the Sample Full Project Safety Review Plan and Sample Risk Management Check List (see Exhibits) as a reference to verify that safety elements have been incorporated into the design. OCSD will use an updated version of these forms to review the detailed design. Task 2.1.B.8 Technical Memorandum 8 – OOBS Seismic Evaluation Consultant shall research existing documentation regarding geotechnical and seismic information, construction methods, and record drawings of the facility to determine impacts and consequences of a 7.2 magnitude earthquake. Consultant shall make recommendations for future studies or remediation to minimize and/or avoid damage to the facility (including connecting pipes). Task 2.1.B.9 Technical Memorandum 9 – Electrical Consultant shall follow the Design Guidelines in addition to the following in the design of new installations or rehabilitative work required for this Project. Electrical and instrumentation work is detailed in specific TMs and general guidelines are included here. The TM shall include but not be limited to the following topics: 1. Consultant shall obtain and adhere to OCSD’s most recent Electrical Design Policies on the following subjects before proceeding with the preliminary electrical design: tagging procedures, relay protection guidelines, neutral grounding, power cable type, surge

September 15, 2014

J-117 – Design SOW Page 33 of 102

suppression, MCC nameplate convention, distribution equipment naming convention, and configuration of standby generator set connection to the plant system. Where existing systems (electrical, I&C, process, etc.) are modified or replaced by this project, Consultant shall also provide design to upgrade the respective existing electrical distribution systems to the version of OCSD Design Standards specified in Section V “General Requirements” of this Scope of Work: a.

Evaluate the project area systems (electrical and the related systems) and the existing system philosophy. e.g.: i.

Manual and automatic bus transfer and control capabilities.

ii.

Interlocking

iii.

HVAC requirements for electrical and control rooms and the related electrical system requirements.

iv. b.

Electrical distribution equipment upgrades required due to the I&C upgrades of TM 10 – Instrumentation and Control. Identify the upgrade requirements.

c.

Provide design for the respective upgrades.

d.

The cables associated with equipment replacements, upgrades, and relocations (MCC, control panels, mechanical equipment, etc.) shall be replaced. This replacement will be for full length. Splicing will not be allowed.

OCSD’s Project Manager’s written approval shall be required for any deviations from the above requirements and/or the OCSD Design Standards. 2. OOBS Evaluations: a. Evaluate the condition of the existing OOBS motors. Perform an electric motor circuit analysis on each OOBS motor to ascertain the health of the motor. Evaluate alternatives to keep and rehabilitate the existing pump motors or replace them. Motor evaluation shall include life cycle cost benefit analysis based on a twenty-year life after installation, power consumption and efficiency. If motor replacement is recommended, evaluation shall include cost of 2,300-volt versus 4,160-volt motors, synchronous versus induction motors along with the cost of the VFDs. b. Evaluate various alternatives for OOBS drive/electrical equipment layouts using the existing VFD rooms on second floor (Control Room Level) and/or in a new dedicated electrical room on the motor level, where the existing 12.47-kV switchgear and drive transformers are currently located. Investigate and evaluate various alternatives for drive/electrical room layouts and locations such as reuse of existing VFD rooms or consolidation of all drives on the main floor transformer area. Evaluation shall include construction phasing. c. Evaluate use of indoor dry-type or cast-coil transformers versus outdoor, oil-filled transformers for the OOBS electrical system.

September 15, 2014

J-117 – Design SOW Page 34 of 102

d. Evaluate the existing OOBs public address (PA) amplifiers tripping issue when the PA system is used. Evaluate the problem and condition of the existing PA system devices and upgrade as required. Replace the existing wiring if recommended. e. Perform review and field investigation of the J-47 Cable Tray Improvements at Plant 1 & 2 Project PDR for Plant 2 Project Area 1 for Cen Gen, OOBS and the adjacent tunnels and identify any recommended changes or improvements. 3. Preliminary electrical site plan. This is a preliminary site plan that shows routing of major electrical duct banks. (See Engineering Design Guidelines, Appendix A, Section A.2.9 “Electrical Plan Drawings” for requirements). 4. Preliminary Demolition plans and single-line diagrams for major equipment such as switchgear, transformers, VFDs, MCCs, and control panels. 5. Single-line Diagrams from the MCC level up. Single-line diagrams shall show all major electrical loads and shall match the Process Flow Diagrams. The single-line diagrams shall also show preliminary information regarding auxiliary system and equipment (e.g., HVAC, lighting, sump pumps, etc.). This will enable the Consultant to conservatively size equipment, rooms, and occupancies at this preliminary design point. This includes loads and dimensions. (See Engineering Design Guidelines, Chapter 10, Section 10.3.3 “Single-Line Diagrams”, Engineering Design Guidelines, Chapter 10, Section 10.7 “Distribution System Requirements” and Engineering Design Guidelines, Appendix A, Section A.2.8 “Single-Line Diagram Drawings” for requirements). 6. Preliminary Electrical and Control Room Plans. 7. Preliminary Demolition plans and single-line diagrams for major equipment such as MCCs, switchgear, transformers, and control panels. 8. Preliminary Load List with motor horsepower. This list shall show all major and auxiliary electrical loads for each voltage level. Auxiliary loads may be lumped. Nominal voltage for motors above 450 horsepower shall be subject to OCSD’s acceptance. In addition, this list shall be used to classify the equipment for asset management. This shall designate equipment items which are classified as “run to failure” for preventative maintenance or for predictive maintenance. 9. Preliminary standby power requirements (see Engineering Design Guidelines, Chapter 10, Section 10.7 “Distribution System Requirements”). Include general requirements and preliminary equipment sizing. 10. Preliminary UPS load calculations for coordination with P2-110. 11. Preliminary lighting calculations. 12. Consultant shall coordinate the electrical system design with other on-going OCSD design and construction projects affecting the project area.

September 15, 2014

J-117 – Design SOW Page 35 of 102

13. Preliminary Load Criticality Ranking Table (see Engineering Design Guidelines, Chapter 10 Section 10.2.1.17 “Electrical Load Criticality Ranking Table” and Appendix A, Section A.3.2 ”Electrical System Analysis Report”). 14. Consultant shall add, delete or modify the Criticality Table information that was developed as part of the J-102 Electrical Master Plan. A sample of the data required for the Criticality Table is included in Exhibit Y. 15. Consultant shall utilize the Cable and Raceway Schedule database programmed developed by J-47 Cable Tray Improvements at Plants 1 & 2 Project PDR. See Exhibit 25. 16. Where existing systems (electrical, I&C, process, etc.) are modified or replaced by this project, Consultant shall also provide design to upgrade the respective existing electrical systems to the version of OCSD Design Standards specified in Section V “General Requirements” of this Scope of Work. 17. The cables associated with equipment replacements, upgrades, and relocations (MCC, control panels, mechanical equipment, etc.) shall be replaced. This replacement will be for full length. Splicing will not be allowed. 18. Field data collection and verification as defined in the Engineering Design Guidelines, Chapter 10, Section 10.2.1.5 “Report – Field Data Collection and Verification”. 19. Preliminary calculations for the Short Circuit Analysis and Load Flow/Voltage Drop Study, and preliminary settings for the Protection Device and Coordination Study (see Engineering Design Guidelines, Chapter 10, Section 10.2.1 for requirements). Also include the following preliminary analyses: arc flash analysis and approach recommendations, cable pull calculations, duct bank cable derating and cable tray fill calculations. The analyses shall include a summary. The use of ETAP software is not mandated for the PDR. When building the ETAP database, adhere to OCSD’s current ETAP requirements specified in OCSD’s ETAP management of change. Obtain the requirements from OCSD. Task 2.1.B.10 Technical Memorandum 10 – Instrumentation and Control Consultant shall follow the Design Guidelines in addition to the following in the design of new installations or rehabilitative work required for this Project. Electrical and instrumentation work is detailed in specific TMs and general guidelines are included here. Where existing systems (electrical, I&C, process, etc.) are modified or replaced by this project, Consultant shall also provide design to upgrade the respective existing instrumentation and controls to the version of OCSD Design Standards specified in Section V “General Requirements” of this Scope of Work: a)

Evaluate the project area systems (I&C and the related systems) and the respective existing system philosophy. E.g.:  Control schematic requirements per OCSD Design Guidelines Appendix B including hardware interlocks, local control stations, and I/O upgrades.  Requirements for field instrumentation.

September 15, 2014

J-117 – Design SOW Page 36 of 102

 Software requirements for manual and automatic control capabilities, control interlocking, and upgrades to full automation with unattended operation as required per OCSD Design Standards (unless otherwise determined by OCSD and Consultant during the design period).  I&C upgrades required due to the Electrical distribution equipment upgrades discussed in TM 9 - Electrical.  I&C upgrades required for HVAC system upgrades in electrical and control rooms discussed in TM 9 - Electrical. b)

Identify the upgrade requirements.

c)

Provide design for the respective upgrades.

d)

OCSD’s Project Manager’s written approval shall be required for any deviations from the above requirements and/or the OCSD Design Standards.  Tag Numbering System. Provide the basis for equipment tag numbers as developed from block of numbers provided by OCSD. Consultant shall develop proposed Area Numbers for OCSD review and approval. The development shall follow OCSD tagging procedures. (see Design Standards, the Tagging Procedure standard)  Preliminary Network Block Diagrams including data network block diagram, preliminary CCTV block diagram (if required) and preliminary telephone block diagram. (see Engineering Design Guidelines, Appendix A, Section A.2.21 “Network Block Diagram” for requirements). Incorporate fiber option control philosophy into diagrams.  Preliminary 100 % completed process and instrumentation drawings (P&IDs). Each P&ID shall be coordinated with Technical Memoranda 2 (Facility Operation and Maintenance) and shall show all major equipment and most auxiliary equipment, valves, instruments. The drawing information shall be 100% complete, exclusive of tag numbers and final OCSD comments.

Task 2.1.B.11 Draft and Final PDR B Consultant shall combine the rest of the Technical Memorandums to form a Draft PDR B and submit it to OCSD for review. In addition, the Consultant shall provide under separate cover the following preliminary drawings for all project elements in 11” x 17” format in accordance with the requirements of the Engineering Design Guidelines, Appendix A, Section A.2 “Construction Drawings”: 

Preliminary general plans, sections, and elevations for each project element at a scale of 1-inch equals 20 feet.



Draft Final hydraulic profile.

September 15, 2014

J-117 – Design SOW Page 37 of 102



Final Process Flow Diagrams and Process Flow Schematic.



Preliminary site Plans (civil and electrical).



Preliminary building plans that reflect conservative sizing (for electrical), with location and footprint of each major piece of equipment.



Preliminary paving and grading plans.



Preliminary yard piping plans. These plans shall establish size and routing of major process piping (greater than 12-inches in diameter). Smaller diameter process piping (down to 8-inches in diameter) shall be shown only if their routing is critical to the site layout.



Preliminary architectural elevations and renderings. Architectural elevations and renders shall include all appurtenances like lighting, switches, panels, conduits, raceways, pipes, cameras, etc. Two alternatives shall be developed and submitted to OCSD for selection of a preferred alternative. Renderings shall show areas of associated planting/landscaping.



Preliminary mechanical plans with location and footprint of each major piece of equipment.



Preliminary 100% complete process and instrumentation drawings (P&IDs) for the major project elements and most auxiliary equipment.



Preliminary Interim Control Plan.



Preliminary Network Block Diagrams including data network block diagram, preliminary CCTV block diagram (if required) and preliminary telephone block diagram.



Single-Line Diagrams to the MCC level.

 

Preliminary Electrical Demolition Floor Plans and single-lines. Preliminary Electrical and Control Room Plan.



Preliminary process, yard piping, and P&ID demolition plans.



List of specifications – see Task 3.5 for requirements.

Consultant shall refer to Phase 3 - Final Design of this Scope of Work, General Design Services, “Management of Subconsultants” for survey requirements that must be incorporated into the preliminary and final design. OCSD comments on the Draft PDR shall be incorporated into a Final PDR for submission to OCSD.

September 15, 2014

J-117 – Design SOW Page 38 of 102

Task 2.2 - Utility Coordination Utility coordination is required for Contract A for any new facilities/excavations off-site and on-site at Plants 1 and 2 as required for pipeline inspection, rehabilitation, and fiber optic cable replacement. Work that is to be performed entirely inside the pipeline, with no external excavation required, is excluded from the utility coordination requirement, but may require access agreements/permits, depending on how and where the Consultant enters the pipelines. Utility coordination is required in full for Contract B work. Consultant shall perform a thorough search of all utilities impacted by the work for all applicable Project Elements of this Scope of Work, regardless of size and all other facilities above or below ground. Utilities include all utility company-owned and public agency-owned piping, duct banks, and other interferences. The search shall include utilities within the public right-of-way, and those located on private property and OCSD property impacted by the proposed project. The search shall include the records and plans of OCSD and all public and private companies and utilities. Task 2.2.1 OCSD Records OCSD’s “As-built/Record” plans may be incomplete or inaccurate with respect to the routing of individual utilities, pipelines, etc. in the vicinity of the project. Consultant shall check OCSD records against those of the other agencies, companies and utilities. These may include, but not be limited to, oil, gas, fuel, water, and sewer pipelines; traffic control facilities, telephone and electrical conduit and duct banks, storm drains, manholes, and other structures. Task 2.2.2 Not Used Task 2.2.3 Outside Utility/Agency Records Consultant shall contact, in writing, all jurisdictional agencies and utilities owners that have utilities and/or jurisdiction in the work areas to inform them of OCSD’s project. Consultant shall request plans showing any of the agency’s or utility’s facilities, pipelines, etc. in the project area. Consultant shall also request plans and schedules for any proposed construction in the project areas. Consultant shall develop a schedule to minimize project conflicts and/or coordinate local agency projects with OCSD. Consultant shall personally visit each agency/company and search through all available plans, files, and documents. Consultant shall meet with applicable field staff from each agency to confirm the completeness of their research. Abandoned utilities shall also be considered. Consultant shall document the contacts and information requested and received, including that from Underground Service Alert (USA). OCSD shall be copied on all correspondence between Consultant and public and private agencies, and utility companies. Consultant shall submit a copy of all documentation to OCSD with an itemized submittal letter. The letter shall confirm that Consultant has performed on-site inspections for each utility, and has listed the utilities.

September 15, 2014

J-117 – Design SOW Page 39 of 102

Consultant shall contact USA and request a Substructure listing for the project area. Thirty (30) days prior to the FDS submittal, the Consultant shall contact outside agencies to verify any changes made by agency during final design period and compare them with the Contract Drawings. Consultant shall follow through with due diligence on utilities that do not participate in the USA program, unknown owner of a facility and/or abandoned utilities. Task 2.2.4 Outside Utility/Agency Meetings Consultant shall also establish contact with outside agencies that have jurisdiction or facilities that may be impacted by the J-117 Project, and/or require access easements/agreements to perform inspections and repair work. Consultant shall work with the required agencies for information exchange and input. The following entities may require individual meetings for access agreements and/or encroachment permits:  

Easement/Access - Southern California Edison Easement/Access – County of Orange (include Orange County Parks Department and Army Corps of Engineers Representatives)

Assume two meetings will be required with each agency and break them out in the fee schedule under this task for Contract A. Consultant shall keep OCSD informed regarding meetings with outside agencies and shall invite OCSD to all meetings. Task 2.2.5 On-Site Inspection An on-site inspection shall be made in the project area. During the on-site inspection, a senior-level Consultant representative shall walk the site accompanied by OCSD’s Project Engineer and Supervising Inspector. The Consultant representative shall be experienced in the location and identification of utilities in the field. During the on-site inspection the Consultant shall document all visible features that indicate utilities within the project area and compare them with the available utility plans. Thirty (30) days prior to the FDS submittal, an on-site inspection shall be made in the project area. During the on-site inspection, a senior-level Consultant representative shall walk the site accompanied by OCSD’s Project Engineer and Supervising Inspector. The Consultant’s representative shall be experienced in the location and identification of utilities in the field. During the on-site inspection the Consultant shall document all visible features that indicate utilities within the project area and compare them with the Contract Drawings.

September 15, 2014

J-117 – Design SOW Page 40 of 102

Task 2.2.6 Subsurface Utility Investigation Investigation of existing utilities shall be in accordance with the respective ASCE guidelines, except as amended by this Scope of Work. A brief description of the ASCE guidelines define the Quality Level of detail for researching subsurface utilities as follows: Quality Level D: Information derived from existing records or oral recollections. Quality Level C: Information obtained by surveying and plotting visible aboveground utility features and by using professional judgment in correlating this information to Quality Level D information. Quality Level B: Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate position of subsurface utilities. Quality Level B data shall be reproducible by surface geophysics at any point of their depiction. This information is surveyed to applicable tolerances and reduced onto plan documents. Quality Level A: Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed subsurface and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. A precise horizontal and vertical location, as well as other utility attributes, is shown on the plan documents. Accuracy is typically set to 15-mm vertical and to applicable horizontal survey and mapping accuracy. Refer to CI/ASCE 38-02, Standard Guidelines for Collection and Depiction of Existing Subsurface Utility Data for details. Subsurface investigation for all utilities in and around the work area shall be performed to Quality Level D and Quality Level C. All utilities shall be plotted both in plan and profile on a scaled drawing that can later be incorporated into scaled (1” = 40’) plan drawings. Consultant shall submit, for acceptance by OCSD, recommendations on which utilities should be investigated to Quality Level A and where Quality Level B investigations should be performed. As part of the submittal, a potholing plan and geophysical investigation plan shall be developed including proposed pothole locations and type of geophysical investigation. Prior to OCSD’s acceptance of the Potholing Plan/Geophysical Investigation Plan, a project field walk with Consultant Project Manager, Project Engineer, Supervising Inspector, and designated OCSD personnel shall be performed. Task 2.2.7 Potholes and Geophysical Investigation Consultant shall “pothole” and perform geophysical investigation (including groundpenetrating radar) on all utilities described and shown in the accepted Potholing

September 15, 2014

J-117 – Design SOW Page 41 of 102

Plan/Geophysical Investigation Plan. Consultant’s staff shall be on-site during potholing to provide direction to potholing crew. OCSD staff shall also be present during potholing. Consultant shall provide all work necessary, including, but not limited to:          

Documentation of information Notification of USA’s “Dig Alert” Providing field survey Obtaining required permits Submission of traffic control plans Setting up traffic control Soft dig potholing Excavating Backfilling Repairing pavement to local jurisdiction requirements

“Soft” excavation potholing methods such as vacuum extraction are preferred; however, excavation methods shall be chosen to adequately define the utility. Crosscut trenches may be preferred for defining some utility locations. Hydro-jetting soft dig should be avoided in sandy, wet or contaminated soil conditions. Potholing subcontractor shall measure and document the depth of pavement and of base material at each pothole, and every five feet along crosscut trenches. Consultant shall provide a licensed land surveyor or hire a licensed survey subcontractor(s) to field locate the actual horizontal and vertical location of the constructed potholes. City and County control points shall be checked; northing, easting and elevation data for each pothole shall be shown on the Contract Drawings; and physical tie-ins provided in order to easily re-establish pothole locations after construction. Consultant shall supply and supervise survey work and subcontractors needed to perform the pothole work. Survey datum differences shall also be reconciled. Consultant shall backfill and repair potholes consistent with the requirements of the local jurisdiction. If Consultant is unable to determine local jurisdiction requirements prior to the proposal, Consultant shall assume the following requirements: 

Unpaved areas off-site and on-site (Plants 1 and 2): the materials removed from the excavations may be used for backfill. Excavated material used to fill potholes shall be placed with a maximum lift thickness of four inches and mechanically compacted.



Paved areas: Excavated materials shall be tested for hazardous materials and disposed of offsite accordingly. Testing shall be the minimum required for classifying the materials. Minimum laboratory testing shall include an on-site Organic Vapor Analyzer (OVA) test for potential hydrocarbon contaminants. Minimum testing shall include Benzene, Toluene, Ethyl Benzene, and Xylene (BTEX) test per EPA guideline 8020 and Total Hydrocarbons (TPH) tests per EPA

September 15, 2014

J-117 – Design SOW Page 42 of 102

guideline should the OVA reading be equal to or greater than 45 ppm. 

AC pavement shall be replaced to full depth or the structural section (AC & Base) plus two inches with hot mix asphalt. Cold mix shall only be allowed when the patch will be replaced by the project.



Concrete pavement shall be replaced to full depth plus two inches with Portland cement unless otherwise required by OCSD.



Consultant’s fee proposal shall include a cost for potholes and unit cost for additional potholes. The cost shall provide the following minimum potholes during preliminary design/final design: Contract A 50/15

Contract B 40/20



Consultant’s fee proposal shall include a cost for geophysical investigation for Contract B only. The cost shall provide for a minimum of 5,000 square feet during preliminary design.



Additional utilities shall be identified beyond potholing using more extensive excavation methods to determine the actual depth. This may require the use of an excavator and shoring. This may be utilized during Preliminary design or Design phase. Restoration methods shall be as per the above for potholing. Assume the following exploratory excavations will be required. Contract A 4

Contract B 3

Task 2.2.8 Depiction of Utilities and Potholes on Plans All utilities encountered during the preliminary design shall be shown on the Plans. Project work that requires other agencies to relocate existing utilities shall be coordinated during the design by Consultant. Each subsurface utility shown on the drawings shall include the Quality Level to which it was investigated as required by CI/ASCE 38-02. Pothole locations shall be shown on drawings with survey information. Task 2.2.9 Permits Easements, Property Boundaries and Work Area Limits For all applicable Project Elements of this Scope of Work, Consultant shall provide project documents and work procedures that comply with all conditions of existing permits and permits required to construct this project. The Consultant shall identify easement and property boundary requirements and prepare all easement documents including field investigations. Property boundaries and easements shall be shown on drawings. The Consultant shall identify work area limits on drawings and include any restrictions to the work area including its use as laydown.

September 15, 2014

J-117 – Design SOW Page 43 of 102

Task 2.3 – Environmental Documentation Consultant shall assemble necessary project documents for submittal to OCSD in support of the Environmental (CEQA) process. A Notice of Exemption (NOE) has been obtained for Contract A, It is expected that an EIR Amendment will be required for Contract B only for the work involving construction of a new pump station (all other Project Elements are under the NOE). OCSD staff will work with Consultant to determine the nature of the documentation that needs to be prepared and when it must be submitted. Consultant shall develop EIR Mitigation, Monitoring and Reporting Program (MMRP) checklist as described in OCSD Policy Number CON-P-050. Checklist shall include the following: 

Applicable EIR Mitigation Measure numbers



Descriptions of Mitigation Measures



How Mitigation Measure will be included in Contract Documents



Notes



Frequency of monitoring during construction

The Consultant shall include in their proposal, all fees required to comply with MMRP measures. These tasks shall be included with the complete Draft PDR submittal. Consultant shall attend three (3) OCSD meetings to discuss the environmental documentation and no public meetings. Greenhouse gas (GHG) analysis must be conducted to determine if there are any environmental impacts as a result of this project. If additional studies are required, they should also be included as recommendations. These tasks shall be included with the complete Draft PDR submittal. Task 2.4 – Risk Management Plan Consultant shall develop a project-specific Risk Management Plan (RMP) and update the Plan at key points in the project. The Consultant shall assist OCSD in managing risks per the tasks described is the Scope of Work. OCSD staff will participate in preparation and managing the RMP documents. The Consultant's responsibilities for preparing the RMP consist of participation in the risk Workshops, identifying risks, maintaining a log of risk mitigation measures, and providing risk updates in monthly progress reports. Task 2.4.1- Risk Management Plan during Inspection Consultant shall develop project specific risk management plan for inspection to assure that all necessary information will be gathered in order to complete the condition assessment of this facility.

September 15, 2014

J-117 – Design SOW Page 44 of 102

Task 2.5 – Risk Analysis Report Consultant shall prepare a Risk Analysis Report for Construction of the new pump station. The Risk Analysis shall evaluate the benefits of the new facility versus the risks of construction, operation and maintenance. This shall also include regulatory risks. The analysis shall determine if design should continue as is or change to alleviate some or all of the perceived risks. Task 2.6 – Value Engineering Report Consultant shall participate in a Value Engineering (VE) program as described in the EPA publication entitled “Value Engineering for Wastewater Treatment Works”, dated September 1984. The workshop will be managed primarily by an independent VE Consultant hired by OCSD. Examples of topics that may be covered in the Value Engineering Study include: project concepts, operations requirements, maintenance requirements, user friendliness and safety, possible project improvements, cost saving measures, public nuisance issues, site access, safety, and constructability. The VE workshop shall be held by the VE Consultant at an off-site location in or around the City of Fountain Valley, California, over a period of three (3) days as follows: 

The Design Consultant shall prepare all documentation to be reviewed at the workshop and mail the materials to all VE workshop participants at least one (1) week prior to the workshop.



The morning of Day One (1) shall involve a detailed presentation by the Design Consultant to the VE Consultant and OCSD staff regarding the design and construction project to cover the design concepts for each project element. The presentation shall be followed by a site walk. A question and answer session shall follow and continue through lunch which will be arranged for and provided by the VE Consultant. OCSD stakeholders may also be available to answer questions.



During the afternoon of Day One, the Design Consultant shall give a detailed presentation to the VE Consultant and OCSD staff regarding the design and construction project schedule and a history of the decisions which limit the project and its sequencing. A question and answer session for this presentation shall follow. OCSD stakeholders may also be available to answer questions.



Day Two (2) will be a work day for the VE Consultant. At least one designated individual from the Design Consultant shall remain to answer questions and gather additional information that the VE Consultant might need. OCSD stakeholders may also be available to answer questions.



The morning of Day Three (3) will be reserved for the VE Consultant to formulate their recommendations in preparation of their presentation that afternoon to the Design Consultant and OCSD staff. At least one designated individual from the Design Consultant shall be available again to help the VE Consultant in their efforts. OCSD stakeholders may also be available for a discussion. The afternoon presentation by the

September 15, 2014

J-117 – Design SOW Page 45 of 102

VE Consultant will outline their recommendations that are anticipated to be the body of the VE report. A designated individual from VE Consultant will record the comments and take notes from the workshop to document the process. The Design Consultant shall participate in the workshop as described herein, evaluate the VE Report recommendations, conduct additional engineering analyses as determined by OCSD, and meet with OCSD to discuss the results of the engineering analyses and incorporation of any additional recommendations into a Final VE Report. Task 2.7 – Temporary Handling of Flow Consultant shall design temporary handling of flow measures to be implemented by the Contractor considering OCSD’s goal of zero sewage spills. Design shall include detailed plans and specifications for pumped bypasses, gravity bypasses, diversions, plugs, shutdowns, connections/tie-ins, etc. If existing facilities including valves, gates, stoplogs, bulkheads, etc. are being considered to be used for shutdowns or diversions, Consultant shall develop a testing plan to test the viability of using these facilities during construction. If testing cannot be performed, Consultant shall design for the worst case. Consultant shall develop detailed design for each known situation the Contractor may have to handle live flow and general requirements for each unknown situation. Detailed design shall include:    

Bypass Pipe size, material, redundancy, location, protection, traffic issues, etc. Bypass Pump sizing requirements, redundancy, monitoring, operation, maintenance, etc. Plugging and flow-through plug sizing. Diversion requirements including manhole level monitoring requirements.

GENERAL DESIGN SERVICES General Design Services includes tasks that will be performed by the Consultant throughout the project. These tasks are included in a separate section of the Scope of Work to facilitate tracking of man-hours and fees by both the Consultant and OCSD. These services include: project management, workshops and meetings, quality control, management of subconsultants, coordination with other projects, permitting, and sole source/base bid/equipment pre-purchase alternatives. Consultant shall include fees for General Design Services related to Phase 2 – Preliminary Design under this section of the proposal. All Tasks listed under General Design Services are applicable to both Bid Packages (construction contracts) A and B and shall be provided for each Bid Package separately, unless specifically called out otherwise.

September 15, 2014

J-117 – Design SOW Page 46 of 102

Task 2.8 – Project Management Task 2.8.1 General Management Consultant shall be responsible for detailed management of the project including the subconsultants and shall keep OCSD appraised of the status of the project. Consultant shall provide the key management personnel as described in their proposal on this project. Consultant shall not reassign the key project personnel without prior acceptance by OCSD per Section 8 of the Professional Design Services Agreement. OCSD may request reassignment of any of the Consultant’s personnel, based on that individual’s poor performance. Consultant shall conduct monthly project management meetings with OCSD’s Project Manager. These meetings shall be attended by OCSD’s Project Manager and Consultant’s Project Manager at a mutually agreeable time, generally around the second week of the month. The purpose of the meetings shall be to review the Consultant Project Manager’s report and the status of the project scope, schedule, budget, and any issues which may affect completion of the project. Meetings should be arranged so that the progress report can be submitted at each meeting. Other meetings shall be scheduled on an as-needed basis. A description of the Consultant’s deliverables follows. Task 2.8.2 Work Breakdown Structure (WBS) The Consultant shall submit the project Work Breakdown Structure (WBS) for OCSD approval within one (1) month after the kick-off meeting. The WBS shall include a matrix indicating the budget amounts and man-hours for each task. For purposes of the proposal, the WBS shall match the tasks described in this Scope of Work. If the Consultant recommends additional tasks to the Scope of Work, they shall be inserted in the appropriate location in the Scope of Work upon approval by OCSD. At the beginning of the project, OCSD’s Project Manager may require further division of tasks (i.e., down to the fourth level) in order to limit the total billing per task. This will be discussed with the Consultant and adjustments made to the WBS. The approved WBS shall form the basis for reporting the status of each Scope of Work task in the monthly project Progress Report and the project Invoices. Task 2.8.3 Progress Report Regardless of when the monthly Project Manager’s meetings occur, Consultant shall submit a monthly progress report no later than the first Wednesday of the following month that will include the following:   

Work completed to date Work schedule for the upcoming month Outstanding project issues

September 15, 2014

J-117 – Design SOW Page 47 of 102

           

Issues impacting project schedule or construction cost, and actual cost impacts Potential changes in project Scope of Work Status of the project budget Status of the project schedule. Provide an updated project schedule as a color hardcopy and as a native format electronic file. Updated Project Decision Log OCSD comment log and response status Updated WBS (if changed) Applicable billing/outstanding invoices Percent complete, tabulated on a per task basis (per WBS structure) Cost to complete, tabulated on a per task basis (per WBS structure) Consultant’s plan to complete project within budget (if cost to complete is greater than approved budget). Overall project budget and schedule completion in graphical format on the same graph. Show actual budget used, original schedule completion, and actual estimated project completion on the graph. Provide a projection of monthly cash flow and a resource loaded schedule. Use Primavera Project Planner (P6) to schedule the tasks which are integrated into OCSD’s WBS.

Task 2.8.4 - Risk Monitoring Updates Prior to monthly Project Management Meetings, the Consultant shall review the Risk Management Plan and update the Risk Mitigation Measure Log. The monthly Progress Report shall include a discussion of the following risk issues:    

Identification of any risks included in the RMP that have occurred since the last monthly report Identification of any risks included in the RMP that have been resolved or are no longer a risk Identification of new risks that have occurred or been identified since the last progress report An update of the Risk Mitigation Measure log reflecting the status of each recommended mitigation measure

The risk discussion in the monthly progress report will be included in the agenda of the monthly progress meeting. Task 2.8.5 Project Invoices Consultant shall prepare and submit monthly invoices to OCSD no later than the first Wednesday of the following month. The invoices shall document the man-hours and billing rate for each person that works on the project for each task in the WBS. Overhead, profit and any direct costs shall also be shown for each task. As part of the summary section of the invoice, Consultant shall also include the following information:

September 15, 2014

J-117 – Design SOW Page 48 of 102

     

Budget Current billing period invoicing Previous billing period “total invoiced to date” Budget Amount Remaining Current billing period “ total percent invoice to date” Current billing period “total percent completed to date”

The cost component breakdown for each element above shall match that of the PDSA. The monthly progress report and project schedule shall be submitted with the project invoice as part of the monthly request for payment. Consultant shall also provide percent budget spent for each of OCSD’s WBS cost codes (i.e. by work package and phase). OCSD shall provide a list of cost codes by phase to the Consultant. OCSD will provide a sample invoice structure to Consultant at the beginning of the project. Task 2.8.6 Project Schedule Consultant shall create a detailed project schedule using a Critical Path Method approved by OCSD Project Manager. OCSD currently uses Primavera Project Planner (P6) for this purpose. The schedule shall be cost and resource loaded and capable of calculating earned value. The schedule shall expand upon OCSD’s overall project schedule. At a minimum, the schedule shall indicate the following:         

Project start date and finish date for each activity Each project task and subtask in the WBS with established relationships Project Addenda Milestones for each task Project submittal dates Submittal dates for each deliverable Meeting and workshop dates OCSD review periods Physical percent complete for each activity in the WBS and percent complete by Phase

Consultant shall maintain the project schedule on a monthly basis. Task 2.8.7 Progress Schedule The Consultant shall prepare a cost loaded project schedule in significant detail to calculate a monthly earned value of work performed. The selection of tasks and task durations shall be approved by OCSD. The Consultant shall prepare planned, actual and earned value curves for the project and include them with the updated schedule along with the CPI and SPI. Prior to invoice submittal, the Consultant and the Project

September 15, 2014

J-117 – Design SOW Page 49 of 102

Team will evaluate the percent complete for each activity worked on during the billing period. The percent complete shall be shown in the updated schedule. The earned value will be compared to the planned value and the actual invoice value for the month and discussed in the progress report. The Consultant will need to justify any requests for monies over the planned value and explain how the overall budget will be met over the life of the project. Task 2.9 – Workshops and Focused Meetings Consultant shall hold meetings and workshops throughout the project to keep the OCSD appraised of the job, review work-in-progress, share information, discuss project submittals, present findings of technical analyses, receive and resolve comments, and obtain decisions and direction by OCSD staff. This task defines the major meetings and workshops to be held by the Consultant in accordance with the requirements of OCSD’s Engineering Design Guidelines. Consultant shall also hold additional meetings as required to keep OCSD appraised of the job, to review work-in-progress, and to receive and resolve comments. Consultant shall prepare and submit an agenda to OCSD (hard copy and e-mail) for review at least one (1) week prior to each meeting or workshop. The agenda package shall include a copy of the formal agenda and applicable review materials such as draft design criteria, design memoranda, associated drawings, and specifications, to support meeting or workshop goals. Consultant shall prepare minutes for each workshop or meeting and submit them to OCSD’s Project Manager for approval within three (3) business days following the meeting or workshop. OCSD review period is typically one (1) month for each major submittal. For focused meetings, Consultant shall allow an OCSD review period of six weeks. The Consultant shall not continue to work on the project during the review period of major milestone submittals. At the end of the review period, Consultant shall meet with OCSD staff to receive and review OCSD comments at the Gate Review Meeting. Consultant shall prepare minutes from all workshops and meetings concerning the project. Consultant shall submit the minutes to OCSD’s Project Manager for approval within three (3) business days following the meeting or workshop. Agenda and minutes will be prepared in a format approved by OCSD. Informal meetings such as office meetings shall be recorded as follows:     

Consultant shall notify the Project Manager/Project Engineer prior to the meeting. Consultant shall prepare minutes for the meeting. The minutes shall be submitted to the Project Manager/Project Engineer and the Project Team. After review and modification, the minutes will be filed as a formal record of the meeting. Meetings that do not follow these procedures will not be recognized as having occurred.

September 15, 2014

J-117 – Design SOW Page 50 of 102

Consultant shall prepare for all telephone and teleconferencing meetings in the same manner as outlined above. A copy of all comments on project issues obtained by the Consultant from OCSD staff without the direct OCSD Project Manager’s involvement shall be submitted for the Project Manager’s approval within three (3) business days of receipt for direction on how to proceed with these comments. Upon receipt of OCSD comments on each project submittal and each set of meeting or workshop materials, the Consultant shall address the comments and submit a legible set of all OCSD’s comments together with Consultant’s detailed responses, each written next to the respective OCSD comment. OCSD will provide a template for submission of these comments. A hard copy of the responses shall be submitted no later than thirty (30) days after receipt of OCSD comments and at least thirty (30) days prior to the next submittal date. Consultant shall keep an ongoing record of decisions made on the project in a “Decision Log” and shall submit a copy of the updated Decision Log with each monthly Progress Report. The Decision Log format shall be provided by OCSD. Submittals that contain gross deficiencies or errors requiring a significant amount of OCSD staff time for checking shall be returned without review until OCSD is satisfied that a thorough Consultant’s review, checking and correction for coherence, consistency, spelling, etc. has been performed. Task 2.9.A.1 Workshops for Bid Package A Up to two (2) Preliminary Engineering Workshops shall be held during Preliminary Design to review project progress during Preliminary Design. The subjects to be covered in each workshop are discussed below. Each workshop shall be 4 to 6 hours in length. Task 2.9.A.1.1 Preliminary Engineering Workshop 1 (PEW 1) PEW 1 shall be held at approximately the midpoint of the preliminary design phase. This workshop shall be held to summarize decisions made at focused meetings and will include an overview of the project to date. Changes in the project that may impact the estimated project construction cost shall be identified and discussed Task 2.9.A.1.2 Preliminary Engineering Workshop 2 (PEW 2) PEW 3 shall be held after Consultant has completed the draft technical memoranda for the Bid Package A. PEW 2 shall be held to summarize decisions made at focused meetings and to review the draft PDR. A project summary, updated site layout and updated Basis of Design shall be presented. Task 2.9.A.1.3 PDR A Constructability Workshop A constructability workshop shall be held prior to the submittal of the draft PDR to identify any fatal flaws in the design relative to constructability. Some of the subjects that shall be covered in this workshop include the following: conflicts between design disciplines, geotechnical considerations, construction sequencing, power outages,

September 15, 2014

J-117 – Design SOW Page 51 of 102

equipment shutdowns, viability of equipment relocation, safety, operational requirements, access for maintenance, size-critical equipment requirements and constraints, permitting, public nuisance issues, other local conditions and constraints. This workshop shall be held at OCSD facilities and shall generally be 6 to 8 hours in length. OCSD and Consultant staff shall attend this workshop. Consultant shall be responsible for completing the following tasks relative to the workshop: 

  

Prepare package for constructability review workshop participants. The package shall consist of detailed plans and specifications and other information selected by Consultant. Prepare presentation on the project. Summarize the constructability review workshop comments and action taken on each comment in a memorandum. All comments and recommendations of the workshop shall be incorporated into TM7 - Implementation Plan and the contract documents at no additional cost to OCSD.

Task 2.9.A.1.4 PDR A Design Gate Workshop The PDR Design Gate Workshop shall be held to review the PDR submittal. This workshop shall be held immediately following the PDR submittal. The Consultant staff required at this workshop shall include:    

Project Manager Project Engineer Lead Pipeline Designer Lead QC/QA

The primary focus shall be to review the Consultant’s quality control by reviewing the PDR including drawings. The Consultant shall also present its QA/QC documentation for the PDR. The workshop shall include a site visit. This workshop shall be one day in length and be held at OCSD. At the end of the PDR Design Gate meeting, OCSD will decide whether to accept or reject the PDR. Task 2.9.B.1 Workshops for Bid Package B Up to four (4) Preliminary Engineering Workshops shall be held during Preliminary Design to review project progress during Preliminary Design. The subjects to be covered in each workshop are discussed below. Each workshop shall be 4 to 6 hours in length. Task 2.9.B.1.1 Preliminary Engineering Workshop 1 (PEW 1) PEW 1 shall be held at approximately the midpoint of the preliminary design phase. This workshop shall be held to summarize decisions made at focused meetings and

September 15, 2014

J-117 – Design SOW Page 52 of 102

will include an overview of the project to date including process flow diagrams, operating philosophies, O&M staffing requirements, single line diagrams, site layout, hydraulic profile, results of special studies including life cycle cost analyses, and field findings reports completed to date. Required permits shall also be identified and a scope of work for field surveys shall be presented. Nominal voltage rating to be specified for motors above 450 horsepower shall be coordinated with industry engineering practice and OCSD policies. Changes in the project that may impact the estimated project construction cost shall be identified and discussed Task 2.9.B.1.2 Preliminary Engineering Workshop 2 (PEW 2) PEW 2 shall be held to summarize decisions made at focused meetings and shall include an overview of the project to date. Consultant shall also summarize the project direction agreed-upon in focused meetings related to special studies. OCSD acceptance of nominal voltage rating to be specified for motors above 450 horsepower shall also be obtained at this workshop. Topics and special issues to be presented in the Value Engineering (VE) Workshop shall be reviewed with OCSD staff at this workshop. Task 2.9.B.1.3 Preliminary Engineering Workshop 3 (PEW 3) PEW 3 shall be held after Consultant has completed the draft technical memoranda. PEW 3 shall be held to summarize decisions made at focused meetings and to review the draft PDR. A project summary, updated site layout and updated Basis of Design shall be presented. Task 2.9.B.1.4 Preliminary Engineering Workshop 4 (PEW 4) PEW 4 shall be held to review resolution of Value Engineering Review comments and resolution of major comments made by OCSD staff on the Draft PDR. PEW 4 shall be held after the Value Engineering Workshop is complete and after Consultant has completed review of OCSD’s comments on the draft PDR. Task 2.9.B.1.5 PDR Constructability Workshop A constructability workshop shall be held prior to the submittal of the draft PDR to identify any fatal flaws in the design relative to constructability. Some of the subjects that shall be covered in this workshop include the following: conflicts between design disciplines, geotechnical considerations, construction sequencing, power outages, equipment shutdowns, viability of equipment relocation, safety, operational requirements, access for maintenance, size-critical equipment requirements and constraints, permitting, public nuisance issues, other local conditions and constraints. This workshop shall be held at OCSD facilities and shall generally be 6 to 8 hours in length. OCSD and Consultant staff shall attend this workshop. Consultant shall be responsible for completing the following tasks relative to the workshop:

September 15, 2014

J-117 – Design SOW Page 53 of 102



  

Prepare package for constructability review workshop participants. The package shall consist of detailed plans and specifications and other information selected by Consultant. Prepare presentation on the project. Summarize the constructability review workshop comments and action taken on each comment in a memorandum. All comments and recommendations of the workshop shall be incorporated into TM6 - Implementation Plan and the contract documents at no additional cost to OCSD.

Task 2.9.B.1.6 PDR Design Gate Workshop The PDR Design Gate Workshop shall be held to review the PDR submittal. This workshop shall be held immediately following the PDR submittal. The Consultant staff required at this workshop shall include:       

Project Manager Project Engineer Lead Mechanical Engineer Lead Electrical I&C Engineer Lead Structural Engineer Lead QC/QA

The primary focus shall be to review the Consultant’s quality control by reviewing the PDR including drawings. The Consultant shall also present its QA/QC documentation for the PDR. The workshop shall include a site visit. This workshop shall be two days in length and be held at OCSD. At the end of the PDR Design Gate meeting, OCSD will decide whether to accept or reject the PDR. Task 2.9.A.2 Preliminary Design Risk Workshops for Bid Package A Task 2.9.A.2.1 - Initial Risk Workshop A Risk Management Workshop will be held shortly after the beginning of the Preliminary Design effort. Attendees will include OCSD's project team. The Consultant's Project Manager and Project Engineer shall prepare for and participate in the workshop. The purpose of this workshop is to initially identify the key projectspecific risks and discuss which risks warrant additional attention as the preliminary design and detail design progresses in addition to creation of the log of all the mitigation measures recommended in the RMP plan to be implemented. The log is likely to include measures to be taken during preliminary and final design, as well as during bid phase and construction. The log is not intended to track mitigation measures that would be implemented only if and when a particular risk occurs. The log shall include the following information for each recommended mitigation measure:

September 15, 2014

J-117 – Design SOW Page 54 of 102

    

A brief description of the mitigation measure and the risk it is intended to address A description of who has the lead to implement the measure What components of the project design, specification, plans or other document would need to incorporate or address the measure The time frame for completing the measure A brief summary of the status of the measure, to be used in on-going updates

The Risk Mitigation Measure log will be used for on-going risk management and as a basis of reviewing Consultant submittals. The Consultant shall prepare the minutes for this Workshop. Task 2.9.A.2.2 - Preliminary Design Risk Workshop 1 A Preliminary Design Risk Management Workshop will be held at least 4 weeks prior to submittal of the Draft Preliminary Design Report. The Workshop will be utilized to:    

Identify key project-specific risks Characterize the nature of the impact of each risk should it occur Characterize how likely the risk is to occur Identify potential mitigation strategies that should be implemented, or be ready to be implemented to address each risk

The Consultant shall provide a suitably qualified Moderator to conduct the Workshop. The moderator should have the following attributes:  



Sufficiently technically knowledgeable to understand the nature of the risks involved, but the Moderator need not be a subject matter expert Not extensively involved in the project to date, so that Moderator has no personal stake in the issues. The Project Manager and Project Engineers are not considered suitable Employed by the Consultant, a Subconsultant, or a specific individual

The Workshop shall be planned and scheduled for a duration of 4 hours and will be held at OCSD offices. The Consultant or Moderator shall prepare the agenda, any appropriate presentation materials, and minutes for the Workshop. The minutes shall include sufficient information for OCSD to populate the project risk register to be included in the RMP. Task 2.9.A.2.3 - Preliminary Design Risk Workshop 2 A Preliminary Design Risk Management Workshop 2 will be held prior to submittal of the Final Preliminary Design Report. The Workshop will be utilized to: 

Identify key project-specific construction risks



Characterize the nature of the impact of each construction risk should it occur

September 15, 2014

J-117 – Design SOW Page 55 of 102



Characterize how likely the risk is to be managed during design and construction phases

The Consultant conducting this workshop shall be the subject matter expert and technically knowledgeable in the area of risks during construction phase. The Workshop shall be planned and scheduled for a duration of 4 hours and will be held at OCSD offices. The Consultant shall prepare the agenda, any appropriate presentation materials, and minutes for the Workshop. The minutes shall include sufficient information for OCSD to populate the project risk register to be included in the RMP for the PDR approval Gate meeting. Task 2.9.B.2 Preliminary Design Risk Workshops for Bid Package B A Risk Management Workshop will be held shortly after the beginning of the Preliminary Design effort. Attendees will include OCSD's project team. The Consultant's Project Manager and Project Engineer shall prepare for and participate in the workshop. The purpose of the workshop will be to initially identify the key project-specific risks and discuss which risks warrant additional attention as the preliminary design and detail design progresses. The Consultant shall prepare the minutes for this Workshop. Task 2.9.B.2.1 - Initial Risk Workshop A Risk Management Workshop will be held shortly after the beginning of the Preliminary Design effort. Attendees will include OCSD's project team. The Consultant's Project Manager and Project Engineer shall prepare for and participate in the workshop. The purpose of this workshop is to initially identify the key projectspecific risks and discuss which risks warrant additional attention as the preliminary design and detail design progresses in addition to creation of the log of all the mitigation measures recommended in the RMP plan to be implemented. The log is likely to include measures to be taken during preliminary and final design, as well as during bid phase and construction. The log is not intended to track mitigation measures that would be implemented only if and when a particular risk occurs. The log shall include the following information for each recommended mitigation measure:     

A brief description of the mitigation measure and the risk it is intended to address A description of who has the lead to implement the measure What components of the project design, specification, plans or other document would need to incorporate or address the measure The time frame for completing the measure A brief summary of the status of the measure, to be used in on-going updates

The Risk Mitigation Measure log will be used for on-going risk management and as a basis of reviewing Consultant submittals. The Consultant shall prepare the minutes for this Workshop.

September 15, 2014

J-117 – Design SOW Page 56 of 102

Task 2.9.B.2.2 - Preliminary Design Risk Workshop 1 A Preliminary Design Risk Management Workshop will be held at least 4 weeks prior to submittal of the Draft Preliminary Design Report. The Workshop will be utilized to:    

Identify key project-specific risks Characterize the nature of the impact of each risk should it occur Characterize how likely the risk is to occur Identify potential mitigation strategies that should be implemented, or be ready to be implemented to address each risk

The Consultant shall provide a suitably qualified Moderator to conduct the Workshop. The moderator should have the following attributes:  



Sufficiently technically knowledgeable to understand the nature of the risks involved, but the Moderator need not be a subject matter expert Not extensively involved in the project to date, so that Moderator has no personal stake in the issues. The Project Manager and Project Engineers are not considered suitable Employed by the Consultant, a Subconsultant, or a specific individual

The Workshop shall be planned and scheduled for a duration of 4 hours and will be held at OCSD offices. The Consultant or Moderator shall prepare the agenda, any appropriate presentation materials, and minutes for the Workshop. The minutes shall include sufficient information for OCSD to populate the project risk register to be included in the RMP. Task 2.9.B.2.3 - Preliminary Design Risk Workshop 2 A Preliminary Design Risk Management Workshop 2 will be held prior to submittal of the Final Preliminary Design Report. The Workshop will be utilized to:   

Identify key project-specific construction risks Characterize the nature of the impact of each construction risk should it occur Characterize how likely the risk is to be managed during design and construction phases

The Consultant conducting this workshop shall be the subject matter expert and technically knowledgeable in the area of risks during construction phase. The Workshop shall be planned and scheduled for a duration of 4 hours and will be held at OCSD offices. The Consultant shall prepare the agenda, any appropriate presentation materials, and minutes for the Workshop. The minutes shall include sufficient information for OCSD to populate the project risk register to be included in the RMP for the PDR approval Gate meeting.

September 15, 2014

J-117 – Design SOW Page 57 of 102

Task 2.9.B.2.4 - Risk Mitigation Measure Log Following the completion of the initial RMP, the Consultant shall prepare a log of all the mitigation measures recommended in the plan to be implemented. The log is likely to include measures to be taken during preliminary and final design, as well as during bid phase and construction. The log is not intended to track mitigation measures that would be implemented only if and when a particular risk occurs. The log shall include the following information for each recommended mitigation measure:     

A brief description of the mitigation measure and the risk it is intended to address A description of who has the lead to implement the measure What components of the project design, specification, plans or other document would need to incorporate or address the measure The time frame for completing the measure A brief summary of the status of the measure, to be used in on-going updates

The Risk Mitigation Measure log will be used for on-going risk management and as a basis of reviewing Consultant submittals. Task 2.9.B.2.5 - Risk Monitoring Updates Prior to monthly Project Management Meetings, the Consultant shall review the Risk Management Plan and update the Risk Mitigation Measure Log. The monthly Progress Report shall include a discussion of the following risk issues:    

Identification of any risks included in the RMP that have occurred since the last monthly report Identification of any risks included in the RMP that have been resolved or are no longer a risk Identification of new risks that have occurred or been identified since the last progress report An update of the Risk Mitigation Measure log reflecting the status of each recommended mitigation measure

The risk discussion in the monthly progress report will be included in the agenda of the monthly progress meeting. Task 2.9.3 Focused Meetings Task 2.9.3.1 Kickoff Meeting for both Bid Packages A three hour project kick-off meeting shall be held with OCSD staff to introduce principal members of OCSD and Consultant’s teams. The discussion topics shall include: OCSD responsibilities, Consultant’s responsibilities, invoice procedures, personnel badges, parking, site access, Consultant’s Scope of Work, detailed project schedule with

September 15, 2014

J-117 – Design SOW Page 58 of 102

milestones, Work Breakdown Structure requirements, and OCSD confined space and other safety policy training. Consultant shall also establish contact with OCSD Project Team participating in this project. Consultant shall work in partnership with the Project Team which shall provide the information and input the Consultant shall use to perform the engineering services per the Scope of Work. Task 2.9.3.2 Focused Meetings This task is applicable to Bid Package A, Bid Package B. Meetings shall be held separately for each Bid Package. Focused meetings shall be held throughout preliminary design to discuss specific issues in detail and generate comments and direction from OCSD staff. The following tentative list of topics may be covered in these meetings, as applicable to each bid package (items with an asterisk are not required for Bid Package A):                        

Site survey Site utility coordination Geotechnical report* Quality control plan Common names for facilities and equipment* Process Flow diagram/Operating Philosophy (several meetings as needed)* Permits Confined space and other safety requirements Fire Department requirements* Fire protection* Landscaping/planting/irrigation requirements* Architectural concepts* Survey and geotechnical requirements Potholing Hazardous Area classification (with OCSD Authority Having Jurisdiction representative participating) Utilities and utility tie-ins Technical Definitions/equipment data sheets* Control concepts* Instrumentation and control upgrades* Sample P&ID; basis for equipment tag numbering* Sample control descriptions* Sample EID database* Sample SAT database* Data network block diagram/network connection diagram

September 15, 2014

J-117 – Design SOW Page 59 of 102

        

I/O relocation plan* Electrical distribution system, system controls and the related upgrades* Single-line diagrams and electrical demolition* Modes and analyses cases for electrical studies* Criticality table update* Standby power* Construction sequencing Coordination with other projects Additional meetings as necessary

Each meeting shall generally be 2-4 hours in length. Consultant shall determine how many meetings will be needed for each Bid Package to cover these topics. Consultant may suggest additional topics as necessary, or combining related topics. Supplementary meetings may be scheduled with OCSD staff, as necessary to allow coordination between the Consultant and OCSD staff. Task 2.10 – Quality Control Plan Task 2.10.1 Quality Control Plan The Consultant shall develop a Quality Assurance/Quality Control (QA/QC) Plan for implementation of the Scope of Work. The Consultant’s QA/QC Plan shall be reviewed and approved by OCSD Project Manager and shall include or reference all the controls necessary for implementation. As a minimum, the QA/QC Plan shall include the following: 1. 2. 3. 4. 5. 6. 7. 8.

Purpose and objective QA/QC Team – Roles and Responsibilities IQC Team – Roles and Responsibilities The In-house Quality Process QC coordination with OCSD Technical Memo QC process Design submittal QC process Final design documents QC process

QA/QC documentation shall include, but not be limited to, the following: 1. 2. 3. 4. 5.

Design Guidelines Calculation Log IQC comment Log Discipline Drawing IQC Checklists QC Validation Forms

On a periodic basis, OCSD shall conduct an audit of the Consultant’s work to ensure conformance with the QA/QC Plan. OCSD shall notify the Consultant when these audits will occur. For this project an audits shall be done before the PDR submittal and after

September 15, 2014

J-117 – Design SOW Page 60 of 102

the DS2 submittal. Consultant shall respond to any OCSD comments made during the audit within two (2) weeks. If comments are extensive, OCSD shall schedule a follow-up audit approximately 60 days after the comments are received. A detailed description of the Plan requirements is included in the Engineering Design Guidelines, Chapter 01, Design Guidelines – General Requirements, Section 01.7 “Design Quality Control System” and as revised in Section V of this Scope of Work, “Project-Specific Deviations from OCSD Design Guidelines”. Major elements of the QA/QC Plan include the following: 

Consultant shall be responsible for the technical adequacy and quality control of his work.



Consultant controls shall assure that planning and design inputs are correctly translated into planning and design documents such as drawings, procedures, specifications, reports, and calculations.



Consultant shall be responsible for the physical control, security, and distribution of controlled documents required for performance of the Scope of Work.



Consultant planning and design activities will be controlled through the review workshop process, including discipline checks, inter-discipline cross-checks, and multidiscipline review workshops by an Independent Project Review Team.



Technical Memorandums Prior to the submittal to OCSD, each Technical Memorandum identified in the Scope of Work shall be thoroughly reviewed and corrected by a member of the QC Team. The individual(s) shall attest to their review in the form of a written affidavit outlining the subject and identifying the corrected deficiencies.



Consultant shall perform discipline check and review all drawings, specifications, studies, reports, calculations, and any other deliverable required by the Scope of Work. These requirements shall be implemented by those Project Team members responsible for the specific planning or design activity. Documentary evidence of such checking shall be provided to OCSD with each project submittal.



Plan Check & Cross-Check Prior to the submittal of DS1, the Consultant shall perform a drawing integrity check (plan check) for all disciplines. Each discipline shall provide an affidavit attesting to the details of the review, listing drawings and specification sections reviewed. The DS1 submittal shall also have a coordination check between the P&IDs and Mechanical Drawings. The mechanical lead engineer shall attest to the accuracy of each P&ID and the Mechanical Drawing.



Consultant shall perform an inter-discipline coordination cross-check before DS2, to correct discrepancies between the process and demolition plans; mechanical, structural, electrical, and instrumentation and controls plans; single-line diagrams, and databases. Regarding any given submittal, all documents shall have interdiscipline coordination and shall be in agreement with each other. Documentary

September 15, 2014

J-117 – Design SOW Page 61 of 102

evidence of such checking shall be provided to OCSD with each project submittal. Consultant shall refer to Engineering Design Guidelines, Section 01.7 and Phase 2 – Preliminary Design and Phase 3 – Final Design in this Scope or Work for additional requirements. 

Consultant shall identify an Independent Quality Control (IQC) Team consisting of qualified individuals not directly involved in the design or supervision of the work. This Team shall conduct a multi-discipline design review (check and inter-discipline cross-check) before submittal of the DS3 to provide coordination and avoid conflicts. The DS3 IQC workshop shall take place at OCSD. The workshop shall have a minimum duration of two days. OCSD project Team shall be invited and encouraged to attend and observe the early morning briefings. The IQC Team shall have completed their independent review of their discipline prior to the DS3 IQC workshop. At the workshop, the review will continue with the interdisciplinary review and cross-checking, comment generation and discussion. The comments resulting from the IQC Team review will be documented in real time during the review process and will be reviewed by the entire IQC Team before each subsequent day of the workshop. In terms of participation, these morning review sessions will be the most beneficial time for OCSD Staff to be in attendance. The Consultant shall provide an open forum to OCSD to allow observation by OCSD Staff and a transparent QC process. The finalized IQC logs generated during the workshop will be incorporated into the QC documentation for the project and the resolution of these comments will be tracked using the comment log spread sheet. Each drawing shall have its own IQC checklist and it shall be maintained throughout the workshop. These pre-prepared IQC checklists will be used in addition to the IQC logs. Each discipline lead shall sign off on each drawing checklist to certify that the drawing was properly checked and cross-checked. At the end of the IQC workshop, the IQC Team shall meet with the QC Manager to provide insights and feedback. After the DS3 IQC workshop, the design team shall provide responses to the IQC review comments. The IQC Team shall validate the responses to the comments prior to the DS3 submittal. Documentation that all reviews were performed and all comments resolved, incorporated and back checked will be recorded on a QC Validation Form and submitted to OCSD for acceptance.



All submittals shall be accompanied by a transmittal letter signed by Consultant’s principal-in-charge or Project Manager, if appropriate, indicating that the submitted documents have been checked, and identifying the reviewer’s name. Signatures of the respective checkers shall be included where appropriate. All submittals shall be checked with a goal of insuring accuracy and consistency.



Changes to contracted services shall be documented by formal change orders and contract amendments.

September 15, 2014

J-117 – Design SOW Page 62 of 102



Acceptance of Consultant professional services shall be based on the result of audits conducted on the elements of the approved QA/QC Plan and the incorporation or resolution of comments resulting from these audits.

OCSD may also make periodic visits to the Consultant’s offices to review the progress of the technical work. These visits may include talking to Consultant’s personnel, reviewing drawings (both hardcopy and electronic), discussing QA/QC techniques that will be employed by OCSD in reviewing I/C drawings and assisting Consultant’s staff with understanding I/C requirements for such project elements as P&ID’s. Task 2.10.2 Documentation of Level of Effort for QA/QC Consultant shall include man-hours for all QA/QC activities related to Preliminary Design in this task including the development of the QA/QC Plan and review of contract documents either by the Consultant, or by the Consultant in conjunction with OCSD staff in meetings and workshops. These man-hours and associated costs shall be tracked separately in the Consultant’s invoice as determined at the beginning of the project. The level of effort will be reviewed with OCSD staff prior to award of the Professional Design Services Agreement (PDSA). Task 2.11 – Management of Subconsultants If Consultant requires the services of any Subconsultants for the preparation of the PDR documents, then the Consultant shall include a list of them in the proposal, explain why they are needed, provide a general description of their effort and include their fee. Consultant shall manage the activities of Subconsultants. See Task 3.11 for additional subconsultant requirements. Task 2.12 – Coordination with other Projects The project shall be a complete and fully functional facility that is integrated with existing facilities and coordinated with other construction projects. Consultant shall review reports, plans and specifications to identify potential conflicts with the adjacent projects and attend four (4) coordination meetings, 2 hours long (Contract B only).

PHASE 3 - FINAL DESIGN Final Design includes two main elements: Final design services including bid period services and general design services. Consultant shall develop man-hour and cost estimates for the tasks in each of these elements and include them in the Proposal separately, as applicable for each construction contract. As part of the Work Breakdown Structure submittal at the beginning of the project, OCSD may also require a further breakdown of costs based on the size of the project and request that they be included in the monthly invoice. This will be discussed in the kick-off meeting. The goal of this additional breakdown is to allow the Consultant and OCSD to keep better track of project progress vs. budget spent. Descriptions of the tasks and deliverables for each of the two main elements are provided below.

September 15, 2014

J-117 – Design SOW Page 63 of 102

FINAL DESIGN SERVICES Consultant shall provide engineering services to prepare one package of biddable plans, technical specifications, and other contract documents as required based on the design concepts and criteria developed during Phase 2 - Preliminary Design. The Each submittal and Final Design submittal will be documented in four (4) packages. These packages shall be submitted to OCSD for review in accordance with the schedule outlined in Section III of this Scope of Work. Formal workshops shall be conducted to review each package with OCSD. Focused meetings shall also be held throughout the Final Design to solicit input from OCSD staff. Consultant shall refer to Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “Workshops and Focused Meetings” for requirements. Consultant is expected to not continue work on the project while OCSD staff reviews each submittal. Consultant shall maintain an up-to-date comments log in electronic format on all OCSD comments received as a result of each submittal review. OCSD comments shall be incorporated into the next submittal, as appropriate. Any changes in OCSD’s Engineering Standards, OCSD’s Design Guidelines, and/or changes in design concepts and facility layouts that may occur up to the start of the Design Submittal 2 work as a result of OCSD comments, shall be incorporated into the Design by Consultant at no additional cost. All Tasks listed under Final Design Services are applicable to both Bid Packages (construction contracts) A and B and shall be provided for each Bid Package separately, unless specifically called out otherwise. Construction Contract A does not have electrical (except as applicable to fiber optic cable), instrumentation, control, architectural, or commissioning components. Task 3.1 – Design Submittal 1 (DS1) Design Submittal 1 shall include the following: Task 3.1.1 DS1 – Design Information 

Written response log to OCSD comments on the PDR



Size critical equipment (see Engineering Design Guidelines, Chapter 01, Section 01.2.15.2 “Size Critical Equipment” for requirements).



Draft Final and Final Geotechnical (field findings) Reports. (see Phase 3, General Design Services, Task 3.9 “ Management of Subconsultants” for requirements).



List of proposed suppliers for major equipment including MCC’s.



Updated Final Fire Protection Report and Field Findings Report as applicable.



Project Support Documentation consisting of calculations, phone/fax quotes, catalog cuts, design period memoranda, and meeting notes.

September 15, 2014

J-117 – Design SOW Page 64 of 102

Task 3.1.2 DS1 – Facility Operation and Maintenance (not applicable to Bid Package A) 

Updated Final Operating Philosophies as needed (see Engineering Design Guidelines, Appendix A, “Operating Philosophy” for requirements and Exhibit 7 of this Scope of Work for a sample Operating Philosophy).



Final Operations and Maintenance staffing requirements (see Engineering Design Guidelines, Appendix A, “Asset Management Plan” for requirements).



Final sketches of graphic screens for each process area in accordance with the list developed as part of the PDR. OCSD will develop the SCADA screens from these sketches at a later date.

Task 3.1.3 DS1 – Electrical 

Preliminary Electrical System Analysis Report which includes Summary, Field Data Collection and Verification Report, Short Circuit Study Report, Load Flow/Voltage Drop Study, Harmonic Study Report, Projective Device Application and Evaluation Report, Motor Starting Study, and Neutral Grounding Systems Study. (see Engineering Design Guidelines, Chapter 10, Section 10.2.1 “Electrical Data Collection, Measurements and Analyses” for requirements and Engineering Design Guidelines, Appendix A, Section A.3.2 “Electrical System Analysis Report” for requirements). Also include Final Electrical Measurements Report.



Preliminary lighting calculations.



Updated duct bank cable derating and cable tray fill calculations.



Updated Preliminary Electrical Load Criticality Ranking Table (see Engineering Design Guidelines, Chapter 10 Section 10.2.1.17 “Electrical Load Criticality Ranking Table” and Appendix A, Section A.3.2 ”Electrical System Analysis Report”).



Updated Preliminary Load List for all equipment. Lumping of auxiliary loads is allowed.



Preliminary plant ETAP database Model for the project.



Orientation discussion on Conduit, Tray and Cable Schedules, their format, type of information, representative samples. Don’t include length of conduit and cable in table. (see Engineering Design Guidelines, Appendix A, Section A.2.15 “Conduit, Tray and Cable Schedule” for requirements).



Single-Line Diagrams in progress for all equipment. Lumping of auxiliary equipment is allowed.



Representative Elementary Diagrams.



Representative panel (1-phase and 3-phase) and lighting fixture schedules.

September 15, 2014

J-117 – Design SOW Page 65 of 102



Representative ETAP Presentation Screens and Printouts (see Engineering Design Guidelines, Appendix A, Section A.3.1 “ETAP Single-line Presentation Screens and Printouts” for requirements).



Preliminary Electrical Site Plan, Power Plan for all equipment, Lighting Plan, Grounding plan, Electrical Equipment Elevations.



Electrical demolition plans in progress for all equipment.



Plans that show electrical, electronic, alarm, and telephone conduit and cables that pass through an existing area to be demolished but serve facilities which remain in service after the project is completed.

Task 3.1.4 DS1 – Instrumentation and Controls 

Equipment and Instrument Database (EID).



OCSD will provide a truncated copy of the EID database for Consultant to begin populating (fill out the design portion). The instrumentation worksheet in the database shall identify all new equipment and instruments and all existing equipment and instruments to be deleted and/or modified under this project. The other worksheets of the EID database shall be in progress. Consultant shall submit the EID database for the project with information that is typically included in equipment data sheets. (see Engineering Design Guidelines, Appendix A, Section A.3.12 “Equipment and Instrument Database (EID)” for requirements).



SAT Database in progress. Modify copy of the database provided by OCSD to reflect the new equipment and demolition of existing facilities. (see Engineering Design Guidelines, Appendix A, Section A.3.14 “ SCADA Administration Tool (SAT)” for requirements).



Updated Final I/C Requirements Study (see Engineering Design Guidelines, Chapter 11, Section 11.4.1 “Requirements Study” for requirements).



Draft Final 100 percent completed Process and Instrumentation Diagrams (P&ID). P&IDs are to act as a “master document” in that the P&ID is assumed to be correct and all other documents are synchronized to them. (see Engineering Design Guidelines, Appendix A, Section A.2.18 “Process and Instrumentation Diagrams (P&IDs)” for requirements). Example P&IDs are presented in Exhibit 9 of this Scope of Work.



Draft Final process control strategies for all equipment to match the P&IDs (see Engineering Design Guidelines, Appendix A, Section A.3.6 “Process Control Strategies” for requirements). An example is provided in Exhibit 8 of this Scope of Work.



Preliminary control panel layouts and plan views (RIO/PLC) (sample layouts provided by OCSD) and locations.

September 15, 2014

J-117 – Design SOW Page 66 of 102



Draft Final Network Block diagrams (see Engineering Design Guidelines, Appendix A, Section A.2.21 “Network Block Diagram” for requirements).



Instrument details in progress

Task 3.1.5 DS1 – Construction Schedule 

Updated Preliminary Construction Sequencing Plan.



Updated Preliminary detailed CPM Schedule based on the updated Preliminary Construction Sequencing Plan and quantify take-offs from the contract documents. At the DS1 stage, the schedule may be general in nature. As the design progresses, more information shall be included in the schedule. The goal is to develop a realistic schedule based on project information not a “rule of thumb”. Consultant shall engage the services of a least one construction individual to review the quantity takeoffs from Consultant staff and use this information to assist in the development of the detailed construction schedule. Consultant may use their own staff if they are qualified or hire a Subconsultant to assist in this activity. (see Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “ Workshops and Focused Meetings” for additional requirements regarding schedulerelated tasks; see also Task 3.11 “Management of Subconsultants” if using Subconsultants for schedule-related tasks.)



Consultant and OCSD shall identify individuals to serve on a Commissioning Team which shall begin to meet after the DS1 submittal through the end of design. The purpose of the Commissioning Team shall be to address construction issues and begin to identify the appropriate construction sequencing and commissioning strategy which shall be included in the specifications. (see Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “ Workshops and Focused Meetings” for requirements.)

Task 3.1.6 DS1- Plans Not Covered Under Tasks 3.1.3 and 3.1.4         

General Drawings in progress Civil and Yard Drawings in progress Demolition Drawings in progress Yard Piping Plans and Profiles in progress Architectural Elevations in progress Preliminary Landscaping/Planting Plans in progress Final Hydraulic Profile Structural Plans and Sections for Major Process Areas in progress Mechanical Plans and Sections for Major Process Areas in progress

Consultant shall evaluate the impact of other "adjacent" on-going projects, bring conflicts to OCSD’s attention, and adjust the design accordingly (see Phase 3 – Final Design, General Design Services, Task 3.12 “Coordination with Other Projects”).

September 15, 2014

J-117 – Design SOW Page 67 of 102

Consultant shall also refer to OCSD Engineering Design Guidelines, Sections 01.4, 01.7, 10.2, 10.14, 11.3, and 11.4; and applicable sections of Appendix A for additional design submittal requirements. Task 3.2 – Design Submittal 2 (DS2) For this submittal, the major design elements are well-established and supplementary/auxiliary design elements are in progress between Design Submittal 1 and 2. Drawings for all disciplines shall be complete or nearly complete relative to basic design elements. Auxiliary equipment, details, and schedules may still be missing. The submittal shall include the location and arrangement of all significant existing and proposed structures and equipment, all existing utilities adjacent to or within the construction area, drawing index, legend, etc. Specifications are substantially complete. “Substantially” means that all edits have been made and Notes to Specifier of the respective Master Specifications have been addressed, except for those awaiting project design decisions. The Electrical System Analysis Report and other discipline calculations, databases, construction costs estimates, schedule, and other Project Support Documentation shall be updated to reflect the status of the Drawings and Detailed Specifications and shall support the Design Submittal 2 workshops. The DS2 submittal shall be subject to review by OCSD’s Safety personnel in accordance with OCSD’s safety policies. Task 3.2.1 DS2 – Design Information 

Written response log to OCSD comments received on DS1.



Equipment testing requirements (see Engineering Design Guidelines, Chapter 01, Section 01.2.15.1 “Equipment Testing” for requirements).



Updated Final Fire Protection Report and Field Findings Report as applicable.



Project Specific Safety Plan



Project Support Documentation consisting of calculations, phone/fax quotes, catalog cuts, design period memoranda, and meeting notes.



An updated Operating Philosophy, if required, based on design parameters and decisions since the DS1 submittal.

Task 3.2.2 DS2 – Electrical 

ETAP Presentation Screens and Printouts in progress (see Engineering Design Guidelines, Appendix, Section A.3.1 “ETAP Single-line Presentation Screens and Printouts” for requirements).



Draft Final Electrical Load Criticality Ranking Table (see Engineering Design Guidelines, Chapter 10 Section 10.2.1.17 “Electrical Load Criticality Ranking Table” and Appendix A, Section A.3.2 “Electrical System Analysis Report”).

September 15, 2014

J-117 – Design SOW Page 68 of 102



Electrical System Analysis Report in progress (see Engineering Design Guidelines, Chapter 10, Section 10.2.1 “Electrical Data Collection, Measurements and Analyses” for requirements and Engineering Design Guidelines, Appendix A, Section A.3.2 “Electrical System Analysis Report” for requirements). Include ETAP single line presentation screens in Report (see Engineering Design Guidelines, Appendix A, Section A.3.1 “ETAP Single-Line Presentation Screens and Print-outs” for requirements).



Updated lighting calculations.



Updated duct bank cable derating and cable tray fill calculations.



Draft Final Rotating Equipment and Vibration Analysis Report (see Engineering Design Guidelines, Section 06.7 “Vibration Analysis for Rotating Electrical Equipment” for requirements).



Plant ETAP database update in progress.



Electrical plans in progress including: electrical site plan, power plan for all equipment, electrical demolition plans for all equipment, lighting plans, grounding plans, and electrical equipment elevations.



Draft Final Single-Line Diagrams. Lumping of equipment is not allowed.



Draft Final Elementary Diagrams.



Conduit, Tray and Cable, Lighting Fixture, and Panel (1-phase and 3-phase) Schedules in progress.



Draft Final specifications except for front-end specifications (i.e., bid documents, General Conditions) which will be prepared by OCSD.

Task 3.2.3 DS2 – Instrumentation and Controls 

Final Process control strategies (see Engineering Design Guidelines, Appendix A, Section A.3.6 “Process Control Strategies” for requirements) an example is provided in Exhibit 8 of this Scope of Work.



Final P&IDs (see Engineering Design Guidelines, Appendix A, Section A.2.18 “Process and Instrumentation Diagram (P&IDs)” for requirements). Example P&IDs are presented in Exhibit 9 of this Scope of Work.



Final Network Block Diagrams (see Engineering Design Guidelines, Appendix A, Section A.2.21 “ Network Block Diagram” for requirements).

 

Draft Final Control Panel Layouts (RIO/PLC) (no typicals), and instrument details. Control panel elevations and schematics for all panels (local panels) in progress.



OCSD Sample Instrument Loop Diagrams.

September 15, 2014

J-117 – Design SOW Page 69 of 102



Draft Final EID database for all equipment and instrumentation. (see Engineering Design Guidelines, Appendix A, Section A.3.12 “Equipment and Instrument Database (EID)” for requirements).



Draft Final SAT database– includes all equipment (see Engineering Design Guidelines, Appendix A, Section A.3.14 “ SAT Database” for requirements).



Draft Final specifications except for front-end specifications (i.e., bid documents, General Conditions and General Requirements) which will be prepared by OCSD.

Task 3.2.4 DS2 – Construction Cost Estimate and Schedule 

Updated Preliminary Construction Cost Estimate (see Engineering Design Guidelines, Chapter 01, Section 01.4.6 “Construction Cost Estimate” for requirements).



Updated Preliminary Construction Schedule in Gantt chart format using Project Planner (P6) (see Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “Workshops and Focused Meetings” for additional requirements regarding schedulerelated tasks; see also Task 3.11 “Management of Subconsultants” for requirements if using Subconsultants for schedule-related tasks).



Consultant shall meet with the Commissioning Team to address construction issues and identify the appropriate construction sequencing and commissioning strategy to be included in the specifications. Consultant shall prepare a detailed CPM schedule which reflects the recommendations of the Commissioning Team. (see Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “Workshops and Focused Meetings” for requirements).

Task 3.2.5 DS2 – Plans and Specifications for Disciplines not covered in Tasks 3.2.2 and 3.2.3 

Draft Final for all general, demolition, landscaping, civil, yard piping, architectural, structural, and mechanical plans, sections and details. This shall also include demolitionrelated drawings that show removal of all unnecessary equipment, cables, conduits and pullboxes related to this project. The drawings (new and demolition) shall provide the level of detail sufficient to avoid construction change orders. E.g., the consultant is encouraged to utilize photos depicting the existing conditions and location/routing of the equipment, cables, conduits, manholes and pullboxes to be utilized / added / demolished per this project. All such photos and other details shall be on the drawings. The photo views shall be black-and-white, legible, and shot at an angle that precludes misinterpretation. Notation/labels shall be added to identify new and existing equipment, conduits, pullboxes, etc.



Final Hydraulic Profile



Preliminary sole source or pre-qualification packages for inclusion in the final specifications (see Phase 3 – General Design Services, “Sole Source/”Base Bid”/Equipment Pre-Purchase Alternatives” for requirements)]

September 15, 2014

J-117 – Design SOW Page 70 of 102

Prior to submittal, Consultant shall perform an inter-discipline coordination cross-check and shall correct discrepancies between the process and instrumentation diagrams (P&IDs), single-line diagrams, all plans, demolition documents, and databases. Consultant shall refer to the Engineering Design Guidelines, Sections 01.4, 01.7, 10.2, 10.14, 11.3, and 11.4; and applicable sections of Appendix A for additional design requirements. Task 3.3 – Design Submittal 3 (DS3) This submittal shall include all finished, checked and complete plans, and specifications. No new drawings and/or specification sections by Consultant shall be expected after this stage. All OCSD comments on the previous submittal shall have been resolved, rejected, addressed and/or incorporated in this submittal. The project is essentially finished and submitted as 100% complete. The only missing effort is OCSD’s final review with comment incorporation. Consultant’s checking shall include a review of all deliverables within each discipline (i.e. drawings, detailed specifications, project support documentation, etc.) and an in-house Integrated Multidiscipline Design Quality Review of all deliverables to ensure that every document is consistent with all other documents containing the same equipment. Consultant shall incorporate corrections into the project deliverables prior to DS3. A copy of the in-house Integrated Multidiscipline Design Quality Review comments with Consultant’s detailed responses, written next to each respective checker’s comments on the checked Contract Documents, shall be made and submitted to OCSD along with DS3. A typical I/C cross-check shall compare the Process and Instrumentation Diagrams (P&IDs), Singe-Line Diagrams (SLDs), Elementary diagrams , SAT (I/O information), communications schematic, communications plan, control strategy, plans, schedules, and specifications so that each instance of a loop tag number and single-line designation will be consistent between documents. The Electrical System Analysis Report and other discipline calculations and databases, construction cost estimates, schedules, and other project support documentation shall reflect the status of the Drawings and Detailed Specifications and shall support the Design Submittal 3 workshops. Design Submittal 3 shall include the following: 

Written response log to OCSD comments received on DS2.



Draft Final for electrical site plan, power plans, demotion plans, lighting plans, grounding plans, electrical equipment elevations, panel (1-phase and 3-phase) schedules, cable, tray and conduit schedules, lighting fixture schedules.



Final for electrical Single-line Diagrams, Elementary Diagrams, Network Block Diagrams, control panel drawings, instrument details, and plans for all other disciplines.



Incorporation of environmental mitigation measures on any relevant drawings and/or specifications.

September 15, 2014

J-117 – Design SOW Page 71 of 102

 

Final Detailed project specifications except for front-end specifications (bid documents, General Conditions) which will be prepared by OCSD. Final project databases (SAT and EID).



Draft Final Electrical System Analysis Report Update (see Engineering Design Guidelines, Chapter 10, Section 10.2.1 “ Electrical Data Collection, Measurements and Analyses” for requirements and Engineering Design Guidelines, Appendix A, Section A.3.2 “Electrical System Analysis Report” for requirements)



Draft Final Arc Flash Analysis.



Draft Final lighting calculations.



Draft Final duct bank cable derating and cable tray fill calculations.



Draft Final plant ETAP database update.



Final Electrical Load Criticality Ranking Table (see Engineering Design Guidelines, Chapter 10 Section 10.2.1.17 “Electrical Load Criticality Ranking Table” and Appendix A, Section A.3.2 “Electrical System Analysis Report”).



Draft Final ETAP Presentation Screens and Printouts (see Engineering Design Guidelines, Appendix, Section A.3.1 “ETAP Single-line Presentation Screens and Printouts” for requirements).



Final Rotating Equipment and Vibration Analysis Report (see Engineering Design Guidelines, Chapter 06, Section 06.7 “Vibration Analysis for Rotating Electrical Equipment” for requirements).



Draft Final Electrical Master Plan Concept Update (see Engineering Design Guidelines, Appendix A, Section A.3.3 “Electrical Master Plan Concept Update” for requirements).



OCSD Samples of Instrument Loop Diagrams to be generated by the Contractor.



Updated Finals for Process Control Strategies and P&IDs.



Final Specifications.



Final Construction Schedule in Gantt chart format using Project Planner (P6) or Schedule and Cash Flow Analysis (see Phase 3 – Final Design of this Scope of Work, General Design Services, Task 2.9 “Workshops and Focused Meetings” for additional requirements regarding schedule-related tasks; see also Task “Management of Subconsultants” if using Subconsultants for schedule-related tasks).



Final Project Cost Estimate (see Engineering Design Guidelines, Chapter 01, Section 01.4.6 “Construction Cost Estimate” for requirements).

September 15, 2014

J-117 – Design SOW Page 72 of 102



Project Support Documentation consisting of calculations, phone/fax quotes, catalog cuts, design period memoranda, and meeting notes. (see Appendix A, Design Guidelines Sections A.3.19 “Project Support Documentation” for requirements).

Refer to the Engineering Design Guidelines, Sections 01.4, 01.7, 10.2, 10.14, 11.3, and 11.4; and applicable sections of Appendix A for additional design requirements. The DS3 submittal shall be subject to review by OCSD’s Safety personnel in accordance with OCSD’s safety policies. Task 3.4 – Final Design Submittal (FDS) Following receipt of all OCSD’s review comments on DS3 including any comments from the OCSD Safety personnel, Consultant shall prepare and submit the Final Design Submittal (FDS). The FDS shall also include all Final plans and specifications, databases, reports, control strategies, construction schedules, cost estimates, and project documentation as specified in Task 3.3. The FDS shall include finished, checked and complete plans, and specifications and shall incorporate all OCSD comments from previous submittals, workshops and constructability review as appropriate. Prior to submittal of the FDS, Consultant shall have performed an inter-discipline cross-check of the design changes made since DS3 and corrected the related discrepancies. Consultant shall not add any new drawings or make any changes to the plans or specifications that are not a result of comments received by OCSD or a final inhouse quality control check. Consultant shall document in-house changes and submit them to OCSD along with the FDS. The process of assisting OCSD in obtaining the required permits, as specified in Phase 3 – Final Design, General Design Services, “Permitting”, has been completed. Final submittal deliverables shall consist of camera-ready documents and digital documents, suitable for final reproduction by OCSD. In addition, the FDS shall include remaining project support document on paper form consisting of calculations, phone/fax quotes, catalog cuts, design period memoranda, and meeting notes. All plans and, detailed specifications and engineering calculations shall be stamped and signed by a Registered Engineer in the State of California. Refer to the Engineering Design Guidelines, Sections 01.4, 01.7, 10.2, 10.14, 11.3, and 11.4; and applicable sections of Appendix A for additional design requirements. Task 3.5 – Specifications Task 3.5.1 General Requirements and Additional General Requirements Consultant shall be responsible for the General Requirements (GRs) and Additional GRs Specifications. Generally, the Consultant shall not make any revisions to OCSD’s standard GRs. The Consultant shall review OCSD’s standard GRs and propose revisions via

September 15, 2014

J-117 – Design SOW Page 73 of 102

Additional GRs Specifications. Minor changes to, or deletions of, OCSD’s standard GRs may also be proposed by the Consultant where absolutely required to tailor them for the specific project. These proposed revisions to OCSD’s GRs will be made by OCSD personnel upon acceptance by the OCSD Engineering and Construction Division Manager. Specific requirements in OCSD’s GRs shall not be duplicated in Additional GRs Specifications. Only additions to specific requirements or project specific requirements not addressed in OCSD’s standard GRs shall be included in Additional GRs Specifications. The following Additional GRs of OCSD’s Master Specifications shall be reviewed by Consultant, and changes shall be proposed for the specific project:     

Contractor’s Construction Schedule and Reports Equipment and Instrument Database (EID) Training of OCSD Personnel Vendor Equipment Manuals Commissioning

Additional GRs Specifications shall be developed by the Consultant for specific project requirements and the numbering convention shall be per OCSD’s template project Table of Contents. The following are the minimum Additional GRs topics required for this project:         

Summary of the Work Work restrictions Sequence of the Work Measurement and Payment Temporary Facilities Site Access Mobilization/Demobilization Equipment Shipping, Storage, Handling Preventative Maintenance

Task 3.5.2 Contract Agreement, General Conditions and Special Provisions Consultant shall review OCSD’s standard Contract Agreement, General Conditions, and Special Provisions, and shall develop the schedule of prices, General Contractor warranty requirements, project milestones, and liquidated damage requirements. Consultant shall identify any proposed changes or additions to OCSD’s standard warranty requirements. Any proposed changes or additional warranties will be allowed only upon review and approval by OCSD. Task 3.5.3 Commissioning The Consultant shall edit OCSD’s commissioning specification (Master Specification section 01810) for project specific requirements including minimum durations for each phase of commissioning and minimum duration between phases. In addition, the Consultant shall

September 15, 2014

J-117 – Design SOW Page 74 of 102

develop an Operational Readiness Testing (ORT) Procedure Specifications, Functional Acceptance Testing (FAT) Procedure Specification and Reliability Acceptance Testing (RAT) Procedure Specification in which detailed ORT/FAT/RAT procedures are developed for the subject phases of commissioning. Specifications shall include the following: 

ORT Procedure Specification   

Procedure for each loop Sign-off sheets Minimum Contractor and OCSD staffing requirement for each test.

A sample ORT Procedure has been included in Exhibit 10. 

FAT Procedure Specification           

Each step in procedure shall include required results and sign-off areas. Procedures shall include breakdown into systems and sub-systems. Include setup requirements for each procedure including valve/gate positions. Include text description of each test and check-off forms developed for each test. Include description of clean water testing requirements. Include temporary equipment required for testing (generators, bypass pumping, pipes, valves, etc.) Include temporary chemicals required for testing. Include description of where and how the Contractor is to obtain and discharge clean water. Include failure mode testing. Systems and sub-systems shall include electrical, air, plant water, plumbing, drains, telephone, intrusion, fire alarm, CCTV, lighting, etc. Include minimum Contractor and OCSD staffing requirement for each test.

A sample FAT Procedure has been included in Exhibit 11. 

RAT Procedure Specification         

Include Contractor requirements for supporting the RAT. Procedures shall include all possible operating modes. Procedure shall include failure mode testing and fail-over testing. Each step in procedure shall include required results and sign-off areas. Include text description of each test. Include temporary equipment required for testing (Generators, bypass pumping, pipes, valves, etc.). Include temporary chemicals required for testing. Include failure mode testing. Include minimum Contractor and OCSD staffing requirement for each test.

A sample RAT Procedure has been included in Exhibit 12.

September 15, 2014

J-117 – Design SOW Page 75 of 102

Task 3.5.4 Technical Specifications Consultant shall be responsible for contents of all technical specifications, including edited OCSD Master technical specifications. OCSD’s technical specifications shall be reviewed in detail, and changes, deletions and additions required by the project shall be proposed by Consultant. Consultant shall be responsible for developing specifications required by the project that are not found in OCSD’s Master Specifications. Refer to the “General Design Services” part of this Scope of Work regarding sole-source specification requirements. Task 3.5.5 Specification Deliverables Specification Preparation Process As part of DS1, Consultant shall prepare a detailed list of all specifications to be used on the project including Additional GRs. After DS1 acceptance, Consultant shall meet with OCSD to review the list of proposed specifications and determine which Consultant and OCSD Master Specifications shall be used for the project. OCSD will then provide the Consultant with the applicable latest Master Specifications via OCSD’s FTP server. These Specifications may be different from the Specification included in the “Request for Proposal” package and they will not include any track changes. After the DS2 submittal is accepted, Consultant shall meet with OCSD to review the specifications. OCSD may update OCSD’s Master Specifications and/or add new Master Specifications after DS1. The Consultant shall use the updates as specified in Section V “General Requirements” of this Scope of Work and incorporate them into subsequent design submittals. Any new or updated Master Specifications will not include track changes. DS1 Consultant shall provide a detailed list of all specifications including the Additional GRs Specifications required for the project and shall indicate the source of the template for each specification, OCSD’s Master or Consultant-developed. The list shall also include the responsible engineer for each specification section and an indication of sections where a sole source is being recommended. This list shall also include all OCSD Master Specifications that are not being used. This list shall be updated throughout the design process and submitted with each design submittal. DS2 The Consultant shall develop draft specifications for all sections required for the project including the Additional GRs Specifications. All edits shall be made for the specific project requirements. Equipment that is not required for the project shall be removed from the specifications or highlighted for later removal. Where portions of specifications cannot be completed during DS2, blanks or placeholders shall be included in submittal. If requirements from other projects are submitted in a specification section, or, if the specification section is not edited for the project, the specification section will be rejected.

September 15, 2014

J-117 – Design SOW Page 76 of 102

MS-Word “Track Changes” tool shall be utilized for all edited OCSD Master Specifications. The “Track Changes” shall continue for the duration of the project with no “Accept Changes” allowed. The Consultant shall submit a percentage, as requested by OCSD’s Project Manager, of the specification packages required with Track Changes shown. For Consultant-developed specifications, “Track Changes” shall be used after DS2 and for the duration of the project. DS3 The Consultant shall develop final specification incorporating DS2 comments for all sections required for the project, including Additional GRs Specifications. The Consultant shall submit support documentation for all specifications. Specifications with named manufacturers shall include support documentation from each named supplier, including those with sole source justifications. Where manufacturers are called out on drawings, the same support documentation shall be required. The support documentation shall include the following: 

Proof that specifications and related drawings shall be reviewed by named manufacturer’s technical expert.



Specifications shall be marked-up by named manufacturer’s technical expert with checkmarks next to each requirement that is acceptable and exceptions or comments to each requirement that is not acceptable.



For engineered equipment like pumps and MCCs, project specific support documentation shall include drawings, calculations, catalog cut sheets, etc.



For “off-the-shelf” equipment like valves, actuators and instruments, project specific support documentation shall include catalog cut sheets and ordering information filled out, including all options.

During the DS3 review, the Consultant shall arrange meetings or teleconferences with the manufacturers of the equipment types for OCSD to discuss the requirements of the specifications. FDS The Consultant shall develop final specification incorporating DS3 comments for all sections required for the project, including Additional GRs Specifications. Bid Set Each discipline’s responsible Engineer shall stamp and sign the bid set and identify sections for which they are responsible.

September 15, 2014

J-117 – Design SOW Page 77 of 102

Conformed Set The Consultant shall incorporate all bid period addenda and submit a complete copy of specifications. New wet stamps and signatures shall be included. Task 3.6 – Environmental Documentation Consultant shall update MMRP checklist developed in Preliminary Design and include specification section numbers and/or drawing numbers for each mitigation measure. Consultant shall provide MMRP plan for construction including a list of special equipment or inspection sub-consultants required for enforcement of MMRP. Consultant shall attend none OCSD meetings to discuss the environmental documentation and no public meeting(s) to assist the OCSD in presenting the project to the community. Public meetings may occur after normal business hours. Task 3.7 - Bid Support Services Consultant shall provide the following bid period services: 

Participate in the pre-bid meeting.



Prepare project drawing set and project specification addenda to provide clarification and resolve errors and omissions identified prior to bid opening.



Within two weeks of the bid date, prepare conformed documents set (drawings, databases, specifications and other required materials) that incorporates the addenda (see Engineering Design Guidelines, Chapter 01, Design Guidelines – General Requirements, Section 01.4 “Preparation of Project Deliverables” for requirements as modified in Section V of this Scope of Work, “Project-Specific Deviations from OCSD Design Guidelines” and the requirements of the CAD Manual).



Participate in reviewing alternate equipment proposals from the Contractor, if applicable.



Participate in the evaluation of the submitted bids, furnish consultation and advice to OCSD staff and assist with all the related equipment, cost, and other analyses as required to finalize the award decision.

GENERAL DESIGN SERVICES General Design Services includes tasks that will be performed by the Consultant throughout Phase 3. These tasks are included in a separate section of the Scope of Work to facilitate tracking of man-hours and fees by both the Consultant and OCSD. These services include: project management, workshops and meetings, quality control, management of Subconsultants, coordination with other projects, permitting, and sole source/base bid/equipment pre-purchase alternatives. All Tasks listed under General Design Services are applicable to both Bid Packages (construction contracts) A and B and shall be provided for each Bid Package separately, unless specifically called out otherwise.

September 15, 2014

J-117 – Design SOW Page 78 of 102

Task 3.8 – Project Management Consultant shall be responsible for detailed management of the project including the Subconsultants and shall keep OCSD apprised of the status of the project. Consultant shall not reassign the key personnel without prior acceptance by OCSD per Section 8 of the Professional Design Services Agreement. OCSD may request reassignment of any of the Consultant’s personnel, based on that individual’s poor performance. Consultant shall conduct monthly project meetings with OCSD’s Project Manager. These meetings shall be attended by OCSD’s Project Manager and Consultant’s Project Manager at a mutually agreeable time, generally around the second week of the month. The purpose of the meetings shall be to review the Consultant Project Manager’s report and the status of the project scope, schedule, budget, and any issues which may affect completion of the project. Meetings should be arranged so that the progress report can be submitted at each meeting. Other meetings shall be scheduled on an as needed basis. Consultant shall submit an updated WBS, Progress Reports, project invoices, project schedule, and progress schedule as described in Phase 2 – Preliminary Design, General Design Services, Task 2.10 – Project Management. Consultant shall include fees for General Design Services related to Phase 2 – Preliminary Design under this section of the proposal. Task 3.9 – Workshops and Focused Meetings Consultant shall hold meetings and workshops throughout the project to keep OCSD appraised of the job, review work-in-progress, share information, discuss project submittals, present findings of technical analyses, receive and resolve comments, and obtain decisions and direction by OCSD staff. This task defines the major meetings and workshops to be held by the Consultant in accordance with the requirements of OCSD Engineering Design Guidelines. Consultant shall also hold additional meetings as required to keep OCSD appraised of the job, to review work-in-progress, and to receive and resolve comments. Consultant shall prepare and submit an agenda to OCSD (hard copy and e-mail) for review at least one week prior to each meeting or workshop. The agenda package shall include a copy of the formal agenda and applicable review materials such as draft design criteria, design memoranda, associated drawings, and specifications to support meeting or workshop goals. Consultant shall prepare minutes for each workshop or meeting and submit them to OCSD’s Project Manager for approval within three (3) business days following the meeting or workshop. Agenda and meeting minutes shall be prepared in a format approved by OCSD. Informal meetings such as office meetings shall be recorded as follows: 

Consultant shall notify the Project Manager/Project Engineer prior to the meeting.

September 15, 2014

J-117 – Design SOW Page 79 of 102

   

Consultant shall prepare minutes for the meeting. The minutes shall be submitted to the Project Manager/Project Engineer and the Project Team. After review and modification, the minutes will be filed as a formal record of the meeting. Meetings that do not follow this procedure will not be recognized as having occurred.

Consultant shall prepare for all telephone and teleconferencing meetings in the same manner as outlined above. OCSD review period is typically one (1) month for each of these submittals. For focused meetings, Consultant shall allow an OCSD review period of six weeks. The Consultant shall not continue to work on the project during the review period of major milestone submittals. At the end of the review period, Consultant shall meet with OCSD staff to receive and review OCSD comments. A copy of all comments on project issues obtained by the Consultant from OCSD staff without direct OCSD’s Engineering Project Manager’s involvement shall be submitted for the Project Manager’s approval within three (3) business days of receipt. The Consultant shall not perform any work unless authorized by the OCSD PM. Upon receipt of OCSD comments on each project submittal and each set of meeting or workshop materials, the Consultant shall address the comments and submit a legible set of all OCSD comments together with Consultant’s detailed responses, each written next to the respective OCSD comment. OCSD will provide a template for submission of these comments. A hard copy of the responses shall be submitted no later than thirty (30) days after receipt of OCSD’s comments and at least thirty (30) days prior to the next submittal date. Consultant shall keep an ongoing record of decisions made on the project in a “Decision Log” and shall submit a copy of the updated Decision Log with each monthly Progress Report. The Decision Log format shall be provided by OCSD. Submittals that contain gross deficiencies or errors requiring a significant amount of OCSD staff time for checking shall be returned without review until OCSD is satisfied that a thorough Consultant’s review, checking and correction for coherence, consistency, spelling, etc. has been performed. Task 3.9.1 Workshops The focus of workshops is to review project progress to date and the technical decisions that have been made in focused meetings. Consultant shall conduct the following workshops in Phase 3 – Final Design. During final design, workshops shall be held after each design submittal (i.e., DS1, DS2 and DS3. A constructability workshop shall also be held.

September 15, 2014

J-117 – Design SOW Page 80 of 102

Task 3.9.1.1. Design Submittal Workshop 1 (DS1 Workshop) The DS1 submittal workshop shall be held to review all elements required in the DS1 submittal. The DS1 workshop shall consist of three (3) components: kick-off workshop, design submittal meetings and validation workshop. Kickoff Workshop The DS1 Kickoff Workshop shall be held immediately after the DS1 is submitted. This workshop shall be held to summarize decisions made at the focused meetings and shall include an overview of the project to date. Key review issues shall be discussed to facilitate OCSD staff review of the submittal. This workshop shall be 2 to 4 hours in length. Design Submittal Review Meetings The DS1 design submittal review meetings shall be held at approximately the midpoint of OCSD’s review period. The design submittal meetings shall be working sessions that bring together OCSD and Consultant staff to discuss specific design issues in detail. Each drawing shall be reviewed relative to the operation and maintenance of the facilities (i.e., space between equipment, utility requirements, maintenance concerns, etc). In addition, Consultant shall also address questions that OCSD staff has identified during the first two weeks of their review of the design submittal. DS1 shall consist of the following design submittal meetings:     

Electrical I&C Process Civil/Yard Construction -

Bid Package A 0 0 1 2 2

Bid Package B 1 1 1 2 3

Each meeting shall be 6 to 8 hours in length. Validation Workshop The Validation workshops shall be held to review and validate DS1. This workshop shall be held after the Consultant has reviewed OCSD’s comments on DS1 and developed suggested resolutions to the comments. The same OCSD and Consultant staff that attended the kick-off workshop and design submittal review meetings should attend this workshop. The primary focus is to resolve major comments on DS1 in order to avoid rework with accompanying schedule delays. Issue resolution shall be documented in the Decision Log. This workshop shall be 2 to 4 hours in length.

September 15, 2014

J-117 – Design SOW Page 81 of 102

Task 3.9.1.2 Design Submittal Workshop 2 (DS2 Workshop) The DS2 submittal workshop shall be held to review all elements required in the DS2 submittal, validate the design progress since the DS1 submittal and ensure that all comments on the DS1 submittal are resolved in order to avoid rework with accompanying schedule delays. The DS2 workshop shall consist of three (3) components: kick-off workshop, design submittal meetings, and validation workshop. The same OCSD and Consultant staff that attended the DS1 workshop should attend the workshops and meetings. Kickoff Workshop The DS2 Kickoff Workshop shall be held immediately after the DS2 is submitted. This workshop shall be held to summarize decisions made at the focused meetings and shall include an overview of the project to date. Key review issues shall be discussed to facilitate OCSD staff review of the submittal. This workshop shall be 4 to 6 hours in length. Design Submittal Review Meetings The DS2 design submittal review meetings shall be held at approximately the midpoint of OCSD’s review period. The design submittal meetings shall be working sessions that bring together OCSD and Consultant staff to discuss specific design issues in detail. Specifically, OCSD and Consultant staff shall review design aspects not previously covered in the DS1 review relative to the operation and maintenance of the facilities (i.e., space between equipment, utility requirements, maintenance concerns, etc). They shall also review previous OCSD comments to ensure that the comments have been incorporated into the Final Design. The meetings shall address questions that OCSD staff has identified during the first two weeks of their review of the design submittal. DS2 shall consist of the following design submittal meetings:     

Electrical I&C Process Civil/Yard Construction -

Bid Package A 0 0 1 1 1

Bid Package B 1 1 1 2 2

Each meeting shall be 4 to 6 hours in length. Validation Workshop The Validation workshop shall be held to review and validate DS2. This workshop shall be held after the Consultant has reviewed OCSD’s comments on DS2 and developed suggested resolutions to the comments. The primary focus is to resolve major comments on DS2 in order to avoid rework with accompanying schedule delays. Issue resolution shall be documented in the Decision Log. This workshop shall be 4 to 6 hours in length.

September 15, 2014

J-117 – Design SOW Page 82 of 102

Task 3.9.1.3 Design Submittal Workshop 3 (DS3 Workshop) The DS3 submittal workshop shall be held to review all elements required in the DS3 submittal, validate the design progress since the DS2 submittal and ensure that all comments on the DS2 submittal are resolved in order to avoid rework with accompanying schedule delays. The DS3 workshop shall consist of three (3) components: kick-off workshop, design submittal meetings, and validation workshop. The same OCSD and Consultant staff that attended the DS2 workshop should attend the workshops and meetings. Kickoff Workshop The DS3 Kickoff Workshop shall be held immediately after the DS3 is submitted. This workshop shall be held to summarize decisions made at the focused meetings and shall include an overview of the project to date. Key review issues shall be discussed to facilitate OCSD staff review of the submittal. This workshop shall be 4 to 6 hours in length. Design Submittal Review Meetings The DS3 design submittal review meetings shall be held at approximately the midpoint of OCSD’s review period. The design submittal meetings shall be working sessions that bring together key OCSD and Consultant staff to discuss specific design issues in detail. The main focus of these meetings shall be to review previous OCSD comments to ensure that the comments have been incorporated into the Final Design and address any new comments that OCSD staff has identified during the first two weeks of their review of the design submittal. DS3 will consist of the following design submittal meetings:     

Electrical I&C Process Civil/Yard Construction -

Bid Package A 0 0 0 1 1

Bid Package B 2 2 2 4 2

Each meeting shall be 4 to 6 hours in length. Validation Workshop The Validation workshop shall be held to review and validate DS3. This workshop shall be held after the Consultant has reviewed OCSD’s comments on DS3 and developed suggested resolutions to the comments. The primary focus is to resolve major comments on DS3 in order to avoid rework with accompanying schedule delays. Issue resolution shall be documented in the Decision Log. This workshop shall be 4 to 6 hours in length.

September 15, 2014

J-117 – Design SOW Page 83 of 102

Task 3.9.1.4 Final Design Constructability Workshop A constructability workshop shall be held prior to the DS2 submittal and shall be a three (3) day workshop for each bid package (Bid Package A and Bid Package B). The constructability review is intended to provide OCSD with an objective third party review of the construction documents for effectiveness in communicating information to prospective bidders. The review shall determine if the contract documents have sufficient information needed to bid and construct the project, and avoid misunderstandings and misinterpretations that may lead to conflict, confusion or claims during construction. This review is not a comprehensive plan check, a dimensional check or a value engineering assignment. Further, it is recognized that comments may only be given on the level of detail provided at this level of design. Constructability review participants shall include highly experienced individuals from construction companies, OCSD construction management staff and Consultant construction management staff. Specialty Consultants and discipline engineers may also be included. Each constructability review participant shall receive a package at least two weeks in advance. The package shall include plans and specifications, general conditions, the CPM schedule, the construction cost estimate, permits, and other pertinent information. The confirmation statements regarding the size-critical equipment as required in the Engineering Design Guidelines, Chapter 01, Design Guidelines – General Requirements, Section 01.2.15.2 “Size-Critical Equipment” shall also be included in the review package. The constructability review shall be held off-site, to avoid disturbances. Day 1 shall start with a site visit, for the reviewers to acquaint themselves with the site conditions. After the site visit, the Consultant shall make a short presentation, followed by a question and answer period. This is anticipated to take about 1/2 day. The second half of Day 1, Day 2, and the first half of day three shall be individual work days for the Constructability Review Team. The Consultant shall not attend, although one designated individual from the Consultant’s Design Team shall remain to answers questions and gather additional information that the constructability review team might need. On the afternoon of Day 3, the Consultant shall return and listen to comments from the Constructability Review Team. A designated individual shall record the comments, and take notes from the workshop, to document the process. Topics the Constructability Review Team must consider shall include:       

Project consistency, discrepancies, and constructability issues Contradictions, bid package strategies, and bidability issues Power outages and equipment shutdowns Size critical equipment requirements and constraints Utility company requirements Construction methods and mitigating impacts Viability of equipment relocation

September 15, 2014

J-117 – Design SOW Page 84 of 102

               

Operational requirements Interim Control Plan Access for maintenance Access to make proper connections User-friendliness and safety Coordination with other projects Draft Commissioning Plan Public nuisance issues Risk sharing Construction sequencing and schedule, materials storage and work zone accessibility Clarity of the scope of work, and interface activities Impacts on existing operation Access Cost control Partnering with contractor Other local conditions and constraints

The Constructability Review Team shall provide a list of comments and the Consultant shall respond to each comment, selecting those comments to be included in the final plans and specifications. To facilitate the Constructability Review Workshop, Consultant shall complete the following tasks: 

    

Prepare package for constructability review participants. The package shall consist of detailed plans and specifications and other information selected by Consultant. The package shall be mailed to participants at least one week prior to the workshop. Arrange for off-site location for Constructability Review Workshop. Provide for a constructability review facilitator. Prepare presentation on the project for the Constructability Review Team. Meet with Constructability Review Team to receive comments. Provide listing of constructability review comments and action taken on each comment. (The summary report of constructability review comments shall be prepared by the Constructability Review Team.)

All comments and recommendations of the workshop shall be incorporated into the contract documents at no additional cost to OCSD. Prior to DS3, the Commissioning Team shall also conduct an additional constructability review of the final contract documents to review clarity of the bid package, project completeness, and other issues, as necessary.

September 15, 2014

J-117 – Design SOW Page 85 of 102

Task 3.9.1.5 Design Gate Workshops Design Gate Workshops shall be held to review the DS1, DS2, and DS3 submittals. Workshops shall be held immediately following their respective submittal. The Consultant staff required at these workshops shall include:       

Project Manager Project Engineer Lead Mechanical Engineer Lead Electrical I&C Engineer Lead Structural Engineer Leads from Other Disciplines

The primary focus shall be to review the Consultant’s quality control by reviewing each submittal. The Consultant shall also present its QA/QC documentation for each submittal. Workshop shall include a site visit. Workshops shall be two days in length and be held at OCSD. At the end of each Design Gate meeting, OCSD will decide whether to accept or reject the submittal. Task 3.9.2 Focused Meetings Focused meetings will be held throughout final design to discuss specific issues in detail and generate comments and direction from OCSD staff. The following tentative list of topics may be covered in these meetings. Items with an asterisk are not required for Bid Package A. Task 3.9.2.1 Focused meetings prior to DS1:            

P&IDs (several meetings based on number of P&IDs)* Final SCADA screens* SAT and EID databases* Tag numbering* Follow-up safety requirements with OCSD Safety personnel Standby generator requirements* Electrical System Analysis Report* Implementation of PDR recommendations regarding Arc Flash hazard* PLC relocations (if required)* Electrical Building/control room layouts* Project lighting. External lighting compliance with EIR and other permits* Corrosion control requirements

September 15, 2014

J-117 – Design SOW Page 86 of 102

Task 3.9.2.2 Focused meetings between DS1 and DS2          

Bid procedures Control strategies* SCAQMD permit package Other permits Fire protection* Control panel layouts* O&M staff review* Constructability review comment resolution Corrosion control comment resolution Specifications

Task 3.9.2.3 Focused meetings between DS2 and DS3  

Specifications Other meetings as required

Task 3.9.2.4 Not Used Task 3.9.2.5 Safety and Risk Meeting Meet with OCSD Safety and Risk Management personnel and safety representatives between DS1 and DS2 to review the plans and specifications in accordance with OCSD safety policies and OCSD Risk Management goals. Task 3.9.2.6 Consultant Office Technical Meetings (Bid Package B only) OCSD has found it mutually beneficial to visit the Consultant offices from time to time to observe the detailed design in process, answer detailed technical questions, and establish lines of communications with Consultant staff. During the Design Phase, Consultant will arrange for OCSD staff to meet in Consultant’s work center and audit “over the shoulder” design reviews with Consultant’s staff. The reviews will be monitored by a member of Consultant’s Management Team. Significant decisions will be reported to Consultants Project Manager and OCSD’s Project Manager and logged into the Decision Log. Action items will be identified. The Consultant shall schedule, at a minimum, the following meetings during design:     

One four-hour visit to review the Loop Tag Number scheme and control documentation. Three four-hour visits to review Consultant Implementation of CAD standards and P&ID tag extraction. Two four-hour visit to review the first few P&ID drawings. Two four-hour visits to review the early Control Strategies. One four-hour visit to establish the basic control panel design.

September 15, 2014

J-117 – Design SOW Page 87 of 102

   

One four-hour visit to review the Conduit, Tray and Cable Schedules One four-hour visit to review each of the first elementary diagrams, first panel schematics. Six two-hour follow up visits for the above. One six-hour visit to review each of the SAT and EID products, including P&ID, SAT and EID coordination.

The Consultant shall schedule each of the above Office Technical Meetings and shall coordinate with OCSD’s Project Manager to be sure the correct personnel participate in the meetings. The Consultant may propose additional Office Technical Meetings or eliminate/combine Office Technical Meetings as needed to support the detailed design. OCSD may also request additional “over the shoulder” design review meetings on a periodic basis to audit the design in other areas not listed above. Task 3.9.2.7 Risk Management Meetings Consultant shall participate in the updating of the Risk Management Plan prepared during the Preliminary Design Phase of the project. This participation shall include attendance at OCSD meetings in order to identify and mitigate potential risk to the project. Meetings shall be conducted two weeks after each Design Submittal (including the Final Design submittal). Task 3.10 – Quality Control Task 3.10.1 QA/QC Plan All elements of the Consultant’s Quality Assurance/Quality Control (QA/QC) Plan developed in Phase 2 – Preliminary Design shall also apply to Phase 3 – Final Design. On a periodic basis, OCSD shall conduct an audit of the Consultant’s work to ensure conformance with the QA/QC Plan. OCSD shall notify the Consultant when these audits will occur. For this project an audit shall be done before the PDR submittal and after the DS1 submittal. Consultant shall respond to any OCSD comments made during the audit within two (2) weeks. If comments are extensive, OCSD shall schedule a follow-up audit approximately sixty (60) days after the comments are received. A detailed description of the Plan requirements is included in the Engineering Design Guidelines, Chapter 01, Design Guidelines – General Requirements, Section 01.7 “Design Quality Control System “as revised in Section V of this Scope of Work, “Project-Specific Deviations from OCSD Design Guidelines”. Major elements of the QA/QC Plan are described in Phase 2 – Preliminary Design, General Design Services,Task 2.12 – Quality Control. Task 3.10.2 Documentation of Level of Effort for QA/QC Consultant shall include man-hours for all QA/QC activities related to Final Design in this task including the development of the QA/QC Plan and review of contract documents either by the Consultant or by the Consultant in conjunction with OCSD staff in meetings and

September 15, 2014

J-117 – Design SOW Page 88 of 102

workshops. These man-hours and associated costs will be tracked separately in the Consultant’s invoice as determined at the beginning of the project. The level of effort will be reviewed with OCSD staff prior to award of the Professional Design Services Agreement (PDSA). Task 3.11 – Management of Subconsultants The services of Subconsultants shall be required for Phase 3 – Final Design. Consultant shall provide for and manage the activities of Subconsultants. The proposed Subconsultants shall be listed in the proposal along with a description of their effort and fee. Consultant shall include the general Scope of Work for each Subconsultant in the proposal as a basis for the fee. If a Consultant believes that additional Subconsultants are required on the project, then the Consultant shall include them in the proposal, explain why they are needed and highlight their specific tasks. Task 3.11.1 Geotechnical Subconsultant (not required for Bid Package A) Consultant shall secure the services of a qualified Geotechnical Engineering firm to prepare a Geotechnical Data Report (GDR) and a Geotechnical Baseline Report (GBR) that address(es) geotechnical concerns for all applicable Project Elements of the project Scope of Work. Consultant shall identify a geotechnical Subconsultant and include the Subconsultants proposal with the response to this RFP. A GBR is required to be developed by the Consultant and is not to be developed by the subconsultant performing the preliminary geotechnical report, soil borings, GDR and or GIR report. Task 3.11.1.1 Review of Existing Data – Preliminary Geotechnical Report Consultant shall review all known soils and inspection reports. The review shall include any reports on file at OCSD. Consultant shall submit a Preliminary Geotechnical Report, based on the existing data review. The report shall cover soil classifications and properties that affect design and construction. The Preliminary Geotechnical Report shall also cover recommendations for soil borings, USA “Dig Alert” notifications, and traffic control for boring work. Task 3.11.1.2 Soil Borings The geotechnical services shall include soil borings necessary to observe, test, classify soils, and monitor groundwater. The number and spacing of borings shall be based on the geotechnical professional’s interpretation of needs and recommendation; however, a maximum of five hundred feet (500’) shall be allowed between pipeline alignment borings along a pipeline alignment. Borings shall also be taken at or near the upstream and downstream connection points. The depth of the borings shall be adequate to characterize the soils to a depth of at least five feet below the bottom of an excavation or any proposed sewer invert elevation. At least two borings shall extend ten (10) feet below the proposed excavation bottom or sewer invert. If unexpected or unique soils are encountered, an adequate number of borings shall be taken to try and define the limits of the anomaly.

September 15, 2014

J-117 – Design SOW Page 89 of 102

Consultant shall specify in the proposal the required number of borings as well as a unit price allowance per boring in the proposal base price. Based on the actual number of borings performed in the project as determined and agreed upon by Consultant and OCSD, OCSD will pay the final price in accordance with the per-unit allowance in the Consultant’s proposal: Task 3.11.1.3 Soil Boring Sampling Soil samples for testing shall be collected as needed based upon Consultant’s professional judgment. However, samples intervals shall not exceed two-foot depth intervals alternating SPT and RING samples in each boring. If borings are taken near existing sewers, samples shall be taken and delivered to OCSD for testing for coliforms to determine if sewers are leaking. Task 3.11.1.4 Soil Boring Locations The location of all borings shall be plotted on a map and attached to the Geotechnical Report. Preferably, the borings shall include survey coordinates consistent with the project survey. Complete logs of the soil profiles shall be included in the report. Borings shall be located strategically within the footprint of the proposed excavation or on the centerline of proposed pipeline alignments. One boring shall be cased and converted into a water level monitoring well for use during construction according to local agency requirements. The Consultant shall obtain all necessary permits for the installation of monitoring wells. Also, the Consultant shall also be responsible for abandoning the wells after the construction is completed and the monitoring wells are no longer useful. Task 3.11.1.5 Geotechnical Data Report (GDR) The Geotechnical Report shall address, but not be limited to, protection of OCSD facilities during an earthquake, soil contamination, groundwater presence, ground water levels, groundwater contamination, construction dewatering, pipe bedding requirements, trench shoring requirements, settlement potential, excavatibility of soils, location of rock, backfill suitability, and backfill compaction. Pumping tests shall be required to determine dewatering parameters for inclusion in the specifications. Consultant shall provide a complete specification for the abandonment of wells for areas where aquifers could be compromised. Potential abandonment methods for deep penetrations might consist of overdrilling and fill with cement-bentonite grout slurry, or deep pressure grouting to create a concrete seal. The Report shall describe and categorize the soil types and identify potential for off-site disposal locations. Consultant shall be responsible for establishing the actual scope of work for the Geotechnical Report. The Geotechnical Report shall emphasize specific construction concerns and concerns regarding the integrity of sewers, pavement and structures.

September 15, 2014

J-117 – Design SOW Page 90 of 102

The Geotechnical Report shall address in detail the excavation impact of the proposed work on all existing utility trenches in the vicinity of the proposed project. The Geotechnical Report shall also focus on the potential collapse of the earth prism located between existing parallel utilities and the trench excavated for any proposed sewer installation. In addition to the above parameters, the Geotechnical Report shall address, as a minimum, the following items:        

    

The findings of the Preliminary Geotechnical Report Soil classification of each strata in accordance with Unified Soil Classification system Physical descriptions of the soils encountered Water table/ground water encountered Seasonal variations of water table Existing pavement and base material thickness In-situ unit weight and moisture content as tested by Consultant Laboratory test on the following: moisture content, density, gradation, Atterberg limits, consolidation, shear resistance, expansion, R-value, and corrosivity tests (pH, chloride content, sulfate content and resistivity). Assessment of the geologic/seismic hazards of the site California Bearing Ratio (CBR) and/or Sand Equivalent values for soils under pavement that is being replaced, if required by the permit agencies. Coefficients of internal friction and cohesion of in-situ undisturbed soils On-site Organic Vapor Analyzer (OVA) test results for potential hydrocarbon contaminants. Benzene, Toluene and Xylene (BTX) test per EPA guideline 8020 and Total Hydrocarbons (TPH) tests per EPA guideline should the OVA reading be equal to or greater than 45 ppm.

Task 3.11.1.6 Report Recommendations Specifications The Geotechnical Report shall make recommendations regarding the provisions to be included in the construction specifications. Recommendations shall be prepared for the following topics; dewatering, trench shoring, backfill compaction, and road repairs. In order to evaluate dewatering requirements for inclusion in the specifications, the Subconsultant shall conduct a hydrogeologic investigation. Task 3.11.1.7 Geotechnical Report Recommendations for Design The Geotechnical Report shall make recommendations regarding the design of the facilities. Recommendations shall include active, at-rest, passive and dynamic earth pressures, foundation type, allowable bearing pressure, coefficient of friction between the foundation and soils/subgrade, pile or mat foundation design data, settlement potential, pipe bedding and trench shoring/maximum cut slope requirements, soil contamination/corrosion potential, structural needs, pipe stability, expected earthquake displacement, and other Consultant needs.

September 15, 2014

J-117 – Design SOW Page 91 of 102

Task 3.11.1.8.Geotechnical Baseline Report (GBR) The Geotechnical Baseline Report (GBR) shall be written by a senior geologist or geotechnical engineer and shall conform to the most recent issue of the American Society of Civil Engineers (ASCE) “Geotechnical Baseline Reports of Underground Construction: Guidelines and Practices”. The GBR shall be site specific and shall include a narrative of all known soil conditions and subsurface expected constraints. The Baseline Report shall establish quantitative thresholds and shall make specific recommendations to the Contractor regarding actions to be taken by the Contractor during construction, such as dewatering, removal of boulders by size, all other excavation and backfill stages, etc. Thresholds expressed as ranges of values will not be acceptable to OCSD (i.e. 100-200 gpm, or 5-10 CY). All thresholds shall be expressed in the form of one number (i.e. 150 gpm, or 7 CY). The GBR will be used during construction to enforce the Differing Site Condition clause included in the construction Contract Agreement. Task 3.11.1.9 Delivery of the Geotechnical Baseline Report The draft GBR shall be submitted to OCSD staff for review and comments along with the DS2 submittal package. If the DS2 submittal was eliminated from the project design schedule, the GBR shall be submitted to OCSD at least four weeks prior to DS3. The final GBR incorporating OCSD comments shall be submitted with the DS3 submittal package. The Final GBR shall be submitted with the Final Geotechnical Report. Task 3.11.1.10 Delivery of Geotechnical Data Report The Draft and Final Geotechnical Data Reports shall be submitted to OCSD for review and comment. Any comments received regarding the Geotechnical Report shall be addressed. Refer to the Engineering Design Guidelines, Section 01.4 for further requirements. Some of the related design requirements can be found in the Engineering Design Guidelines, Chapter 02, Chapter 8 Section 08.1, Chapter 9 Section 9.7. Task 3.11.2 Survey Subconsultant Consultant shall secure the services of a Subconsultant to conduct field and aerial surveys as required. Prior to beginning design, Consultant shall prepare the scope of work for field and aerial surveys required for all applicable Project Elements of the project Scope of Work. OCSD will establish both vertical and horizontal control for the project. The field survey shall be used to establish both horizontal and vertical alignment of the facilities and shall note all survey monuments, topographic features, property lines, and elevations. The basis of bearings and benchmarks shall be indicated on the drawings. Control shall meet or exceed NGVD 88

September 15, 2014

J-117 – Design SOW Page 92 of 102

requirements and shall be based on the Plant Local Coordinate System and datum. Consultant’s project schedule shall account for the above. The Subconsultant producing the aerial topography shall be required to meet the following criteria:     

The final product shall be delivered in AutoCAD. The aerial shall be based on plant coordinate system. The CAD file shall adhere to the CAD Manual. OCSD shall be given the opportunity to review and comment on the compliance to the CAD Manual. Site contours shall be in 0.5 ft intervals. Contour and spot elevations shall be 3D; all other features shall be 2D.

Topographical information used on the construction plans shall be generated from field survey and aerial mapping process. Consultant shall provide for the aerial and field surveys necessary for the mapping process for all applicable Project Elements of the project Scope of Work and shall provide for the aerial mapping. Providing for the process includes paying for, coordinating and designing the aerial and horizontal/vertical control surveying for the preliminary and final design. Consultant’s responsibilities for the surveys include generating any sub-consultant scope of work, data interpretation and preliminary design. All survey work is to be done under the direction and control of a Professional Land Surveyor, licensed by the State of California. Aerial Survey: The aerial photography shall have sufficient coverage for the digital topographic mapping. The photo scale of the aerial photography shall not be more than 100 feet per inch for pipeline work or 20-feet per inch for pump stations. Phasing of Work: Other than the aerial and topographic survey work, the balance of the survey work shall not commence until the work has been authorized or concurred to by OCSD PM. Aerial Field Survey Inclusions: The field survey shall include all survey monuments, topographic features, easements, property lines, culture, and elevations on the plan and profile sheets. All covers, including the existing sewer manholes, storm drain manholes, and utility and valve vaults along the pipeline alignment, along the routing of new fiber optic cable routing and in the vicinity of OOBS, EPSA, and the OOS and shall be identified and marked in the field. A representative from OCSD will be present when marking inside the plant boundaries. OCSD Review Aerial Survey Line: The general location and alignment of the survey line shall be submitted to OCSD prior to performing the field survey. Survey work shall not commence until authorized or concurred to by OCSD. Consultant shall be responsible for obtaining and paying for the field survey services. Field Survey Base Line: The field survey shall establish a base line for construction purposes for pipeline work equal to or greater than 500-feet in length. The line will be used to define the proposed design, in terms of station and offset, and to establish the bearings for right-of-way. The survey line shall be set on 100-foot stations and shall be tied to the

September 15, 2014

J-117 – Design SOW Page 93 of 102

established aerial control. The field survey shall tie in all controlling monuments within the map limits and all street centerline intersections. Base Map: The base map index contours shall be spaced at five feet (5’) vertically and the immediate contours shall be spaced at one-foot (1’) contour intervals. The mapping shall include digital topographic mapping. The digital format shall be compatible with OCSD Graphic Information System. All surface features, including those hidden from aerial view shall be incorporated into the digital mapping. Plan and Profile Sheets: Consultant shall prepare plan sheets for the pipeline rehabilitation work in Contract A. Plan and profile sheets shall be prepared for new fiber optic cable alignment (that which is not being installed in existing conduit) and for pipelines required for the new pump station, and shall be based upon the aerial mapping. The scale for plan and profile sheets shall be one inch equals forty feet (1” = 40’) horizontal and one inch equals four feet (1” = 4’) vertical. An aerial photographic (photo strip) with the alignment shall be included. The plan view shall be separate from the photo strip. The plan sheets for the pipeline rehabilitation work in Contract A shall have two reaches on each sheet. Each reach shall be approximately 1000 linear feet (2000 linear feet per sheet). Details shall be drawn at a scale that is adequate to provide clarity and sufficient detail for construction. The pump station construction drawings shall be drafted at scales of 1/8” = 1’ to 1” = 20’, as adequate, to allow for sufficient detail to be shown. The basis of bearings and benchmarks shall be indicated on the drawings. With the final plans, Consultant shall include the survey-related documents in the Project Support Documentation (PSD) as specified in the Engineering Design Guidelines, Appendix A, Section A.3.19 “Project Support Documentation (PDS)”. 3.11.3 Physical Modeling Subconsultant Consultant shall secure the services of a Subconsultant to design to scale, build, conduct testing, and provide reports for the design of the new pump station, as required. Consultant shall provide design plans to the Subconsultant in a level of detail that Subconsultant can review the plans and discuss changes with Consultant prior to building the model. The Subconsultant shall provide a preliminary report, prior to building the model. This preliminary report shall be submitted to OCSD for review. The Subconsultant shall build the model using materials that allow simulation of actual building materials, and allow visual inspection during the model testing. Subconsultant shall provide recommendations for changes to the Consultants design of the pump station that will optimize flow, eliminate cavitation and vortex issues, and provide a hydraulically sound facility. These recommendations shall be documented in a report, and submitted for OCSD review. Consultant shall coordinate with Subconsultant on changes to be made, and shall provide justification to OCSD for changes not implemented.

September 15, 2014

J-117 – Design SOW Page 94 of 102

Consultant shall attend presentation of model testing after final revisions have been made, and invite OCSD staff to view the model testing. Two weeks notice of model testing shall be given to OCSD to accommodate for travel arrangements. A final report shall be prepared by Subconsultant and submitted to OCSD with DS2. Consultant shall work with Subconsultant to create a schedule that will allow the final report and required changes to be included in DS2 Task 3.11.4 Utility Coordination Consultant shall secure the services of a licensed survey subcontractor to field locate potholes as necessary Survey locations of potholes shall be tied to the sample controls as used for the Control Survey. Consultant shall also secure the services of a subcontractor to perform the pothole work. Consultant shall be responsible for identifying locations where potholing will be critical to the design effort to identify the location of existing piping, duct banks, and foul air ducts. The results of potholing efforts will be summarized in a field findings report. “Soft” excavation methods (vacuum extraction or sift drilling) will be used where feasible. Consultant shall coordinate the efforts of the potholing and survey subconsultants to eliminate duplication of work. Section 2.XX Utility Coordination discusses potholes and geophysical inspections to be coordinated with survey work. Task 3.11.5 Not Used Task 3.11.6 Not Used Task 3.11.7 Other Subconsultants (as necessary) Consultant shall identify other potential Subconsultants in their proposal and explain what they will do. Task 3.12 – Coordination with other Projects Coordination with adjacent projects for Phase 3 shall be as specified in this Scope of Work for Phase 2 in Task 2.14. Task 3.13 – Permitting Task 3.13.1 – General For all applicable Project Elements of this Scope of Work, Consultant shall provide contract documents, which ensure that facility features and performance and construction procedures comply with all conditions of existing permits and permits required to construct this project. Construction drawings, specifications and supplemental drawings shall be prepared, as necessary in the format required to obtain all permits.

September 15, 2014

J-117 – Design SOW Page 95 of 102

Consultant shall assist OCSD in obtaining permits. This assistance shall include completing application forms provided by OCSD preparing supporting documentation for the permit applications as required by the issuing agency, furnishing the required number of copies of all construction drawings and exhibits, and attending meetings with permitting agencies at the request of OCSD. OCSD staff shall execute all applications. All permit fees shall be paid directly by the OCSD and shall not be deemed part of Consultant’s fee. Consultant shall submit all supporting documentation in a timely fashion for all permits required for this project. Task 3.13.2 – Permits for Contract B Only Permits include, but are not limited to, the following:    

South Coast Air Quality Management OCSD (SCAQMD) Fire Department Coastal Commission (for Plant 2 projects in certain areas) Dewatering

Consultant shall attend 3 meetings with OCSD staff to discuss the support documentation and 3 meetings with the regulatory agencies as requested by OCSD to discuss the project. Specifically for the SCAQMD permit, the Consultant shall perform the following tasks: 

Provide completed permit application forms and supplemental information packet consisting of the following:         



General Project Description Process/Equipment Description Design Criteria Process/Equipment Drawings Demonstration of Compliance with New Source Review for Criteria Pollutants (SCAQMD Reg. XIII) Demonstration of Compliance with New Source Review for Air Toxics (SCAQMD Rule 1401) Demonstration of Compliance with Odor Nuisance (SCAQMD Rule 402) Demonstration of Compliance with Other Applicable Air Quality Regulatory Requirements Demonstration of Compliance with CEQA Requirements

The supplemental information packet shall contain information on the proposed facility as well as any air pollution control system and other equipment that requires an air quality permit.

September 15, 2014

J-117 – Design SOW Page 96 of 102



Provide air emission estimates from all emission points. If the emission data is not readily available, the Consultant shall perform source tests and/or conduct fate-transport modeling. The Consultant shall submit the emission estimates to OCSD Environmental Compliance for approval.



Conduct air dispersion modeling and health risk assessment necessary to prepare the complete application. Prior to conducting this task, the Consultant shall prepare, for OCSD’s approval, the methodology for the modeling and health risk assessment. The Consultant shall submit the modeling results to OCSD Environmental Compliance for approval.



Consultant shall review and evaluate the odor, VOC, and air toxics control requirements by SCAQMD. If an air pollution control system is required, the Consultant shall be responsible for planning and design strategies to meet regulatory and OCSD standards and perform the following tasks: 

Redo the air dispersion modeling and health risk assessment to demonstrate compliance with regulatory requirements.



Complete additional required equipment-specific permit application forms and revise supplemental information packet to include the information for the air pollution control system.



Prepare a Technical Memorandum summarizing all work performed in support of the SCAQMD permit application

Task 3.14 – Sole Source /”Base Bid”/ Equipment Pre-Purchase Alternatives Specifications shall comply with state law concerning limiting product sources for all Project Elements of this Scope of Work. Unless indicated otherwise in the Engineering Design Guidelines or in OCSD’s Master Specifications, specifications shall not be written in a manner that limits a Contractor to a sole source. This shall mean that, unless indicated otherwise in the Engineering Design Guidelines, in OCSD’s Master Specifications or in Section V of this Scope of Work “Project-Specific Deviations…” , Consultant shall specify for each product “EITHER” no specific manufacturer, “OR” at least two supplier's products and an "or equal”. Consultant shall provide recommendations regarding the items that should be base bid (e.g., selected pieces of equipment and materials). When a single manufacturer is known and there is no known “equal”, it shall be so stated in the design documents. OCSD may elect to obtain equipment from a sole source supplier. Consultant shall develop a scope of supply for the sole source equipment and obtain a not-to-exceed price from the equipment supplier. This information shall be included in the Contract Documents. OCSD may elect to pre-quality key equipment which is essential to the project. Consultant shall provide the following services to assist with the pre-qualification process:  

Research and prepare a list of known suppliers. Prepare a Request for Qualifications to be mailed by OCSD to all known suppliers.

September 15, 2014

J-117 – Design SOW Page 97 of 102

    

Evaluate qualifications received by OCSD, for conformance with project specifications. Advise OCSD of suppliers who meet the qualifications. Assist OCSD staff in preparing materials to be presented to OCSD Board of Directors. Prepare a draft letter to be sent by OCSD to advise all suppliers of their qualification status. Assist the OCSD with response to protests by equipment vendors in the form of providing project documentation and responding to OCSD’s questions.

PHASE 4 – CONSTRUCTION AND INSTALLATION SERVICES (NOT INCLUDED IN THIS AGREEMENT) PHASE 5 – COMMISSIONING SERVICES (NOT INCLUDED IN THIS AGREEMENT) PHASE 6 – CLOSE OUT (NOT INCLUDED IN THIS AGREEMENT) V.

GENERAL REQUIREMENTS GENERAL OCSD Engineering Design Guidelines and Strategic Plan Consultant shall refer to and adhere to the requirements of OCSD Engineering Design Guidelines and other OCSD’s Design Standards referenced therein except for the deviations specified below. Exhibit 1 is a complete set of the Design Standards, the latest edition at the time of the design proposal stage. The Engineering Guidelines define what plant design concepts/tools/methods and project management requirements shall be adhered to and in what manner they shall be used/provided by Consultants, e.g., requirements regarding design concepts, submittals, documentation details, use of OCSD Master Specifications, and other related OCSD Standards, etc. Refer also to Section “Consultant’s Responsibilities” in OCSD Engineering Design Guidelines Chapter 01. Refer to “Master Specifications Instructions for Use” that mandates rules and conventions to be used in all OCSD project specifications. The project Scope of Work define whether or not each specific deliverable described in the Guidelines shall be part of the project and when each task shall take place. The project Scope of Work also includes requirements that supplement and/or modify the Guidelines requirements for this project. The project Scope of Work and OCSD Engineering Design Guidelines impact Consultant’s project cost. Except as specified in this Scope of Work, design of all facilities shall conform with the recommendations of the currently approved Master Plan for OCSD facilities. The project

September 15, 2014

J-117 – Design SOW Page 98 of 102

shall also incorporate all applicable mitigation measures included in associated environmental documents and site specific local requirements. In addition, OCSD will require the Consultant to follow subsequent revisions of OCSD Engineering Design Guidelines and other OCSD Design Standards referenced therein as they become available up to the end of Design Submittal 1 (DS1) review except for the following requirement regarding the Master Specifications:  Until the end of the DS2 review period, OCSD may update OCSD’s Master Specifications and/or add new OCSD Master Specifications. The Consultant shall utilize the new and/or modified Master Specifications for the DS3 submittal. The Consultant shall not begin editing the project specifications until the project team meets with OCSD’s Design Standards Custodian at the point of Design Submittal 1 (DS1) to discuss and receive comments regarding the Consultant-proposed list of project specifications. Project Phases and Tasks Project tasks and deliverables shall include, but not be limited to, the requirements described in this Scope of Work. Consultant shall also refer to Appendix A of OCSD Engineering Design Guidelines for the level of detail requirements for individual deliverables in each Phase of the project not covered in the Scope of Work. Construction Sequencing and Constraints Consultant shall develop with OCSD staff and include in the contract documents detailed requirements for construction sequencing and constraints. These shall ensure safe and reliable operation and maintenance of OCSD facilities. The facilities must be kept on-line and fully operational with minimal interruptions throughout construction. Working Hours Meetings with OCSD staff shall be scheduled from Monday through Thursday between the hours of 8:00 AM and 4:00 PM. Consultant’s on-site staff shall conform to OCSD work schedules. Consultant shall refer to the Engineering Design Guidelines, Chapter 01, Section 01.3.5 “Consultant Inspection of Treatment Facilities” for further requirements. Standard Drawings and Typical Details All the details used in the project (OCSD’s Standard Drawings and Consultant-developed typical details) shall be shown on the Plans. Software The Consultant is expected to develop and provide the deliverables using the standard software currently approved for use by OCSD. The standard OCSD software includes, but is not limited to, the following: 

Windows XP Professional

September 15, 2014

J-117 – Design SOW Page 99 of 102

          

Oracle 9i client ESRI software (Arc GIS 9.3) Microsoft Internet Explorer 8 AutoCAD P&ID 2010 (for P&ID drawings only) AutoCAD Map 3D 2010 (for all other drawings) Microsoft Office 2007 CMMS (RJN CASSWORKS) ver 8.10 Adobe Reader 9 Adobe Acrobat 9 Primavera P6 for scheduling Database software as defined elsewhere in the project Scope of Work

Any software that the Consultant needs to comply with these standards shall be purchased and maintained by the Consultant at no additional cost to OCSD. In the event OCSD provides the Consultant with access to OCSD software and hardware at an OCSD facility in order to facilitate performance of their work, all software shall remain the property of OCSD. Only software licensed to OCSD shall be installed on OCSD equipment. In addition, only OCSD IT Department staff will perform the installation of this software. The number and type of required electronic deliverables for each project submittal are defined In Exhibit 5 of the project Scope of Work. Refer to Chapters 10 and 11 and Appendix A of OCSD Engineering Design Guidelines for requirements on preparation of Criticality Tables and ETAP, SAT, and EID databases. Refer to OCSD CAD Manual and to Chapter 11 and Appendix A of OCSD Engineering Design Guidelines for requirements regarding P&ID drawings.

PROJECT-SPECIFIC DEVIATIONS FROM OCSD DESIGN GUIDELINES The following Scope sections change the Engineering Design Guidelines requirements for this project and apply to ALL its Project Elements: ENGINEERING DESIGN GUIDELINES CHAPTER 01, “DESIGN GUIDELINES – GENERAL REQUIREMENTS” a.

Section 01.2.19 “Life Cycle Costs” Replace the 1st paragraph with the following: Consultant shall conduct a sensitivity analysis to see if the life cycle costing analysis is sensitive to the following assumed costs: [….].

September 15, 2014

J-117 – Design SOW Page 100 of 102

ENGINEERING DESIGN GUIDELINES CHAPTER 06, “MECHANICAL DESIGN” a.

Section 06.7 “Vibration Analysis for Rotating Electrical Equipment” Replace the 1st paragraph with the following: Consultant shall address in preliminary design the possibility of vibration problems for the new OOBS pumps, if they are replaced or modified, and new pump station pumps. Consultant shall obtain (from the manufacturers of the rotating equipment) the exciting frequencies, both torsional and lateral, caused by the equipment. Replace the 2nd to last paragraph with the following: The final post-installation vibration testing for the structures and equipment involved as required by OCSD’s Master Specifications to verify correctness of the design and installation [shall not be required for this project] [shall include only the following equipment: New OOBS pumps, if they replaced or modified, and new pump station pumps.

VI.

STAFF ASSISTANCE OCSD staff member or designee assigned to work with Consultant on the design of this project is Victoria Pilko at (714) 593-7189, e-mail to: [email protected].

VII.

EXHIBITS: All exhibits can be downloaded from OCSD’s ftp site following the instructions below: ftp://ftp.OCSD.com Username: ftpreader Password: road4short Navigate to: J-117 RFP EXHIBIT 1

OCSD Engineering Design Standards (ftp site)

EXHIBIT 2

Historical Reports

EXHIBIT 3

Record Drawings

EXHIBIT 4

Figures

EXHIBIT 5

Deliverables List

EXHIBIT 6

Sample Construction Cost Estimate Format

EXHIBIT 7

Sample Operating Philosophy [excerpt from Exhibit 1]

EXHIBIT 8

Sample Control Strategy [excerpt from Exhibit 1]

EXHIBIT 9

Sample Process and Instrumentation Diagrams (P&IDs) [excerpt from Exhibit 1]

September 15, 2014

J-117 – Design SOW Page 101 of 102

EXHIBIT 10

Sample ORT Procedure

EXHIBIT 11

Sample FAT Procedure

EXHIBIT 12

Sample RAT Procedure

EXHIBIT 13

Sample Full Project Safety Review Plan

EXHIBIT 14

Sample Risk Management Check List

EXHIBIT 15

Interplant Pipeline Inspection Photos – Videos

EXHIBIT 16

P2 OOBS Building Asbestos Survey Report

EXHIBIT 17

Not Used

EXHIBIT 18

Not Used

EXHIBIT 19

Not Used

EXHIBIT 20

Not Used

EXHIBIT 21

Not Used

EXHIBIT 22

Plant 2 Telephone System

EXHIBIT 23

PA System Diagrams

EXHIBIT 24

Not Used

EXHIBIT 25

J-47 Cable Tray Improvements

MD:VP:VF

September 15, 2014

J-117 – Design SOW Page 102 of 102

ATTACHMENT “B” LABOR HOUR MATRIX

ATTACHMENT B - SAMPLE HOURS MATRIX* OCEAN OUTFALL SYSTEM REHABILITATION Project No. J-117

Task Item

Principal

Proj Mgr

Hours Engineer Sr Engineer

Proj Eng

Jr Engineer

Technician

Support

Total

Phase 1 - Project Development (NOT INCLUDED IN CONSULTANT SOW) Phase 1 Subtotal=

0

0

0

0

0

0

0

0

0 0

Phase 2 - Preliminary Design Preliminary Design Task 2 - Preliminary Design Report (PDR A and PDR B) 2.1.A.1 - TM 1A - Interplant Pipeline Inspection and Rehabilitation 2.1.B.1 - TM 1 - Hydraulic Analysis and Operationg Philosophy 2.1.A.2 - TM 2A - Fiber Optic Cable Replacement 2.1.B.2 - TM 2 - Design of New Ocean Outfall Pumping Station 2.1.A.3 - TM 3A - Design and Safety Requirements 2.1.B.3 - TM 3 - OOBS Rehabilitation 2.1.A.4 - TM 4A -Implementation Plan 2.1.B.4 - TM 4 - EPSA/EPSA Standby Generator Facility Rehabilitation 2.1.B.5 - TM 5 - OOBS Joint Facilities Rehabilitation 2.1.B.6 - TM 6 - Implementation Plan 2.1.B.7 - TM 7 - Design and Safety Requirements 2.1.B.8 - TM 8 - OOBS Seismic Evaluation 2.1.B.9 - TM 9 - Electrical 2.1.B.10 - TM 10 - Instrumentation and Control 2.2 - Utility Coordination 2.2.5 - On-site Inspection 2.2.6 - Subsurface Utility Investigation 2.2.7 - Potholes and Geophysical Investigation 2.3 - Environmental Documentation 2.4 - Risk Management Plan 2.5 - Risk Analysis Report 2.6 - Value Engineering Report 2.7 - Temporary Handling of Flow PE 5 - OOBS Joint Facilities Inspection Phase 2 - General Design Services Task 2.8 - Project Management Task 2.9 - Workshops and Focused Meetings 2.9.A.1 - Workshops for Bid Package A 2.9.A.1.1- PEW 1 2.9.A.1.2- PEW 2 2.9.A.1.3 - PDR A Constructability Workshop 2.9.A.1.6 - PDR A Design Gate Workshop 2.9.B.1 - Workshops for Bid Package B 2.9.B.1.1 - PEW 1 2.9.B.1.2 - PEW 2 2.9.B.1.3 - PEW 3 2.9.B.1.4 - PEW 4 2.9.B.1.5 - PDR Constructability Workshop 2.9.B.1.6 - PDR Design Gate Workshop

0 0 0 0 0 0 0 0 0 0 0 0

0 0 0

2.9.A.2 - Preliminary Design Risk Workshops for Bid Pkge A 2.9.A.2.1 - Initial Risk Workshop 2.9.A.2.2- Preliminary Design Risk Workshop 1 2.9.A.2.3- Preliminary Design Risk Workshop 2 2.9.B.2 - Preliminary Design Risk Workshops for Bid Pkge B 2.9.B.2.1 - Initial Risk Workshop 2.9.B.2.2- Preliminary Design Risk Workshop 1 2.9.B.2.3- Preliminary Design Risk Workshop 2 2.9.B.2.4- Risk Mitigation Log 2.9.B.2.5- Risk Monitoring Updates 2.9.3.1 - Kickoff Meeting 2.9.3.2 - Focused Meetings 2.10 -Quality Control Plan 2.10.2 - Documentation of Level of Effort for QA/QC 2.11 - Management of Sub consultants 2.12 - Coordination with Other Projects Phase 2 - Subtotal=

0

0

0

0

0

0

0

0

Phase 3 - Final design Final Design Bid Package A Task 3.1 - Design Submittal 1 (DS1) Task 3.2 - Design Submittal 2 (DS2) Task 3.3 - Design Submittal 3 (DS3) Task 3.4 - Final Design Submittal (FDS) Task 3.5 - Specifications Task 3.6 - Environmental Documentation Task 3.7 - Bid Support Services

0

0 0 0 0

Final Design Bid Package B Task 3.1 - Design Submittal 1 (DS1) Task 3.2 - Design Submittal 2 (DS2) Task 3.3 - Design Submittal 3 (DS3) Task 3.4 - Final Design Submittal (FDS) Task 3.5 - Specifications Task 3.6 - Environmental Documentation Task 3.7 - Bid Support Services

0 0 0 0

General Final Design Services Bid Package A Task 3.8 - Project Management Task 3.9 - Workshops & Focused Meetings 3.9.1 - Workshops 3.9.1.1 - DS1 Workshop 3.9.1.2 - DS2 Workshop 3.9.1.3 - DS 3 Workshop 3.9.1.4 - Final Design Constructability Workshop 3.9.1.5 - Design Gate Workshops 3.9.2 - Focused Meetings 3.9.2.5 -Safety and Risk Meeting 3.9.2.7 -Risk Management Meetings Task 3.10 - Quality Control Task 3.11 - Management of Sub consultants Task 3.12- Coordination with Other Projects Task 3.13 - Permitting Task 3.14 - Sole Source/Base Bid/Equipment Pre-Purchase Alternatives General Final Design Services Bid Package B Task 3.8 - Project Management Task 3.9 - Workshops & Focused Meetings 3.9.1 - Workshops 3.9.1.1 - DS1 Workshop 3.9.1.2 - DS2 Workshop 3.9.1.3 - DS 3 Workshop 3.9.1.4 - Final Design Constructability Workshop 3.9.1.5 - Design Gate Workshops 3.9.2 - Focused Meetings 3.9.2.5 -Safety and Risk Meeting 3.9.2.6 -Consultant Office Technical Meetings 3.9.2.7 -Risk Management Meetings Task 3.10 - Quality Control Task 3.11 - Management of Sub consultants Task 3.12- Coordination with Other Projects Task 3.13 - Permitting Task 3.14 - Sole Source/Base Bid/Equipment Pre-Purchase Alternatives Phase 3 - Subtotal=

0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0 0 0 0

0 0 0 0 0 0 0 0

0

0

0

0

0

0

0

0

Phase 4 - Construction and Installation Services Phase 4 - Subtotal=

0 0

0

Phase 5 - Commissioning Services Phase 5 - Subtotal=

0

Phase 6 - Subtotal=

0

Phase 6 - Close Out

Total Cost for ALL Phases=

0

0

0

* NOTE: The Hours matrix provided is for informational purposes only. The Consultant shall verify all formulas in addition to verification that all tasks are listed in the matrix OCSD is not responsible if hours matrix provided has incorrect information or incorrect formulas

0

0

0

0

0

0

ATTACHMENT “C” CONFLICT OF INTEREST DISCLAIMER

ATTACHMENT “C” CONFLICT OF INTEREST DISCLAIMER (Submit with Proposal)

The undersigned, __________________________________________________, declares that (Print or Type Name)

___________________________________________ does have/does not have (cross out one) (Name of Firm)

interest, ownership or receives or anticipates receiving remuneration of any type from the manufacturer(s), supplier(s) or distributor(s) which may be recommended on the project, as listed below.

Firm

Product

Remuneration

_______________________________________________ Signature of President, Secretary, Partner, Owner or Representative

_______________________________________________ Date

REQUEST FOR PROPOSALS Revision 081613

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

ATTACHMENT “D” ALLOWABLE DIRECT COSTS

ATTACHMENT “D” ALLOWABLE DIRECT COSTS

LONG DISTANCE TELEPHONE CHARGES

All long distance telephone charges incurred will be reimbursed as direct costs. Telephone charges to area codes serving Los Angeles, Orange, Riverside, and San Bernardino Counties will not be reimbursed.

FACSIMILE TRANSMISSION CHARGES

Facsimile transmission charges will not be reimbursed, except the long distance toll charges, as described above.

REPRODUCTION AND PRINTING CHARGES

In-house reproduction of records and documents will not be reimbursed by the SANITATION DISTRICT. Use of an outside copy service for specialty items and volume reproduction will be reimbursed at direct cost. Use of a professional printing service will be reimbursed at actual cost.

OVERNIGHT MAIL DELIVER AND MESSENGER SERVICE

Use of Federal Express, Express Mail, UPS, or such similarly-related service, as well as a messenger service, will be reimbursed at direct cost only when necessary.

POSTAGE

Incidental postage will not be reimbursed by the SANITATION DISTRICT.

FILM PROCESSING

Film processing will be reimbursed at actual cost.

COMPUTER USAGE

Computer use by Consultant and/or support staff will not be reimbursed.

MILEAGE

Per mile reimbursement will be at the current rate set by the Internal Revenue Service.

TEMPORARY STAFF

The use of outside temporary support staff will be reimbursed at direct cost with prior approval of the SANITATION DISTRICT.

OFFICE SUPPLIES

The purchase of office supplies by Consultant will not be reimbursed.

LODGING

The cost of lodging including room and all applicable taxes will be reimbursed on a per diem basis as an allowable maximum as established by U.S. General Service Administration. Lodging incidentals as defined by IRS are included in the per diem rates. Lodging personal incidentals including movies, internet, laundry service, valet service, room service, etc., will not be reimbursed. Receipts must be provided for the actual incurred cost. Cancellations of the hotel reservations by the Consultant must be per the hotel policy. Late cancellations, early or late departure will not be reimbursed by the SANITATION DISTRICT.

GROUND TRANSPORTATION

The cost of ground transportation for taxi, shuttle, train, etc., will be reimbursed. Limousine service will not be reimbursed. The Consultant shall use the most economic and practical mode of transportation that is reasonably available.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 060414

Page 1 of 2

AIRFARE

Airline ticket cost including one bag will be reimbursed only if pre-approved by the SANITATION DISTRICT. First class tickets will not be reimbursed unless pre-approved by the SANITATION DISTRICT. Membership dues for corporate card frequent user programs or the cost of airline club membership will not be reimbursed.

AUTO RENTAL

Rental car cost for intermediate or standard model, mid-size car (Class “C”) or the smaller car compatible with the specific need and rental car gas will be reimbursed. Receipts must be provided to substantiate requested reimbursements.

PARKING FEE

Parking fees for hotel, airport, rail station, etc. will be reimbursed. Consultant shall use the most economic and practical parking location as reasonably available. Excessive parking fees that are deemed unreasonable by the SANITATION DISTRICT will not be reimbursed.

TRAVEL MEALS

Travel meals will be reimbursed on a per diem basis as established by U.S. General Service Administration. Per diem rates include gratuities (tips) and will not be separately reimbursed by the SANITATION DISTRICT. Personal expenses such as cost of alcoholic beverages will not be reimbursed. No receipts are required for the approved meals. The daily total reimbursement for meals shall not exceed the SANITATION DISTRICT per diem rate which is available upon request.

PER DIEM DAILY RATE FOR LODGING AND MEALS

The SANITATION DISTRICT may utilize per diem daily rate that includes lodging, meals and incidentals (M&IE) as established by IRS and U.S. General Service administration for pre-approved travel when reasonable.

RENTAL EQUIPMENT

Consultant will be reimbursed at actual cost, no mark-up.

MISCELLANEOUS

Cost of miscellaneous personal items such as, but not limited to newspapers, toiletries, shoeshine, tobacco products, pay TV, movies, valet services, health club charges, in-room mini bars, clothing and footwear will not be reimbursed. ATM/bank fees incurred by Consultant while traveling will not be reimbursed. Costs for project team lunches will not be reimbursed unless pre-approved by the SANITATION DISTRICT.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 060414

Page 2 of 2

ATTACHMENT “E” FEE PROPOSAL FORM

ATTACHMENT "E" FEE PROPOSAL FORM  Submitted by: _______________________ (Name of Firm)

Consultant Name: Raw Labor Fringe Costs

$                                                  ‐ Burdened Labor (Raw Labor + Fringe)

$                                                  ‐

Overhead

$                                                  ‐ Subtotal (Burdened labor + OH)

Note:  Round all values to nearest dollar.

Profit

$                                                 ‐ 10.00%

(% of Subtotal)

$                                                 ‐

Total Direct Costs, not to exceed TOTAL ‐ "Consultant" Not to Exceed

$                                                 ‐

Major Subconsultant A Name: Raw Labor Fringe Costs

$                                                  ‐ Burdened Labor (Raw Labor + Fringe)

$                                                  ‐

Overhead

$                                                  ‐ Subtotal (Burdened labor + OH)

Note:  Round all values to nearest dollar.

Profit

$                                                 ‐ 10.00%

(% of Subtotal)

$                                                 ‐

Total Direct Costs, not to exceed TOTAL ‐ Major Subconsultant A Not to Exceed

$                                                 ‐

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 081613

Page 1 of 4

ATTACHMENT "E" FEE PROPOSAL FORM  Submitted by: _______________________ (Name of Firm)

Major Subconsultant B Name: Raw Labor Fringe Costs

$                                                  ‐ Burdened Labor (Raw Labor + Fringe)

$                                                  ‐

Overhead

$                                                  ‐ Subtotal (Burdened labor + OH)

Note:  Round all values to nearest dollar.

Profit

$                                                 ‐ 10.00%

(% of Subtotal)

$                                                 ‐

Total Direct Costs, not to exceed TOTAL ‐ Major Subconsultant B Not to Exceed

$                                                 ‐

Major Subconsultant C Name: Raw Labor Fringe Costs

$                                                  ‐ Burdened Labor (Raw Labor + Fringe)

$                                                  ‐

Overhead

$                                                  ‐ Subtotal (Burdened labor + OH)

Note:  Round all values to nearest dollar.

Profit

$                                                 ‐ 10.00%

(% of Subtotal)

$                                                 ‐

Total Direct Costs, not to exceed TOTAL ‐ Major Subconsultant C Not to Exceed

$                                                 ‐

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 081613

Page 2 of 4

ATTACHMENT "E" FEE PROPOSAL FORM  Submitted by: _______________________ (Name of Firm)

Subconsultants Under $100,000 Subconsultant 1 Subconsultant 2 Subconsultant 3 Subconsultant 4 Subconsultant 5 TOTAL ‐ Subconsultants Under $100,000

$                                                 ‐

SUMMARY Consultant

$                                                 ‐

Major Subconsultant A

$                                                 ‐

Major Subconsultant B

$                                                 ‐

Major Subconsultant C

$                                                 ‐

Subconsultants Under $100,000

$                                                 ‐

GRAND TOTAL ‐ Not to Exceed

$                                                 ‐

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 081613

Page 3 of 4

Instructions for Attachment E ‐ Fee Proposal Form 1

Input Values in Yellow Cells.  Remaining cells are labels or calculations.

2

Round input values to nearest dollar.

3

Insert or delete subconsultants as required.

4

Do not list subconsultants with total costs for burdened labor plus overhead of  less than $100,000  as Major subconsultants.

REQUEST FOR PROPOSALS

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revision 08/16/13

Page 4 of 4

ATTACHMENT “F” PROFESSIONAL DESIGN SERVICES AGREEMENT (PDSA)

PROFESSIONAL DESIGN SERVICES AGREEMENT THIS AGREEMENT, is made and entered into to be effective the «date» day of «Month», «year» by and between the ORANGE COUNTY SANITATION DISTRICT, hereinafter referred to as "SANITATION DISTRICT", and «CONSULTANT COMPANY», for purposes of this Agreement hereinafter referred to as "CONSULTANT".

WITNESSETH: WHEREAS, the SANITATION DISTRICT desires to engage a CONSULTANT for Ocean Outfall System Rehabilitation, Project No. J-117; and to provide Design services for the assessment and rehabilitation of the deteriorating and/or obsoleted electrical, mechanical, structural, instrumentation and control systems at the OOBS; evaluate space utilization at the OOBS; assess and redesign certain mechanical and instrumentation and control systems at EPSA and EPSA Standby Power Facility; perform hydraulic analyses to design and construct a new outfall pumping facility; rehabilitate interplant pipelines, junction boxes and overflow structures, and install a new fiber optic cable between the plants. WHEREAS, CONSULTANT is qualified to provide the necessary services in connection with these requirements and has agreed to provide the necessary professional services; and, WHEREAS, the SANITATION DISTRICT has adopted procedures for the selection of professional services and has proceeded in accordance with said procedures to select a CONSULTANT to perform this work; and, WHEREAS, at its regular meeting on «Board Meeting Date» the Board of Directors, by Minute Order, accepted the recommendation of the Operations Committee or Director of Engineering and General Manager pursuant to SANITATION DISTRICT Board of Directors’ Ordinance No. OCSD-44 to approve this Agreement between the SANITATION DISTRICT and CONSULTANT. NOW, THEREFORE, in consideration of the promises and mutual benefits, which will result to the parties in carrying out the terms of this Agreement, it is mutually agreed as follows: 1.

SCOPE OF WORK CONSULTANT agrees to furnish necessary professional and technical services to accomplish those project elements outlined in the Scope of Work attached hereto as Attachment “A", and by this reference made a part of this Agreement. A.

The CONSULTANT shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all design, drawings, specifications, and other services furnished by the CONSULTANT under this Agreement, including the work performed by its Subconsultants. Where approval by the SANITATION DISTRICT is indicated, it is understood to be conceptual approval only and does not relieve the CONSULTANT of responsibility for complying with all laws, codes, industry standards and liability for damages caused by errors, omissions, noncompliance with industry standards, and/or negligence on the part of the CONSULTANT or its Subconsultants.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 1 of 18

B.

CONSULTANT is responsible for the quality of work prepared under this Agreement and shall ensure that all work is performed to the standards of best engineering practice for clarity, uniformity, and completeness. CONSULTANT shall respond to all comments, suggestions, and recommendations on the SANITATION DISTRICT’s review comment sheets (i.e. DS1, DS2 and DS3). All comments shall be incorporated into the design prior to the next submittal deadline or addressed, in writing, as to why the comment has not been incorporated. CONSULTANT shall ensure that each submittal is 100% accurate for the level of work submitted (i.e. correct references, terms, capitalization or equal status, spelling, punctuation, etc.)

C.

In the event that work is not performed to the satisfaction of the SANITATION DISTRICT and does not conform to the requirements of this Agreement or any applicable industry standards, the CONSULTANT shall, without additional compensation, promptly correct or revise any errors or deficiencies in its designs, drawings, specifications, or other services within the timeframe specified by the Project Engineer/Project Manager. The SANITATION DISTRICT may charge to CONSULTANT all costs, expenses and damages associated with any such corrections or revisions.

D.

All CAD drawings, figures, and other work shall be produced by CONSULTANTS and Subconsultants using the SANITATION DISTRICT CAD Manual. Conversion of CAD work from any other non-standard CAD format to the SANITATION DISTRICT format shall not be acceptable in lieu of this requirement. Electronic files shall conform to the SANITATION DISTRICT specifications. Any changes to these specifications by the CONSULTANT are subject to review and approval of the SANITATION DISTRICT. Electronic files shall be subject to an acceptance period of «Number of Days» calendar days during which the SANITATION DISTRICT shall perform appropriate reviews and including CAD Manual compliance. CONSULTANT shall correct any discrepancies or errors detected and reported within the acceptance period at no additional cost to the SANITATION DISTRICT.

E.

The CONSULTANT shall ensure that all plans and specifications prepared, or recommended under this Agreement allow for competitive bidding. The CONSULTANT shall design such plans or specifications so that procurement of services, labor or materials are not available from only one source, and shall not design plans and specifications around a single or specific product, piece of major equipment or machinery, a specific patented design or a proprietary process, unless required by principles of sound engineering practice and supported by a written justification that has been approved in writing by the SANITATION DISTRICT. The CONSULTANT shall submit this written justification to the SANITATION DISTRICT prior to beginning work on such plans and specifications. Whenever the CONSULTANT recommends a specific product or equipment for competitive procurement, such recommendation shall include at least two brand names of products that are capable of meeting the functional requirements applicable to the project.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 2 of 18

F.

2.

All professional services performed by the CONSULTANT, including but not limited to all drafts, data, correspondence, proposals, reports, and estimates compiled or composed by the CONSULTANT, pursuant to this Agreement, are for the sole use of the SANITATION DISTRICT, its agents and employees. Neither the documents nor their contents shall be released to any third party without the prior written consent of the SANITATION DISTRICT. This provision does not apply to information that (a) was publicly known, or otherwise known to the CONSULTANT, at the time that it was disclosed to the CONSULTANT by the SANITATION DISTRICT, (b) subsequently becomes publicly known to the CONSULTANT other than through disclosure by the SANITATION DISTRICT.

COMPENSATION Total compensation shall be paid to CONSULTANT for services in accordance with the following provisions: A.

Total Compensation Total compensation shall be in an amount not to exceed «Grand Total Written Amount» Dollars ($«Grand Total Amount»). Total compensation to CONSULTANT including burdened labor (salaries plus benefits), overhead, profit, direct costs, and Subconsultant(s) fees and costs shall not exceed the sum set forth in Attachment “E” - Fee Proposal.

B.

Labor As a portion of the total compensation to be paid to CONSULTANT, the SANITATION DISTRICT shall pay to CONSULTANT a sum equal to the burdened salaries (salaries plus benefits) actually paid by CONSULTANT charged on an hourly-rate basis to this project and paid to the personnel of CONSULTANT. Upon request of the SANITATION DISTRICT, CONSULTANT shall provide the SANITATION DISTRICT with certified payroll records of all employees’ work that is charged to this project.

C.

Overhead As a portion of the total compensation to be paid to CONSULTANT, the SANITATION DISTRICT shall compensate CONSULTANT and Subconsultants for overhead at the rate equal to the percentage of burdened labor as specified in Attachment “E” - Fee Proposal.

D.

Profit Profit for CONSULTANT and Subconsultants shall be a percentage of consulting services fees (Burdened Labor and Overhead). When the consulting or subconsulting services amount is $250,000 or less, the maximum Profit shall be 10%. Between $250,000 and $2,500,000, the maximum Profit shall be limited by a straight declining percentage between 10% and 5%. For consulting or subconsulting services fees with a value greater than $2,500,000, the maximum Profit shall be 5%. Addenda shall be governed by the same maximum Profit percentage after adding consulting services fees.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 3 of 18

As a portion of the total compensation to be paid to CONSULTANT and Subconsultants, the SANITATION DISTRICT shall pay profit for all services rendered by CONSULTANT and Subconsultants for this project according to Attachment “E” - Fee Proposal. E.

Subconsultants For any Subconsultant whose fees for services are greater than or equal to $100,000 (excluding out-of-pocket costs), CONSULTANT shall pay to Subconsultant total compensation in accordance with the Subconsultant amount specified in Attachment “E” - Fee Proposal. For any Subconsultant whose fees for services are less than $100,000, CONSULTANT may pay to Subconsultant total compensation on an hourly-rate basis per the attached hourly rate Schedule and as specified in the Scope of Work. The SANITATION DISTRICT shall pay to CONSULTANT the actual costs of Subconsultant fees and charges in an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal.

F.

Direct Costs The SANITATION DISTRICT shall pay to CONSULTANT and Subconsultants the actual costs of permits and associated fees, travel and licenses for an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal. The SANITATION DISTRICT shall also pay to CONSULTANT actual costs for equipment rentals, leases or purchases with prior approval of the SANITATION DISTRICT. Upon request, CONSULTANT shall provide to the SANITATION DISTRICT receipts and other documentary records to support CONSULTANT’s request for reimbursement of these amounts, see Attachment “D” - Allowable Direct Costs. All incidental expenses shall be included in overhead pursuant to Section 2 - COMPENSATION above.

G.

Reimbursable Direct Costs The SANITATION DISTRICT will reimburse the CONSULTANT for reasonable travel and business expenses as described in this section and further described in Attachment “D” - Allowable Direct Costs to this Agreement. The reimbursement of the above mentioned expenses will be based on an “accountable plan” as considered by Internal Revenue Service (IRS). The plan includes a combination of reimbursements based upon receipts and a “per diem” component approved by IRS. The most recent schedule of the per diem rates utilized by the SANITATION DISTRICT can be found on the U.S. General Service Administration website at http://www.gsa.gov/portal/category/104711#. The CONSULTANT shall be responsible for the most economical and practical means or management of reimbursable costs inclusive but not limited to travel, lodging and meals arrangements. The SANITATION DISTRICT shall apply the most economic and practical method of reimbursement which may include reimbursements based upon receipts and/or “per diem” as deemed the most practical.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 4 of 18

CONSULTANT shall be responsible for returning to the SANITATION DISTRICT any excess reimbursements after the reimbursement has been paid by the SANITATION DISTRICT. Travel and travel arrangements – Any travel involving airfare, overnight stays or multiple day attendance must be approved by the SANITATION DISTRICT in advance. Local Travel is considered travel by the CONSULTANT within the SANITATION DISTRICT geographical area which includes Orange, Los Angeles, Ventura, San Bernardino, Riverside, San Diego, Imperial and Kern Counties. Automobile mileage is reimbursable if CONSULTANT is required to utilize personal vehicle for local travel. Lodging – Overnight stays will not be approved by the SANITATION DISTRICT for local travel. However, under certain circumstances overnight stay may be allowed at the discretion of the SANITATION DISTRICT based on reasonableness of meeting schedules and the amount of time required for travel by the CONSULTANT. Such determination will be made on a case-by-case basis and at the discretion of the SANITATION DISTRICT. Travel Meals – Per-diem rates as approved by IRS shall be utilized for travel meals reimbursements. Per diem rates shall be applied to meals that are appropriate for travel times. Receipts are not required for the approved meals. Additional details related to the reimbursement of the allowable direct costs are provided in the Attachment “D” - Allowable Direct Costs of this Agreement. H.

Limitation of Costs If, at any time, CONSULTANT estimates the cost of performing the services described in CONSULTANT’s Proposal will exceed the not-to-exceed amount of the Agreement, including approved additional compensation, CONSULTANT shall notify the SANITATION DISTRICT immediately, and in writing. This written notice shall indicate the additional amount necessary to complete the services. Any cost incurred in excess of the approved not-to-exceed amount, without the express written consent of the SANITATION DISTRICT’s authorized representative shall be at CONSULTANT’s own risk. This written notice shall be provided separately from, and in addition to any notification requirements contained in the CONSULTANT’s invoice and monthly progress report. Failure to notify the SANITATION DISTRICT that the services cannot be completed within the authorized not-to-exceed amount is a material breach of this Agreement.

3.

REALLOCATION OF TOTAL COMPENSATION The SANITATION DISTRICT, by its Director of Engineering, shall have the right to approve a reallocation of the incremental amounts constituting the total compensation, provided that the total compensation is not increased.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 5 of 18

4.

PAYMENT A.

Monthly Invoice: CONSULTANT shall include in its monthly invoice, a detailed breakdown of costs associated with the performance of any corrections or revisions of the work for that invoicing period. CONSULTANT shall allocate costs in the same manner as it would for payment requests as described in this Section of the Agreement. CONSULTANT shall warrant and certify the accuracy of these costs and understand that submitted costs are subject to Section 11 - AUDIT PROVISIONS.

B.

CONSULTANT may submit monthly or periodic statements requesting payment for those items included in Section 2 - COMPENSATION hereof in the format as required by the SANITATION DISTRICT. Such requests shall be based upon the amount and value of the work and services performed by CONSULTANT under this Agreement and shall be prepared by CONSULTANT and accompanied by such supporting data, including a detailed breakdown of all costs incurred and project element work performed during the period covered by the statement, as may be required by the SANITATION DISTRICT. Upon approval of such payment request by the SANITATION DISTRICT, payment shall be made to CONSULTANT as soon as practicable of one hundred percent (100%) of the invoiced amount on a per-project-element basis. If the SANITATION DISTRICT determines that the work under this Agreement or any specified project element hereunder, is incomplete and that the amount of payment is in excess of: i.

The amount considered by the SANITATION DISTRICT’s Director of Engineering to be adequate for the protection of the SANITATION DISTRICT; or

ii. The percentage of the work accomplished for each project element. He may, at his discretion, retain an amount equal to that which insures that the total amount paid to that date does not exceed the percentage of the completed work for each project element or the project in its entirety. C.

CONSULTANT may submit periodic payment requests for each 30-day period of this Agreement for the profit as set forth in Section 2 - COMPENSATION above. Said profit payment request shall be proportionate to the work actually accomplished to date on a per-project-element basis. In the event the SANITATION DISTRICT's Director of Engineering determines that no satisfactory progress has been made since the prior payment, or in the event of a delay in the work progress for any reason, the SANITATION DISTRICT shall have the right to withhold any scheduled proportionate profit payment.

D.

Upon satisfactory completion by CONSULTANT of the work called for under the terms of this Agreement, and upon acceptance of such work by the SANITATION DISTRICT, CONSULTANT will be paid the unpaid balance of any money due for such work, including any retained percentages relating to this portion of the work.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 6 of 18

E.

Upon satisfactory completion of the work performed hereunder and prior to final payment under this Agreement for such work, or prior settlement upon termination of this Agreement, and as a condition precedent thereto, CONSULTANT shall execute and deliver to the SANITATION DISTRICT a release of all claims against the SANITATION DISTRICT arising under or by virtue of this Agreement other than such claims, if any, as may be specifically exempted by CONSULTANT from the operation of the release in stated amounts to be set forth therein.

F.

Pursuant to the California False Claims Act (Government Code Sections 1265012655), any CONSULTANT that knowingly submits a false claim to the SANITATION DISTRICT for compensation under the terms of this Agreement may be held liable for treble damages and up to a ten thousand dollars ($10,000) civil penalty for each false claim submitted. This Section shall also be binding on all Subconsultants. A CONSULTANT or Subconsultant shall be deemed to have submitted a false claim when the CONSULTANT or Subconsultant: a) knowingly presents or causes to be presented to an officer or employee of the SANITATION DISTRICT a false claim or request for payment or approval; b) knowingly makes, uses, or causes to be made or used a false record or statement to get a false claim paid or approved by the SANITATION DISTRICT; c) conspires to defraud the SANITATION DISTRICT by getting a false claim allowed or paid by the SANITATION DISTRICT; d) knowingly makes, uses, or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to the SANITATION DISTRICT; or e) is a beneficiary of an inadvertent submission of a false claim to the SANITATION DISTRICT, and fails to disclose the false claim to the SANITATION DISTRICT within a reasonable time after discovery of the false claim.

5.

PREVAILING WAGES To the extent CONSULTANT intends to employ employees who will perform work during the design and preconstruction phases of a construction contract, as more specifically defined under Labor Code Section 1720, CONSULTANT shall be subject to prevailing wage requirements with respect to such employees.

6.

DOCUMENT OWNERSHIP – SUBSEQUENT CHANGES TO PLANS AND SPECIFICATIONS A.

Ownership of Documents for the Professional Services performed. All documents, including but not limited to, original plans, studies, sketches, drawings, computer printouts and disk files, and specifications prepared in connection with or related to the Scope of Work or Professional Services, shall be the property of the SANITATION DISTRICT. The SANITATION DISTRICT’s ownership of these documents includes use of, reproduction or reuse of and all incidental rights, whether or not the work for which they were prepared has been performed. The SANITATION DISTRICT ownership entitlement arises upon payment or any partial payment for work performed and includes ownership of any and all work product completed prior to that payment. This Section shall

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 7 of 18

apply whether the CONSULTANT’s Professional Services are terminated: a) by the completion of the Agreement, or b) in accordance with other provisions of this Agreement. Notwithstanding any other provision of this paragraph or Agreement, the CONSULTANT shall have the right to make copies of all such plans, studies, sketches, drawings, computer printouts and disk files, and specifications. B.

7.

CONSULTANT shall not be responsible for damage caused by subsequent changes to or uses of the plans or specifications, where the subsequent changes or uses are not authorized or approved by CONSULTANT, provided that the service rendered by CONSULTANT was not a proximate cause of the damage.

INSURANCE A.

General i.

Insurance shall be issued and underwritten by insurance companies acceptable to the SANITATION DISTRICT.

ii. Insurers must have an “A-” Policyholder’s Rating, or better, and Financial Rating of at least Class VIII, or better, in accordance with the most current A.M. Best’s Guide Rating. However, the SANITATION DISTRICT will accept State Compensation Insurance Fund, for the required policy of Worker’s Compensation Insurance subject to the SANITATION DISTRICT’s option to require a change in insurer in the event the State Fund financial rating is decreased below “B”. Further, the SANITATION DISTRICT will require CONSULTANT to substitute any insurer whose rating drops below the levels herein specified. Said substitution shall occur within twenty (20) days of written notice to CONSULTANT, by the SANITATION DISTRICT or its agent. iii. Coverage shall be in effect prior to the commencement of any work under this Agreement. B.

General Liability The CONSULTANT shall maintain during the life of this Agreement, including the period of warranty, Commercial General Liability Insurance written on an occurrence basis providing the following minimum limits of liability coverage: Two Million Dollars ($2,000,000) per occurrence with Two Million Dollars ($2,000,000) aggregate. Said insurance shall include coverage for the following hazards: Premises-Operations, blanket contractual liability (for this Agreement), products liability/completed operations (including any product manufactured or assembled), broad form property damage, blanket contractual liability, independent contractors liability, personal and advertising injury, mobile equipment, owners and contractors protective liability, and cross liability and severability of interest clauses. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement(s). If requested by SANITATION DISTRICT and applicable, XCU coverage (Explosion, Collapse and Underground) and Riggers/On Hook Liability must be included in the General Liability policy and coverage must be reflected on the submitted Certificate of Insurance.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 8 of 18

C.

Umbrella Excess Liability The minimum limits of general liability and Automotive Liability Insurance required, as set forth herein, shall be provided for through either a single policy of primary insurance or a combination of policies of primary and umbrella excess coverage. Umbrella excess liability coverage shall be issued with limits of liability which, when combined with the primary insurance, will equal the minimum limits for general liability and automotive liability.

D.

Automotive/Vehicle liability Insurance The CONSULTANT shall maintain a policy of Automotive Liability Insurance on a comprehensive form covering all owned, non-owned, and hired automobiles, trucks, and other vehicles providing the following minimum limits of liability coverage: Combined single limit of One Million Dollars ($1,000,000) or alternatively, One Million Dollars ($1,000,000) per person for bodily injury and One Million Dollars ($1,000,000) per accident for property damage. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement.

E.

Worker’s Compensation Insurance The CONSULTANT shall provide such Workers’ Compensation Insurance as required by the Labor Code of the State of California in the amount of the statutory limit, including Employer’s Liability Insurance with a minimum limit of One Million Dollars ($1,000,000) per occurrence. Such Worker’s Compensation Insurance shall be endorsed to provide for a waiver of subrogation in favor of the SANITATION DISTRICT. A statement on an insurance certificate will not be accepted in lieu of the actual endorsements unless the insurance carrier is State of California Insurance Fund and the identifier “SCIF” and endorsement numbers 2570 and 2065 are referenced on the certificate of insurance. If an exposure to Jones Act liability may exist, the insurance required herein shall include coverage for Jones Act claims.

F.

Errors and Omissions/Professional Liability CONSULTANT shall maintain in full force and effect, throughout the term of this Agreement, standard industry form professional negligence errors and omissions insurance coverage in an amount of not less than Five Million Dollars ($5,000,000) with limits in accordance with the provisions of this Paragraph. If the policy of insurance is written on a “claims made” basis, said policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of five (5) years from the date of the completion of the services hereunder. In the event of termination of said policy during this period, CONSULTANT shall obtain continuing insurance coverage for the prior acts or omissions of CONSULTANT during the course of performing services under the term of this Agreement. Said coverage shall be evidenced by either a new policy evidencing no gap in coverage or by separate extended “tail” coverage with the present or new carrier.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 9 of 18

In the event the present policy of insurance is written on an “occurrence” basis, said policy shall be continued in full force and effect during the term of this Agreement or until completion of the services provided for in this Agreement, whichever is later. In the event of termination of said policy during this period, new coverage shall be obtained for the required period to insure for the prior acts of CONSULTANT during the course of performing services under the term of this Agreement. CONSULTANT shall provide to the SANITATION DISTRICT a certificate of insurance in a form acceptable to the SANITATION DISTRICT indicating the deductible or self-retention amounts and the expiration date of said policy, and shall provide renewal certificates not less than ten (10) days prior to the expiration of each policy term. G.

Proof of Coverage The CONSULTANT shall furnish the SANITATION DISTRICT with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by the SANITATION DISTRICT before work commences. The SANITATION DISTRICT reserves the right to require complete, certified copies of all required insurance policies, including endorsements, effecting the coverage required, at any time. The following are approved forms that must be submitted as proof of coverage: 

Certificate of Insurance

ACORD Form 25 (5/2010) or equivalent.



Additional Insurance (General Liability)

(ISO Form) CG2010 11 85 or The combination of (ISO Forms) CG 2010 10 01 and CG 2037 10 01 All other Additional Insured endorsements must be submitted for approval by the SANITATION DISTRICT, and the SANITATION DISTRICT may reject alternatives that provide different or less coverage to the SANITATION DISTRICT.



Additional Insured (Auto Liability)

Submit endorsement provided by carrier for the SANITATION DISTRICT approval.



Waiver of Subrogation

State Compensation Insurance Fund Endorsement No. 2570 or equivalent.



Cancellation Notice

State Compensation Insurance Fund Endorsement No. 2065 or equivalent.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 10 of 18

H.

Cancellation Notice Each insurance policy required herein shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days’ prior written notice. The Cancellation Section of ACORD Form 25 (5/2010) shall state the required thirty (30) days’ written notification. The policy shall not terminate, nor shall it be cancelled, nor the coverage reduced until thirty (30) days after written notice is given to the SANITATION DISTRICT except for nonpayment of premium, which shall require not less than ten (10) days written notice to the SANITATION DISTRICT. Should there be changes in coverage or an increase in deductible or SIR amounts, the CONSULTANT and its insurance broker/agent shall send to the SANITATION DISTRICT a certified letter which includes a description of the changes in coverage and/or any increase in deductible or SIR amounts. The certified letter must be sent to the attention of Risk Management, Div. 260, and shall be received by the SANITATION DISTRICT not less than thirty (30) days prior to the effective date of the change(s) if the change would reduce coverage or increase deductibles or SIR amounts or otherwise reduce or limit the scope of insurance coverage provided to the SANITATION DISTRICT.

I.

Primary Insurance All liability policies shall contain a Primary and Non Contributory Clause. Any other insurance maintained by the SANITATION DISTRICT shall be excess and not contributing with the insurance provided by CONSULTANT.

J.

Separation of Insured All liability policies shall contain a “Separation of Insureds” clause.

K.

Non-Limiting (if applicable) Nothing in this document shall be construed as limiting in any way, nor shall it limit the indemnification provision contained in this Agreement, or the extent to which CONSULTANT may be held responsible for payment of damages to persons or property.

L.

Deductibles and Self-Insured Retentions Any deductible and/or self-insured retention must be declared to the SANITATION DISTRICT on the Certificate of Insurance. All deductibles and/or self-insured retentions require approval by the SANITATION DISTRICT. At the option of the SANITATION DISTRICT, either: the insurer shall reduce or eliminate such deductible or self-insured retention as respects the SANITATION DISTRICT; or the CONSULTANT shall provide a financial guarantee satisfactory to the SANITATION DISTRICT guaranteeing payment of losses and related investigations, claim administration and defense expenses.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 11 of 18

M.

Defense Costs Liability policies shall have a provision that defense costs for all insureds and additional insureds are paid in addition to and do not deplete any policy limits.

N.

Subconsultants The CONSULTANT shall be responsible to establish insurance requirements for any Subconsultant hired by the CONSULTANT. The insurance shall be in amounts and types reasonably sufficient to deal with the risk of loss involving the Subconsultant’s operations and work.

O.

Limits Are Minimums If the CONSULTANT maintains higher limits than any minimums shown above, then SANITATION DISTRICT requires and shall be entitled to coverage for the higher limits maintained by CONSULTANT.

8.

SCOPE CHANGES In the event of a change in the Scope of Work, requested by SANITATION DISTRICT, the parties hereto shall execute an amendment to this Agreement setting forth with particularity all terms of the new Agreement, including but not limited to any additional CONSULTANT's fees.

9.

PROJECT TEAM AND SUBCONSULTANTS CONSULTANT shall provide to SANITATION DISTRICT, prior to execution of this Agreement, the names and full description of all Subconsultants and CONSULTANT’s project team members anticipated to be used on this project by CONSULTANT. CONSULTANT shall include a description of the scope of work to be done by each Subconsultant and each CONSULTANT’s project team member. CONSULTANT shall include the respective compensation amounts for CONSULTANT and each Subconsultant on a per-project-element basis, broken down as indicated in Section 2 COMPENSATION. There shall be no substitution of the listed Subconsultants and CONSULTANT’s project team members without prior written approval by the SANITATION DISTRICT.

10.

ENGINEERING REGISTRATION The CONSULTANT’s personnel are comprised of registered engineers and a staff of specialists and draftsmen in each department. The firm itself is not a registered engineer but represents and agrees that wherever in the performance of this Agreement requires the services of a registered engineer. Such services hereunder will be performed under the direct supervision of registered engineers.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 12 of 18

11.

12.

AUDIT PROVISIONS A.

SANITATION DISTRICT retains the reasonable right to access, review, examine, and audit, any and all books, records, documents and any other evidence of procedures and practices that the SANITATION DISTRICT determines are necessary to discover and verify that the CONSULTANT is in compliance with all requirements under this Agreement. The CONSULTANT shall include the SANITATION DISTRICT’s right as described above, in any and all of their subcontracts, and shall ensure that these rights are binding upon all Subconsultants.

B.

SANITATION DISTRICT retains the right to examine CONSULTANT’s books, records, documents and any other evidence of procedures and practices that the SANITATION DISTRICT determines are necessary to discover and verify all direct and indirect costs, of whatever nature, which are claimed to have been incurred, or anticipated to be incurred or to ensure CONSULTANT’s compliance with all requirements under this Agreement during the term of this Agreement and for a period of three (3) years after its termination.

C.

CONSULTANT shall maintain complete and accurate records in accordance with generally accepted industry standard practices and the SANITATION DISTRICT’s policy. The CONSULTANT shall make available to the SANITATION DISTRICT for review and audit, all project related accounting records and documents, and any other financial data within 15 days after receipt of notice from the SANITATION DISTRICT. Upon SANITATION DISTRICT’s request, the CONSULTANT shall submit exact duplicates of originals of all requested records to the SANITATION DISTRICT. If an audit is performed, CONSULTANT shall ensure that a qualified employee of the CONSULTANT will be available to assist SANITATION DISTRICT’s auditor in obtaining all project related accounting records and documents, and any other financial data.

LEGAL RELATIONSHIP BETWEEN PARTIES The legal relationship between the parties hereto is that of an independent contractor and nothing herein shall be deemed to make CONSULTANT an employee of the SANITATION DISTRICT.

13.

NOTICES All notices hereunder and communications regarding the interpretation of the terms of this Agreement, or changes thereto, shall be effected by delivery of said notices in person or by depositing said notices in the U.S. mail, registered or certified mail, return receipt requested, postage prepaid. Notices shall be mailed to the SANITATION DISTRICT at: ORANGE COUNTY SANITATION DISTRICT 10844 Ellis Avenue Fountain Valley, CA 92708-7018 Attention: Natasha Dubrovski, Principal Contracts Administrator Copy: Victoria Pilko, Project Manager

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 13 of 18

Notices shall be mailed to CONSULTANT at: «CONSULTANT COMPANY» «Street Address» «City, State Zip» Attention: «CONSULTANT’s Representative» All communication regarding the Scope of Work, will be addressed to the Project Manager. Direction from other SANITATION DISTRICT’s staff must be approved in writing by the SANITATION DISTRICT’s Project Manager prior to action from the CONSULTANT. 14.

TERMINATION The SANITATION DISTRICT may terminate this Agreement at any time, without cause, upon giving thirty (30) days written notice to CONSULTANT. In the event of such termination, CONSULTANT shall be entitled to compensation for work performed on a prorated basis through and including the effective date of termination. CONSULTANT shall be permitted to terminate this Agreement upon thirty (30) days written notice only if CONSULTANT is not compensated for billed amounts in accordance with the provisions of this Agreement, when the same are due. Notice of termination shall be mailed to the SANITATION DISTRICT and/or CONSULTANT in accordance with Section 13 - NOTICES.

15.

DOCUMENTS AND STUDY MATERIALS The documents and study materials for this project shall become the property of the SANITATION DISTRICT upon the termination or completion of the work. CONSULTANT agrees to furnish to the SANITATION DISTRICT copies of all memoranda, correspondence, computation and study materials in its files pertaining to the work described in this Agreement, which is requested in writing by the SANITATION DISTRICT.

16.

COMPLIANCE CONSULTANT certifies by the execution of this Agreement that it pays employees not less than the minimum wage as defined by law, and that it does not discriminate in its employment with regard to race, color, religion, sex or national origin; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment.

17.

AGREEMENT EXECUTION AUTHORIZATION Both the SANITATION DISTRICT and CONSULTANT do covenant that each individual executing this document by and on behalf of each party is a person duly authorized to execute agreements for that party.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 14 of 18

18.

DISPUTE RESOLUTION In the event of a dispute arising between the parties regarding performance or interpretation of this Agreement, the dispute shall be resolved by binding arbitration under the auspices of the Judicial Arbitration and Mediation Service (“JAMS”), or similar organization or entity conducting alternate dispute resolution services.

19.

ATTORNEY'S FEES, COSTS AND NECESSARY DISBURSEMENTS If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which it may be entitled.

20.

PROGRESS REPORTS Monthly progress reports shall be submitted for review by the tenth day of the following month and must include as a minimum: 1) current activities, 2) future activities, 3) potential items that are not included in the Scope of Work, 4) concerns and possible delays, 5) percentage of completion, and 6) budget status.

21.

WARRANTY CONSULTANT shall perform its services in accordance with generally accepted industry and professional standards. If, within the 12-month period following completion of its services, the SANITATION DISTRICT informs CONSULTANT that any part of the services fails to meet those standards, CONSULTANT shall, within the time prescribed by the SANITATION DISTRICT, take all such actions as are necessary to correct or complete the noted deficiency(ies).

22.

INDEMNIFICATION To the fullest extent permitted by law, CONSULTANT shall indemnify, defend (at CONSULTANT’s sole cost and expense and with legal counsel approved by the SANITATION DISTRICT, which approval shall not be unreasonably withheld), protect and hold harmless the SANITATION DISTRICT and all of SANITATION DISTRICT’s officers, directors, employees, CONSULTANT’s, and agents (collectively the “Indemnified Parties”), from and against any and all claims, damages, liabilities, causes of action, suits, arbitration awards, losses, judgments, fines, penalties, costs and expenses (including, without limitation, attorneys’ fees, disbursements and court costs, and all other professional, expert or CONSULTANT’s fees and costs and the SANITATION DISTRICT’s general and administrative expenses; individually, a “Claim”; collectively, “Claims”) which may arise from or are in any manner related, directly or indirectly, to any work performed, or any operations, activities, or services provided by CONSULTANT in carrying out its obligations under this Agreement to the extent of the negligent, recklessness and/or willful misconduct of CONSULTANT, its principals, officers, agents, employees, CONSULTANT’s suppliers, CONSULTANT, Subconsultants, subcontractors, and/or anyone employed directly or indirectly by any of them, regardless of any contributing negligence or strict liability of an Indemnified Party. Notwithstanding the foregoing, nothing herein shall be construed to require

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 15 of 18

CONSULTANT to indemnify the Indemnified Parties from any Claim arising solely from: (A) the active negligence or willful misconduct of the Indemnified Parties; or (B) a natural disaster or other act of God, such as an earthquake; or (C) the independent action of a third party who is neither one of the Indemnified Parties nor the CONSULTANT, nor its principal, officer, agent, employee, nor CONSULTANT’s supplier, CONSULTANT, Subconsultant, subcontractor, nor anyone employed directly or indirectly by any of them. Exceptions (A) through (B) above shall not apply, and CONSULTANT shall, to the fullest extent permitted by law, indemnify the Indemnified Parties, from Claims arising from more than one cause if any such cause taken alone would otherwise result in the obligation to indemnify hereunder. CONSULTANT’s liability for indemnification hereunder is in addition to any liability CONSULTANT may have to the SANITATION DISTRICT for a breach by CONSULTANT of any of the provisions of this Agreement. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit CONSULTANT’s indemnification obligation or other liability hereunder. The terms of this Agreement are contractual and the result of negotiation between the parties hereto. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. 23.

DUTY TO DEFEND The duty to defend hereunder is wholly independent of and separate from the duty to indemnify and such duty to defend shall exist regardless of any ultimate liability of CONSULTANT and shall be consistent with Civil Code Section 2782.8. Such defense obligation shall arise immediately upon presentation of a Claim by any person if, without regard to the merit of the Claim, such Claim could potentially result in an obligation to indemnify one or more Indemnified Parties, and upon written notice of such Claim being provided to CONSULTANT. Payment to CONSULTANT by any Indemnified Party or the payment or advance of defense costs by any Indemnified Party shall not be a condition precedent to enforcing such Indemnified Party’s rights to indemnification hereunder. In the event a final judgment, arbitration, award, order, settlement, or other final resolution expressly determines that the claim did not arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, to any extent, then the DISTRICT will reimburse CONSULTANT for the reasonable costs of defending the Indemnified Parties against such claims. CONSULTANT’s indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until such time as action against the Indemnified Parties for such matter indemnified hereunder is fully and finally barred by the applicable statute of limitations.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 16 of 18

24.

CONSULTANT PERFORMANCE The CONSULTANT’s performance shall be evaluated by the SANITATION DISTRICT. A copy of the evaluation shall be sent to the CONSULTANT for comment. The evaluation, together with the comments, shall be retained by the SANITATION DISTRICT and may be considered in future CONSULTANT selection processes.

25.

CLOSEOUT When the SANITATION DISTRICT determines that all Work authorized under the Agreement is fully complete and that the SANITATION DISTRICT requires no further work from CONSULTANT, or the Agreement is otherwise terminated or expires in accordance with the terms of the Agreement, the SANITATION DISTRICT shall give the Consultant written notice that the Agreement will be closed out. CONSULTANT shall submit all outstanding billings, work submittals, deliverables, reports or similarly related documents as required under the Agreement within thirty (30) days of receipt of notice of Agreement closeout. Upon receipt of CONSULTANT’s submittals, the SANITATION DISTRICT shall commence a closeout audit of the Agreement and will either: i.

Give the CONSULTANT a final Agreement Acceptance: or

ii.

Advise the CONSULTANT in writing of any outstanding item or items which must be furnished, completed, or corrected at the CONSULTANT’s cost.

CONSULTANT shall be required to provide adequate resources to fully support any administrative closeout efforts identified in this Agreement. Such support must be provided within the timeframe requested by the SANITATION DISTRICT. Notwithstanding the final Agreement Acceptance the CONSULTANT will not be relieved of its obligations hereunder, nor will the CONSULTANT be relieved of its obligations to complete any portions of the work, the non-completion of which were not disclosed to the SANITATION DISTRICT (regardless of whether such nondisclosures were fraudulent, negligent, or otherwise); and the CONSULTANT shall remain obligated under all those provisions of the Agreement which expressly or by their nature extend beyond and survive final Agreement Acceptance. Any failure by the SANITATION DISTRICT to reject the work or to reject the CONSULTANT’s request for final Agreement Acceptance as set forth above shall not be deemed to be acceptance of the work by the SANITATION DISTRICT for any purpose nor imply acceptance of, or agreement with, the CONSULTANT’s request for final Agreement Acceptance. 26.

ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations between them pertaining to the subject matter thereof.

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 17 of 18

IN WITNESS WHEREOF, this Agreement has been executed in the name of the SANITATION DISTRICT, by its officers thereunto duly authorized, and CONSULTANT as of the day and year first above written. CONSULTANT: COMPANY NAME

By __________________________________________________ Date __________________________________________________ Printed Name & Title

ORANGE COUNTY SANITATION DISTRICT

By __________________________________________________ Chair, Board of Directors Date

By __________________________________________________ [Name] Clerk of the Board Date

By __________________________________________________ Marc Dubois Date Contracts, Purchasing and Materials Management Division Manager

Attachments: Attachment “A” – Scope of Work Attachment “B” – Labor Hour Matrix Attachment “C” – Conflict of Interest Disclaimer Attachment “D” – Allowable Direct Costs Attachment “E” – Fee Proposal Attachment “F” – Professional Design Services Agreement (PDSA) Attachment “G” – Acknowledgement of PDSA Attachment “H” – Professional Consulting Services Agreement (PCSA) Attachment “I” – Cost Matrix and Summary Attachment “J” – Acknowledgement of Addenda Receipt Attachment “K” – Hourly Rate Schedule for Minor Subconsultant XXX:xx EDMS:

PDSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 18 of 18

ATTACHMENT “G” ACKNOWLEDGEMENT OF ALL THE RFP REQUIREMENTS AND PDSA

ATTACHMENT “G” ACKNOWDLEDGEMENT OF ALL THE RFP REQUIREMENTS AND PDSA (Submit with Proposal)

Submitted By: ______________________________________ (Name of Firm)

ACKNOWLEDGEMENT OF CONSULTANT’S ACCEPTANCE OF ALL THE TERMS AND CONDITIONS DESCRIBED IN THE REQUEST FOR PROPOSALS (RFP) AND PROFESSIONAL DESIGN SERVICES AGREEMENT (PDSA) AND CERTIFICATION OF ABILITY TO MEET ALL RFP OBLIGATIONS AND PROMPTLY EXECUTE THE AGREEMENT

I, ________________________________, the _______________________________________ (President, Secretary, Manager, Owner or Representative)

of _______________________________, certify that the requirements set forth in the RFP and PDSA, including the Scope of Work, have been read and understood and that CONSULTANT is able to meet the specified requirements.  Exceptions and deviations to the Agreement and/or Scope of Work are attached.  Affirms that there are no exceptions or deviations to the Agreement and/or Scope of Work.

CONSULTANT agrees to promptly execute the PDSA and to provide the required insurance upon award.

_______________________________________________ Signature of President, Secretary, Manager, Owner or Representative

_______________________________________________ Date

REQUEST FOR PROPOSALS Revision 081613

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

ATTACHMENT “G” ACKNOWDLEDGEMENT OF RFP REQUIREMENTS AND PDSA EXCEPTIONS AND DEVIATIONS (Submit with Proposal if the box Exceptions and deviations is checked) Exceptions and deviations from the Scope of Work must be clearly identified and separated from any exceptions and deviations to the PDSA Agreement. Use multiple sheets if necessary.

Submitted By: ______________________________________ (Name of Firm)

____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________

REQUEST FOR PROPOSALS Revision 081613

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

ATTACHMENT “H” PROFESSIONAL CONSULTING SERVICES AGREEMENT

(PCSA)

PROFESSIONAL CONSULTANT SERVICES AGREEMENT THIS AGREEMENT, is made and entered into to be effective the «date» day of «Month», «year» by and between the ORANGE COUNTY SANITATION DISTRICT, hereinafter referred to as "SANITATION DISTRICT", and «CONSULTANT COMPANY», for purposes of this Agreement hereinafter referred to as "CONSULTANT".

WITNESSETH: WHEREAS, the SANITATION DISTRICT desires to engage a CONSULTANT to provide Construction Support Services for Ocean Outfall System Rehabilitation, Project No. J-117; and, WHEREAS, CONSULTANT is qualified to provide the necessary services for Construction Support Services in connection with these requirements; and, WHEREAS, the SANITATION DISTRICT has adopted procedures in accordance with the SANITATION DISTRICT Board of Directors’ Ordinance No. OCSD-44 Section 4.03(B) for the continuation of services and has proceeded in accordance with said procedures to perform this work; and, WHEREAS, at its regular meeting on «Board Meeting Date» the Board of Directors, by Minute Order, accepted the recommendation of the Operations Committee or Director of Engineering and General Manager pursuant to SANITATION DISTRICT Board of Directors’ Ordinance No. OCSD-44 to approve this Agreement between the SANITATION DISTRICT and CONSULTANT. NOW, THEREFORE, in consideration of the promises and mutual benefits, which will result to the parties in carrying out the terms of this Agreement, it is mutually agreed as follows: 1.

SCOPE OF WORK CONSULTANT agrees to furnish necessary professional and technical services to accomplish those project elements outlined in the Scope of Work attached hereto as "Attachment A", and by this reference made a part of this Agreement. A.

The CONSULTANT shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all design, drawings, specifications, and other services furnished by the CONSULTANT under this Agreement, including the work performed by its Subconsultants. Where approval by the SANITATION DISTRICT is indicated, it is understood to be conceptual approval only and does not relieve the CONSULTANT of responsibility for complying with all laws, codes, industry standards and liability for damages caused by errors, omissions, noncompliance with industry standards, and/or negligence on the part of the CONSULTANT or its Subconsultants.

B.

CONSULTANT is responsible for the quality of work prepared under this Agreement and shall ensure that all work is performed to the standards of best engineering practice for clarity, uniformity, and completeness.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 1 of 18

C.

In the event that work is not performed to the satisfaction of the SANITATION DISTRICT and does not conform to the requirements of this Agreement or any applicable industry standards, the CONSULTANT shall, without additional compensation, promptly correct or revise any errors or deficiencies in its designs, drawings, specifications, or other services within the timeframe specified by the Project Engineer/Project Manager. The SANITATION DISTRICT may charge to CONSULTANT all costs, expenses and damages associated with any such corrections or revisions.

D.

All CADD drawings, figures, and other work shall be produced by CONSULTANTS and Subconsultants using the SANITATION DISTRICT standard software. Conversion of CADD work from any other non-standard CADD format to the SANITATION DISTRICT format shall not be acceptable in lieu of this requirement. Electronic files shall be subject to an acceptance period of «Number of Days» calendar days during which the SANITATION DISTRICT shall perform appropriate acceptance tests. CONSULTANT shall correct any discrepancies or errors detected and reported within the acceptance period at no additional cost to the SANITATION DISTRICT.

E.

2.

All professional services performed by the CONSULTANT, including but not limited to all drafts, data, correspondence, proposals, reports, and estimates compiled or composed by the CONSULTANT, pursuant to this Agreement, are for the sole use of the SANITATION DISTRICT, its agents and employees. Neither the documents nor their contents shall be released to any third party without the prior written consent of the SANITATION DISTRICT. This provision does not apply to information that (a) was publicly known, or otherwise known to the CONSULTANT, at the time that it was disclosed to the CONSULTANT by the SANITATION DISTRICT, (b) subsequently becomes publicly known to the CONSULTANT other than through disclosure by the SANITATION DISTRICT.

COMPENSATION Total compensation shall be paid to CONSULTANT for services in accordance with the following provisions: A.

Total Compensation Total compensation shall be in an amount not to exceed «Grand Total Written Amount» Dollars ($«Grand Total Amount»). Total compensation to CONSULTANT including burdened labor (salaries plus benefits), overhead, profit, direct costs, and Subconsultant(s) fees and costs shall not exceed the sum set forth in Attachment “E” - Fee Proposal.

B.

Labor As a portion of the total compensation to be paid to CONSULTANT, the SANITATION DISTRICT shall pay to CONSULTANT a sum equal to the burdened salaries (salaries plus benefits) actually paid by CONSULTANT

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 2 of 18

charged on an hourly-rate basis to this project and paid to the personnel of CONSULTANT. Upon request of the SANITATION DISTRICT, CONSULTANT shall provide the SANITATION DISTRICT with certified payroll records of all employees’ work that is charged to this project. C.

Overhead As a portion of the total compensation to be paid to CONSULTANT, the SANITATION DISTRICT shall compensate CONSULTANT and Subconsultants for overhead at the rate equal to the percentage of burdened labor as specified in Attachment “E” - Fee Proposal.

D.

Profit Profit for CONSULTANT and Subconsultants shall be a percentage of consulting services fees (Burdened Labor and Overhead). When the consulting or subconsulting services amount is $250,000 or less, the maximum Profit shall be 10%. Between $250,000 and $2,500,000, the maximum Profit shall be limited by a straight declining percentage between 10% and 5%. For consulting or subconsulting services fees with a value greater than $2,500,000, the maximum Profit shall be 5%. Addenda shall be governed by the same maximum Profit percentage after adding consulting services fees. As a portion of the total compensation to be paid to CONSULTANT and Subconsultants, the SANITATION DISTRICT shall pay profit for all services rendered by CONSULTANT and Subconsultants for this project according to Attachment “E” - Fee Proposal.

E.

Subconsultants For any Subconsultant whose fees for services are greater than or equal to $100,000 (excluding out-of-pocket costs), CONSULTANT shall pay to Subconsultant total compensation in accordance with the Subconsultant amount specified in Attachment “E” - Fee Proposal. For any Subconsultant whose fees for services are less than $100,000, CONSULTANT may pay to Subconsultant total compensation on an hourly-rate basis per the attached hourly rate Schedule and as specified in the Scope of Work. The SANITATION DISTRICT shall pay to CONSULTANT the actual costs of Subconsultant fees and charges in an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal.

F.

Direct Costs The SANITATION DISTRICT shall pay to CONSULTANT and Subconsultants the actual costs of permits and associated fees, travel and licenses for an amount not to exceed the sum set forth in Attachment “E” - Fee Proposal. The SANITATION DISTRICT shall also pay to CONSULTANT actual costs for equipment rentals, leases or purchases with prior approval of the SANITATION DISTRICT. Upon request, CONSULTANT shall provide to the SANITATION

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 3 of 18

DISTRICT receipts and other documentary records to support CONSULTANT’s request for reimbursement of these amounts, see Attachment “D” – Allowable Direct Costs. All incidental expenses shall be included in overhead pursuant to Section 2 - COMPENSATION above. G.

Reimbursable Direct Costs The SANITATION DISTRICT will reimburse the CONSULTANT for reasonable travel and business expenses as described in this section and further described in Attachment “D” - Allowable Direct Costs to this Agreement. The reimbursement of the above mentioned expenses will be based on an “accountable plan” as considered by Internal Revenue Service (IRS). The plan includes a combination of reimbursements based upon receipts and a “per diem” component approved by IRS. The most recent schedule of the per diem rates utilized by the SANITATION DISTRICT can be found on the U.S. General Service Administration website at http://www.gsa.gov/portal/category/104711#. The CONSULTANT shall be responsible for the most economical and practical means of management of reimbursable costs inclusive but not limited to travel, lodging and meals arrangements. The SANITATION DISTRICT shall apply the most economic and practical method of reimbursement which may include reimbursements based upon receipts and/or “per diem” as deemed the most practical. CONSULTANT shall be responsible for returning to the SANITATION DISTRICT any excess reimbursements after the reimbursement has been paid by the SANITATION DISTRICT. Travel and travel arrangements – Any travel involving airfare, overnight stays or multiple day attendance must be approved by the SANITATION DISTRICT in advance. Local Travel is considered travel by the CONSULTANT within the SANITATION DISTRICT general geographical area which includes Orange, Los Angeles, Ventura, San Bernardino, Riverside, San Diego, Imperial and Kern Counties. Automobile mileage is reimbursable if CONSULTANT is required to utilize personal vehicle for local travel. Lodging – Overnight stays will not be approved by the SANITATION DISTRICT for local travel. However, under certain circumstances overnight stay may be allowed at the discretion of the SANITATION DISTRICT based on reasonableness of meeting schedules and the amount of time required for travel by the CONSULTANT. Such determination will be made on a case-by-case basis and at the discretion of the SANITATION DISTRICT. Travel Meals – Per-diem rates as approved by IRS shall be utilized for travel meals reimbursements. Per diem rates shall be applied to meals that are appropriate for travel times. Receipts are not required for the approved meals. Additional details related to the reimbursement of the allowable direct costs are provided in the Attachment “D” - Allowable Direct Costs of this Agreement.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 4 of 18

H.

Limitation of Costs If, at any time, CONSULTANT estimates the cost of performing the services described in CONSULTANT’s Proposal will exceed the not-to-exceed amount of the Agreement, including approved additional compensation, CONSULTANT shall notify the SANITATION DISTRICT immediately, and in writing. This written notice shall indicate the additional amount necessary to complete the services. Any cost incurred in excess of the approved not-to-exceed amount, without the express written consent of the SANITATION DISTRICT’s authorized representative shall be at CONSULTANT’s own risk. This written notice shall be provided separately from, and in addition to any notification requirements contained in the CONSULTANT’s invoice and monthly progress report. Failure to notify the SANITATION DISTRICT that the services cannot be completed within the authorized not-to-exceed amount is a material breach of this Agreement.

3.

REALLOCATION OF TOTAL COMPENSATION The SANITATION DISTRICT, by its Director of Engineering, shall have the right to approve a reallocation of the incremental amounts constituting the total compensation, provided that the total compensation is not increased.

4.

PAYMENT A.

Monthly Invoice: CONSULTANT shall include in its monthly invoice, a detailed breakdown of costs associated with the performance of any corrections or revisions of the work for that invoicing period. CONSULTANT shall allocate costs in the same manner as it would for payment requests as described in this Section of the Agreement. CONSULTANT shall warrant and certify the accuracy of these costs and understand that submitted costs are subject to Section 11 - AUDIT PROVISIONS.

B.

CONSULTANT may submit monthly or periodic statements requesting payment for those items included in Section 2 - COMPENSATION hereof in the format as required by the SANITATION DISTRICT. Such requests shall be based upon the amount and value of the work and services performed by CONSULTANT under this Agreement and shall be prepared by CONSULTANT and accompanied by such supporting data, including a detailed breakdown of all costs incurred and project element work performed during the period covered by the statement, as may be required by the SANITATION DISTRICT. Upon approval of such payment request by the SANITATION DISTRICT, payment shall be made to CONSULTANT as soon as practicable of one hundred percent (100%) of the invoiced amount on a per-project-element basis. If the SANITATION DISTRICT determines that the work under this Agreement or any specified project element hereunder, is incomplete and that the amount of payment is in excess of: i.

The amount considered by the SANITATION DISTRICT’s Director of Engineering to be adequate for the protection of the SANITATION DISTRICT; or

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 5 of 18

ii. The percentage of the work accomplished for each project element. He may, at his discretion, retain an amount equal to that which insures that the total amount paid to that date does not exceed the percentage of the completed work for each project element or the project in its entirety. C.

CONSULTANT may submit periodic payment requests for each 30-day period of this Agreement for the profit as set forth in Section 2 - COMPENSATION above. Said profit payment request shall be proportionate to the work actually accomplished to date on a per-project-element basis. In the event the SANITATION DISTRICT's Director of Engineering determines that no satisfactory progress has been made since the prior payment, or in the event of a delay in the work progress for any reason, the SANITATION DISTRICT shall have the right to withhold any scheduled proportionate profit payment.

D.

Upon satisfactory completion by CONSULTANT of the work called for under the terms of this Agreement, and upon acceptance of such work by the SANITATION DISTRICT, CONSULTANT will be paid the unpaid balance of any money due for such work, including any retained percentages relating to this portion of the work.

E.

Upon satisfactory completion of the work performed hereunder and prior to final payment under this Agreement for such work, or prior settlement upon termination of this Agreement, and as a condition precedent thereto, CONSULTANT shall execute and deliver to the SANITATION DISTRICT a release of all claims against the SANITATION DISTRICT arising under or by virtue of this Agreement other than such claims, if any, as may be specifically exempted by CONSULTANT from the operation of the release in stated amounts to be set forth therein.

F.

Pursuant to the California False Claims Act (Government Code Sections 1265012655), any CONSULTANT that knowingly submits a false claim to the SANITATION DISTRICT for compensation under the terms of this Agreement may be held liable for treble damages and up to a ten thousand dollars ($10,000) civil penalty for each false claim submitted. This Section shall also be binding on all Subconsultants. A CONSULTANT or Subconsultant shall be deemed to have submitted a false claim when the CONSULTANT or Subconsultant: a) knowingly presents or causes to be presented to an officer or employee of the SANITATION DISTRICT a false claim or request for payment or approval; b) knowingly makes, uses, or causes to be made or used a false record or statement to get a false claim paid or approved by the SANITATION DISTRICT; c) conspires to defraud the SANITATION DISTRICT by getting a false claim allowed or paid by the SANITATION DISTRICT; d) knowingly makes, uses, or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to the SANITATION DISTRICT; or e) is a beneficiary of an inadvertent submission of a false claim to the SANITATION DISTRICT, and fails to disclose the false claim to the SANITATION DISTRICT within a reasonable time after discovery of the false claim.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 6 of 18

5.

PREVAILING WAGES To the extent CONSULTANT intends to employ employees who will perform work during the design and preconstruction phases of a construction contract, as more specifically defined under Labor Code Section 1720, CONSULTANT shall be subject to prevailing wage requirements with respect to such employees.

6.

DOCUMENT OWNERSHIP – SUBSEQUENT CHANGES TO PLANS AND SPECIFICATIONS A.

Ownership of Documents for the Professional Services performed. All documents, including but not limited to, original plans, studies, sketches, drawings, computer printouts and disk files, and specifications prepared in connection with or related to the Scope of Work or Professional Services, shall be the property of the SANITATION DISTRICT. The SANITATION DISTRICT’s ownership of these documents includes use of, reproduction or reuse of and all incidental rights, whether or not the work for which they were prepared has been performed. The SANITATION DISTRICT ownership entitlement arises upon payment or any partial payment for work performed and includes ownership of any and all work product completed prior to that payment. This Section shall apply whether the CONSULTANT’s Professional Services are terminated: a) by the completion of the Agreement, or b) in accordance with other provisions of this Agreement. Notwithstanding any other provision of this paragraph or Agreement, the CONSULTANT shall have the right to make copies of all such plans, studies, sketches, drawings, computer printouts and disk files, and specifications.

B.

7.

CONSULTANT shall not be responsible for damage caused by subsequent changes to or uses of the plans or specifications, where the subsequent changes or uses are not authorized or approved by CONSULTANT, provided that the service rendered by CONSULTANT was not a proximate cause of the damage.

INSURANCE A.

General i.

Insurance shall be issued and underwritten by insurance companies acceptable to the SANITATION DISTRICT.

ii.

Insurers must have an “A-” Policyholder’s Rating, or better, and Financial Rating of at least Class VIII, or better, in accordance with the most current A.M. Best’s Guide Rating. However, the SANITATION DISTRICT will accept State Compensation Insurance Fund, for the required policy of Worker’s Compensation Insurance subject to the SANITATION DISTRICT’s option to require a change in insurer in the event the State Fund financial rating is decreased below “B”. Further, the SANITATION DISTRICT will require CONSULTANT to substitute any insurer whose rating drops below the levels herein specified. Said substitution shall occur within twenty (20) days of written notice to CONSULTANT, by the SANITATION DISTRICT or its agent.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 7 of 18

iii.

B.

Coverage shall be in effect prior to the commencement of any work under this Agreement.

General Liability The CONSULTANT shall maintain during the life of this Agreement, including the period of warranty, Commercial General Liability Insurance written on an occurrence basis providing the following minimum limits of liability coverage: Two Million Dollars ($2,000,000) per occurrence with Two Million Dollars ($2,000,000) aggregate. Said insurance shall include coverage for the following hazards: Premises-Operations, blanket contractual liability (for this Agreement), products liability/completed operations (including any product manufactured or assembled), broad form property damage, blanket contractual liability, independent contractors liability, personal and advertising injury, mobile equipment, owners and contractors protective liability, and cross liability and severability of interest clauses. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement(s). If requested by SANITATION DISTRICT and applicable, XCU coverage (Explosion, Collapse and Underground) and Riggers/On Hook Liability must be included in the General Liability policy and coverage must be reflected on the submitted Certificate of Insurance.

C.

Umbrella Excess Liability The minimum limits of general liability and Automotive Liability Insurance required, as set forth herein, shall be provided for through either a single policy of primary insurance or a combination of policies of primary and umbrella excess coverage. Umbrella excess liability coverage shall be issued with limits of liability which, when combined with the primary insurance, will equal the minimum limits for general liability and automotive liability.

D.

Automotive/Vehicle liability Insurance The CONSULTANT shall maintain a policy of Automotive Liability Insurance on a comprehensive form covering all owned, non-owned, and hired automobiles, trucks, and other vehicles providing the following minimum limits of liability coverage: Combined single limit of One Million Dollars ($1,000,000) or alternatively, One Million Dollars ($1,000,000) per person for bodily injury and One Million Dollars ($1,000,000) per accident for property damage. A statement on an insurance certificate will not be accepted in lieu of the actual additional insured endorsement.

E.

Worker’s Compensation Insurance The CONSULTANT shall provide such Workers’ Compensation Insurance as required by the Labor Code of the State of California in the amount of the statutory limit, including Employer’s Liability Insurance with a minimum limit of One Million Dollars ($1,000,000) per occurrence. Such Worker’s Compensation Insurance shall be endorsed to provide for a waiver of subrogation in favor of the SANITATION DISTRICT. A statement on an insurance certificate will not be

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 8 of 18

accepted in lieu of the actual endorsements unless the insurance carrier is State of California Insurance Fund and the identifier “SCIF” and endorsement numbers 2570 and 2065 are referenced on the certificate of insurance. If an exposure to Jones Act liability may exist, the insurance required herein shall include coverage for Jones Act claims. F.

Errors and Omissions/Professional Liability CONSULTANT shall maintain in full force and effect, throughout the term of this Agreement, standard industry form professional negligence errors and omissions insurance coverage in an amount of not less than Five Million Dollars ($5,000,000) with limits in accordance with the provisions of this Paragraph. If the policy of insurance is written on a “claims made” basis, said policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of five (5) years from the date of the completion of the services hereunder. In the event of termination of said policy during this period, CONSULTANT shall obtain continuing insurance coverage for the prior acts or omissions of CONSULTANT during the course of performing services under the term of this Agreement. Said coverage shall be evidenced by either a new policy evidencing no gap in coverage or by separate extended “tail” coverage with the present or new carrier. In the event the present policy of insurance is written on an “occurrence” basis, said policy shall be continued in full force and effect during the term of this Agreement or until completion of the services provided for in this Agreement, whichever is later. In the event of termination of said policy during this period, new coverage shall be obtained for the required period to insure for the prior acts of CONSULTANT during the course of performing services under the term of this Agreement. CONSULTANT shall provide to the SANITATION DISTRICT a certificate of insurance in a form acceptable to the SANITATION DISTRICT indicating the deductible or self-retention amounts and the expiration date of said policy, and shall provide renewal certificates not less than ten (10) days prior to the expiration of each policy term.

G.

Proof of Coverage The CONSULTANT shall furnish the SANITATION DISTRICT with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by the SANITATION DISTRICT before work commences. The SANITATION DISTRICT reserves the right to require complete, certified copies of all required insurance policies, including endorsements, effecting the coverage required, at any time. The following are approved forms that must be submitted as proof of coverage:

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 9 of 18



Certificate of Insurance

ACORD Form 25 (5/2010) or equivalent.



Additional Insurance (General Liability)

(ISO Form) CG2010 11 85 or The combination of (ISO Forms) CG 2010 10 01 and CG 2037 10 01 All other Additional Insured endorsements must be submitted for approval by the SANITATION DISTRICT, and the SANITATION DISTRICT may reject alternatives that provide different or less coverage to the SANITATION DISTRICT.

H.



Additional Insured (Auto Liability)

Submit endorsement provided by carrier for the SANITATION DISTRICT approval.



Waiver of Subrogation

State Compensation Insurance Fund Endorsement No. 2570 or equivalent.



Cancellation Notice

State Compensation Insurance Fund Endorsement No. 2065 or equivalent.

Cancellation Notice Each insurance policy required herein shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days’ prior written notice. The Cancellation Section of ACORD Form 25 (5/2010) shall state the required thirty (30) days’ written notification. The policy shall not terminate, nor shall it be cancelled, nor the coverage reduced until thirty (30) days after written notice is given to the SANITATION DISTRICT except for nonpayment of premium, which shall require not less than ten (10) days written notice to the SANITATION DISTRICT. Should there be changes in coverage or an increase in deductible or SIR amounts, the CONSULTANT and its insurance broker/agent shall send to the SANITATION DISTRICT a certified letter which includes a description of the changes in coverage and/or any increase in deductible or SIR amounts. The certified letter must be sent to the attention of Risk Management, Div. 260, and shall be received by the SANITATION DISTRICT not less than thirty (30) days prior to the effective date of the change(s) if the change would reduce coverage or increase deductibles or SIR amounts or otherwise reduce or limit the scope of insurance coverage provided to the SANITATION DISTRICT.

I.

Primary Insurance All liability policies shall contain a Primary and Non Contributory Clause. Any other insurance maintained by the SANITATION DISTRICT shall be excess and not contributing with the insurance provided by CONSULTANT.

J.

Separation of Insured All liability policies shall contain a “Separation of Insureds” clause.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 10 of 18

K.

Non-Limiting (if applicable) Nothing in this document shall be construed as limiting in any way, nor shall it limit the indemnification provision contained in this Agreement, or the extent to which CONSULTANT may be held responsible for payment of damages to persons or property.

L.

Deductibles and Self-Insured Retentions Any deductible and/or self-insured retention must be declared to the SANITATION DISTRICT on the Certificate of Insurance. All deductibles and/or self-insured retentions require approval by the SANITATION DISTRICT. At the option of the SANITATION DISTRICT, either: the insurer shall reduce or eliminate such deductible or self-insured retention as respects the SANITATION DISTRICT; or the CONSULTANT shall provide a financial guarantee satisfactory to the SANITATION DISTRICT guaranteeing payment of losses and related investigations, claim administration and defense expenses.

M.

Defense Costs Liability policies shall have a provision that defense costs for all insureds and additional insureds are paid in addition to and do not deplete any policy limits.

N.

Subconsultants The CONSULTANT shall be responsible to establish insurance requirements for any Subconsultant hired by the CONSULTANT. The insurance shall be in amounts and types reasonably sufficient to deal with the risk of loss involving the Subconsultant’s operations and work.

O.

Limits Are Minimums If the CONSULTANT maintains higher limits than any minimums shown above, then SANITATION DISTRICT requires and shall be entitled to coverage for the higher limits maintained by CONSULTANT.

8.

SCOPE CHANGES In the event of a change in the Scope of Work, requested by SANITATION DISTRICT, the parties hereto shall execute an amendment to this Agreement setting forth with particularity all terms of the new Agreement, including but not limited to any additional CONSULTANT's fees.

9.

PROJECT TEAM AND SUBCONSULTANTS CONSULTANT shall provide to SANITATION DISTRICT, prior to execution of this Agreement, the names and full description of all Subconsultants and CONSULTANT’s project team members anticipated to be used on this project by CONSULTANT. CONSULTANT shall include a description of the scope of work to be done by each Subconsultant and each CONSULTANT’s project team member. CONSULTANT shall

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 11 of 18

include the respective compensation amounts for CONSULTANT and each Subconsultant on a per-project-element basis, broken down as indicated in Section 2 COMPENSATION. There shall be no substitution of the listed Subconsultants and CONSULTANT’s project team members without prior written approval by the SANITATION DISTRICT. 10.

ENGINEERING REGISTRATION The CONSULTANT’s personnel are comprised of registered engineers and a staff of specialists and draftsmen in each department. The firm itself is not a registered engineer but represents and agrees that wherever in the performance of this Agreement requires the services of a registered engineer. Such services hereunder will be performed under the direct supervision of registered engineers.

11.

12.

AUDIT PROVISIONS A.

SANITATION DISTRICT retains the reasonable right to access, review, examine, and audit, any and all books, records, documents and any other evidence of procedures and practices that the SANITATION DISTRICT determines are necessary to discover and verify that the CONSULTANT is in compliance with all requirements under this Agreement. The CONSULTANT shall include the SANITATION DISTRICT’s right as described above, in any and all of their subcontracts, and shall ensure that these rights are binding upon all Subconsultants.

B.

SANITATION DISTRICT retains the right to examine CONSULTANT’s books, records, documents and any other evidence of procedures and practices that the SANITATION DISTRICT determines are necessary to discover and verify all direct and indirect costs, of whatever nature, which are claimed to have been incurred, or anticipated to be incurred or to ensure CONSULTANT’s compliance with all requirements under this Agreement during the term of this Agreement and for a period of three (3) years after its termination.

C.

CONSULTANT shall maintain complete and accurate records in accordance with generally accepted industry standard practices and the SANITATION DISTRICT’s policy. The CONSULTANT shall make available to the SANITATION DISTRICT for review and audit, all project related accounting records and documents, and any other financial data within 15 days after receipt of notice from the SANITATION DISTRICT. Upon SANITATION DISTRICT’s request, the CONSULTANT shall submit exact duplicates of originals of all requested records to the SANITATION DISTRICT. If an audit is performed, CONSULTANT shall ensure that a qualified employee of the CONSULTANT will be available to assist SANITATION DISTRICT’s auditor in obtaining all project related accounting records and documents, and any other financial data.

LEGAL RELATIONSHIP BETWEEN PARTIES The legal relationship between the parties hereto is that of an independent contractor and nothing herein shall be deemed to make CONSULTANT an employee of the SANITATION DISTRICT.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 12 of 18

13.

NOTICES All notices hereunder and communications regarding the interpretation of the terms of this Agreement, or changes thereto, shall be effected by delivery of said notices in person or by depositing said notices in the U.S. mail, registered or certified mail, return receipt requested, postage prepaid. Notices shall be mailed to the SANITATION DISTRICT at: ORANGE COUNTY SANITATION DISTRICT 10844 Ellis Avenue Fountain Valley, CA 92708-7018 Attention: «Contracts Administrator’s Name», «Contracts Administrator’s Title» Copy: «Project Manager’s Name», Project Manager Notices shall be mailed to CONSULTANT at: «CONSULTANT COMPANY» «Street Address» «City, State Zip» Attention: «CONSULTANT’s Representative» All communication regarding the Scope of Work, will be addressed to the Project Manager. Direction from other SANITATION DISTRICT’s staff must be approved in writing by the SANITATION DISTRICT’s Project Manager prior to action from the CONSULTANT.

14.

TERMINATION The SANITATION DISTRICT may terminate this Agreement at any time, without cause, upon giving thirty (30) days written notice to CONSULTANT. In the event of such termination, CONSULTANT shall be entitled to compensation for work performed on a prorated basis through and including the effective date of termination. CONSULTANT shall be permitted to terminate this Agreement upon thirty (30) days written notice only if CONSULTANT is not compensated for billed amounts in accordance with the provisions of this Agreement, when the same are due. Notice of termination shall be mailed to the SANITATION DISTRICT and/or CONSULTANT in accordance with Section 13 - NOTICES.

15.

DOCUMENTS AND STUDY MATERIALS The documents and study materials for this project shall become the property of the SANITATION DISTRICT upon the termination or completion of the work. CONSULTANT agrees to furnish to the SANITATION DISTRICT copies of all memoranda, correspondence, computation and study materials in its files pertaining to the work described in this Agreement, which is requested in writing by the SANITATION DISTRICT.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 13 of 18

16.

COMPLIANCE CONSULTANT certifies by the execution of this Agreement that it pays employees not less than the minimum wage as defined by law, and that it does not discriminate in its employment with regard to race, color, religion, sex or national origin; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment.

17.

AGREEMENT EXECUTION AUTHORIZATION Both the SANITATION DISTRICT and CONSULTANT do covenant that each individual executing this document by and on behalf of each party is a person duly authorized to execute agreements for that party.

18.

DISPUTE RESOLUTION In the event of a dispute arising between the parties regarding performance or interpretation of this Agreement, the dispute shall be resolved by binding arbitration under the auspices of the Judicial Arbitration and Mediation Service (“JAMS”), or similar organization or entity conducting alternate dispute resolution services.

19.

ATTORNEY'S FEES, COSTS AND NECESSARY DISBURSEMENTS If any action at law or in equity or if any proceeding in the form of an Alternative Dispute Resolution (ADR) is necessary to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which it may be entitled.

20.

PROGRESS REPORTS Monthly progress reports shall be submitted for review by the tenth day of the following month and must include as a minimum: 1) current activities, 2) future activities, 3) potential items that are not included in the Scope of Work, 4) concerns and possible delays, 5) percentage of completion, and 6) budget status.

21.

WARRANTY CONSULTANT shall perform its services in accordance with generally accepted industry and professional standards. If, within the 12-month period following completion of its services, the SANITATION DISTRICT informs CONSULTANT that any part of the services fails to meet those standards, CONSULTANT shall, within the time prescribed by the SANITATION DISTRICT, take all such actions as are necessary to correct or complete the noted deficiency(ies).

22.

INDEMNIFICATION To the fullest extent permitted by law, CONSULTANT shall indemnify, defend (at CONSULTANT’s sole cost and expense and with legal counsel approved by the SANITATION DISTRICT, which approval shall not be unreasonably withheld), protect

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 14 of 18

and hold harmless the SANITATION DISTRICT and all of SANITATION DISTRICT’s officers, directors, employees, consultants, and agents (collectively the “Indemnified Parties”), from and against any and all claims, damages, liabilities, causes of action, suits, arbitration awards, losses, judgments, fines, penalties, costs and expenses including without limitation, attorneys’ fees, disbursements and court costs, and all other professional, expert or consultants fees and costs and the SANITATION DISTRICT’s general and administrative expenses (individually, a “Claim”, or collectively, “Claims”) which may arise from or are in any manner related, directly or indirectly, to any work performed, or any operations, activities, or services provided by CONSULTANT in carrying out its obligations under this Agreement to the extent of the negligent, recklessness and/or willful misconduct of CONSULTANT, its principals, officers, agents, employees, CONSULTANT’s suppliers, consultants, subconsultants, subcontractors, and/or anyone employed directly or indirectly by any of them, regardless of any contributing negligence or strict liability of an Indemnified Party. Notwithstanding the foregoing, nothing herein shall be construed to require CONSULTANT to indemnify the Indemnified Parties from any Claim arising from: (A) the sole or active negligence or willful misconduct of the Indemnified Parties; or (B) a natural disaster or other act of God, such as an earthquake; or (C) the independent action of a third party who is neither one of the Indemnified Parties nor the CONSULTANT, nor its principal, officer, agent, employee, nor CONSULTANT’s supplier, consultant, subconsultant, subcontractor, nor anyone employed directly or indirectly by any of them. Exceptions (A) through (B) above shall not apply, and CONSULTANT shall, to the fullest extent permitted by law, indemnify the Indemnified Parties, from Claims arising from more than one cause if any such cause taken alone would otherwise result in the obligation to indemnify hereunder. CONSULTANT’s liability for indemnification hereunder is in addition to any liability CONSULTANT may have to the SANITATION DISTRICT for a breach by CONSULTANT of any of the provisions of this Agreement. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit CONSULTANT’s indemnification obligation or other liability hereunder. The terms of this Agreement are contractual and the result of negotiation between the parties hereto. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. 23.

DUTY TO DEFEND The duty to defend hereunder is wholly independent of and separate from the duty to indemnify and such duty to defend shall exist regardless of any ultimate liability of CONSULTANT and shall be consistent with Civil Code Section 2782.8. Such defense obligation shall arise immediately upon presentation of a Claim by any person if, without regard to the merit of the Claim, such Claim could potentially result in an obligation to indemnify one or more Indemnified Parties, and upon written notice of such Claim being

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 15 of 18

provided to CONSULTANT. Payment to CONSULTANT by any Indemnified Party or the payment or advance of defense costs by any Indemnified Party shall not be a condition precedent to enforcing such Indemnified Party’s rights to indemnification hereunder. In the event a final judgment, arbitration, award, order, settlement, or other final resolution expressly determines that the claim did not arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, to any extent, then the DISTRICT will reimburse CONSULTANT for the reasonable costs of defending the Indemnified Parties against such claims. CONSULTANT’s indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until such time as action against the Indemnified Parties for such matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 24.

CONSULTANT PERFORMANCE The CONSULTANT’s performance shall be evaluated by the SANITATION DISTRICT. A copy of the evaluation shall be sent to the CONSULTANT for comment. The evaluation, together with the comments, shall be retained by the SANITATION DISTRICT and may be considered in future CONSULTANT selection processes.

25.

CLOSEOUT When the SANITATION DISTRICT determines that all Work authorized under the Agreement is fully complete and that the SANITATION DISTRICT requires no further work from CONSULTANT, or the Agreement is otherwise terminated or expires in accordance with the terms of the Agreement, the SANITATION DISTRICT shall give the Consultant written notice that the Agreement will be closed out. CONSULTANT shall submit all outstanding billings, work submittals, deliverables, reports or similarly related documents as required under the Agreement within thirty (30) days of receipt of notice of Agreement closeout. Upon receipt of CONSULTANT’s submittals, the SANITATION DISTRICT shall commence a closeout audit of the Agreement and will either: i.

Give the CONSULTANT a final Agreement Acceptance: or

ii.

Advise the CONSULTANT in writing of any outstanding item or items which must be furnished, completed, or corrected at the CONSULTANT’s cost.

CONSULTANT shall be required to provide adequate resources to fully support any administrative closeout efforts identified in this Agreement. Such support must be provided within the timeframe requested by the SANITATION DISTRICT. Notwithstanding the final Agreement Acceptance the CONSULTANT will not be relieved of its obligations hereunder, nor will the CONSULTANT be relieved of its obligations to complete any portions of the work, the non-completion of which were not disclosed to the SANITATION DISTRICT (regardless of whether such nondisclosures were fraudulent, negligent, or otherwise); and the CONSULTANT shall remain obligated under all those provisions of the Agreement which expressly or by their nature extend beyond and survive final Agreement Acceptance. PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 16 of 18

Any failure by the SANITATION DISTRICT to reject the work or to reject the CONSULTANT’s request for final Agreement Acceptance as set forth above shall not be deemed to be acceptance of the work by the SANITATION DISTRICT for any purpose nor imply acceptance of, or agreement with, the CONSULTANT’s request for final Agreement Acceptance. 26.

ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations between them pertaining to the subject matter thereof.

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 17 of 18

IN WITNESS WHEREOF, this Agreement has been executed in the name of the SANITATION DISTRICT, by its officers thereunto duly authorized, and CONSULTANT as of the day and year first above written. CONSULTANT: COMPANY NAME

By __________________________________________________ Date __________________________________________________ Printed Name & Title

ORANGE COUNTY SANITATION DISTRICT

By __________________________________________________ Chair, Board of Directors Date

By __________________________________________________ [Name] Clerk of the Board Date

By __________________________________________________ Marc Dubois Date Contracts, Purchasing and Materials Management Division Manager

Attachments: Attachment “A” – Scope of Work Attachment “B” – Labor Hour Matrix Attachment “C” – Conflict of Interest Disclaimer Attachment “D” – Allowable Direct Costs Attachment “E” – Fee Proposal Attachment “F” – Professional Design Services Agreement (PDSA) Attachment “G” – Acknowledgement of PDSA Attachment “H” – Professional Consulting Services Agreement (PCSA) Attachment “I” – Cost Matrix and Summary Attachment “J” – Acknowledgement of Addenda Receipt Attachment “K” – Hourly Rate Schedule for Minor Subconsultant XXX:xx EDMS:

PCSA

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

Revised 060214

Page 18 of 18

ATTACHMENT “I” COST MATRIX & SUMMARY

ATTACHMENT I - SAMPLE COST MATRIX* OCEAN OUTFALL SYSTEM REHABILITATION Project No. J-117

Task Item

Principal

Proj Mgr

Cost Engineer Sr Engineer

Proj Eng

Jr Engineer

Technician

Support

Total

Phase 1 - Project Development (NOT INCLUDED IN CONSULTANT SOW) Phase 1 Subtotal=

0

0

0

0

0

0

0

0

0 0

Phase 2 - Preliminary Design Preliminary Design Task 2 - Preliminary Design Report (PDR A and PDR B) 2.1.A.1 - TM 1A - Interplant Pipeline Inspection and Rehabilitation 2.1.B.1 - TM 1 - Hydraulic Analysis and Operationg Philosophy 2.1.A.2 - TM 2A - Fiber Optic Cable Replacement 2.1.B.2 - TM 2 - Design of New Ocean Outfall Pumping Station 2.1.A.3 - TM 3A - Design and Safety Requirements 2.1.B.3 - TM 3 - OOBS Rehabilitation 2.1.A.4 - TM 4A -Implementation Plan 2.1.B.4 - TM 4 - EPSA/EPSA Standby Generator Facility Rehabilitation 2.1.B.5 - TM 5 - OOBS Joint Facilities Rehabilitation 2.1.B.6 - TM 6 - Implementation Plan 2.1.B.7 - TM 7 - Design and Safety Requirements 2.1.B.8 - TM 8 - OOBS Seismic Evaluation 2.1.B.9 - TM 9 - Electrical 2.1.B.10 - TM 10 - Instrumentation and Control 2.2 - Utility Coordination 2.2.5 - On-site Inspection 2.2.6 - Subsurface Utility Investigation 2.2.7 - Potholes and Geophysical Investigation 2.3 - Environmental Documentation 2.4 - Risk Management Plan 2.5 - Risk Analysis Report 2.6 - Value Engineering Report 2.7 - Temporary Handling of Flow PE 5 - OOBS Joint Facilities Inspection Phase 2 - General Design Services Task 2.8 - Project Management Task 2.9 - Workshops and Focused Meetings 2.9.A.1 - Workshops for Bid Package A 2.9.A.1.1- PEW 1 2.9.A.1.2- PEW 2 2.9.A.1.3 - PDR A Constructability Workshop 2.9.A.1.6 - PDR A Design Gate Workshop 2.9.B.1 - Workshops for Bid Package B 2.9.B.1.1 - PEW 1 2.9.B.1.2 - PEW 2 2.9.B.1.3 - PEW 3 2.9.B.1.4 - PEW 4 2.9.B.1.5 - PDR Constructability Workshop 2.9.B.1.6 - PDR Design Gate Workshop

0 0 0 0 0 0 0 0 0 0 0 0

0 0 0

2.9.A.2 - Preliminary Design Risk Workshops for Bid Pkge A 2.9.A.2.1 - Initial Risk Workshop 2.9.A.2.2- Preliminary Design Risk Workshop 1 2.9.A.2.3- Preliminary Design Risk Workshop 2 2.9.B.2 - Preliminary Design Risk Workshops for Bid Pkge B 2.9.B.2.1 - Initial Risk Workshop 2.9.B.2.2- Preliminary Design Risk Workshop 1 2.9.B.2.3- Preliminary Design Risk Workshop 2 2.9.B.2.4- Risk Mitigation Log 2.9.B.2.5- Risk Monitoring Updates 2.9.3.1 - Kickoff Meeting 2.9.3.2 - Focused Meetings 2.10 -Quality Control Plan 2.10.2 - Documentation of Level of Effort for QA/QC 2.11 - Management of Sub consultants 2.12 - Coordination with Other Projects Phase 2 - Subtotal=

0

0

0

0

0

0

0

0

Phase 3 - Final design Final Design Bid Package A Task 3.1 - Design Submittal 1 (DS1) Task 3.2 - Design Submittal 2 (DS2) Task 3.3 - Design Submittal 3 (DS3) Task 3.4 - Final Design Submittal (FDS) Task 3.5 - Specifications Task 3.6 - Environmental Documentation Task 3.7 - Bid Support Services

0

0 0 0 0

Final Design Bid Package B Task 3.1 - Design Submittal 1 (DS1) Task 3.2 - Design Submittal 2 (DS2) Task 3.3 - Design Submittal 3 (DS3) Task 3.4 - Final Design Submittal (FDS) Task 3.5 - Specifications Task 3.6 - Environmental Documentation Task 3.7 - Bid Support Services

0 0 0 0

General Final Design Services Bid Package A Task 3.8 - Project Management Task 3.9 - Workshops & Focused Meetings 3.9.1 - Workshops 3.9.1.1 - DS1 Workshop 3.9.1.2 - DS2 Workshop 3.9.1.3 - DS 3 Workshop 3.9.1.4 - Final Design Constructability Workshop 3.9.1.5 - Design Gate Workshops 3.9.2 - Focused Meetings 3.9.2.5 -Safety and Risk Meeting 3.9.2.7 -Risk Management Meetings Task 3.10 - Quality Control Task 3.11 - Management of Sub consultants Task 3.12- Coordination with Other Projects Task 3.13 - Permitting Task 3.14 - Sole Source/Base Bid/Equipment Pre-Purchase Alternatives General Final Design Services Bid Package B Task 3.8 - Project Management Task 3.9 - Workshops & Focused Meetings 3.9.1 - Workshops 3.9.1.1 - DS1 Workshop 3.9.1.2 - DS2 Workshop 3.9.1.3 - DS 3 Workshop 3.9.1.4 - Final Design Constructability Workshop 3.9.1.5 - Design Gate Workshops 3.9.2 - Focused Meetings 3.9.2.5 -Safety and Risk Meeting 3.9.2.6 -Consultant Office Technical Meetings 3.9.2.7 -Risk Management Meetings Task 3.10 - Quality Control Task 3.11 - Management of Sub consultants Task 3.12- Coordination with Other Projects Task 3.13 - Permitting Task 3.14 - Sole Source/Base Bid/Equipment Pre-Purchase Alternatives Phase 3 - Subtotal=

0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0 0 0 0

0 0 0 0 0 0 0 0

0

0

0

0

0

0

0

0

Phase 4 - Construction and Installation Services Phase 4 - Subtotal=

0 0

0

Phase 5 - Commissioning Services Phase 5 - Subtotal=

0

Phase 6 - Subtotal=

0

Phase 6 - Close Out

Total Cost for ALL Phases=

0

0

0

*NOTE: The Cost matrix provided is for informational purposes only. The Consultant shall verify all formulas in addition to verification that all tasks are listed in the matrix OCSD is not responsible if cost matrix provided has incorrect information or incorrect formulas.

0

0

0

0

0

0

ATTACHMENT I OCEAN OUTFALL SYSTEM REHABILITATION Project NO. J-117 COST SUMMARY

Task Item Burdened Rate (Raw Rate + Benefits), $/hr

Principal $ Total hours for Phase 1= Phase 1 - Sub-Total Cost= Total hours for Phase 2= Phase 2 - Sub-Total Cost= Total hours for Phase 3= Phase 3 - Sub-Total Cost= Total hours for Phase 4= Phase 4 - Sub-Total Cost= Total hours for Phase 5= Phase 5 - Sub-Total Cost= Total hours for Phase 6= Phase 6 - Sub-Total Cost= Total Labor Hours for ALL Phases= Total Bare Labor Cost, $

Proj Eng

Proj Mgr -

$

-

0 $

-

$

-

0 $

-

$

-

-

0 $

-

0

$

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0 $

-

0

0 $

$ 0

0 $

-

0 $

-

0 $

-

Cost (1) Sr Engineer Engineer $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ -

Jr Engineer $ 0

Technician $ 0

$

-

-

0

0

0

0 -

$

-

$

-

$

-

$

-

$ 0.00 $ 0.00 $ $ $ -

-

-

$ $ $ $ $ $ $ $ $ $ $ $ $ $ $

-

$

-

-

$ $ $ $ $ $ $ $ $

-

$

-

TOTAL COST= $

-

$

-

0

-

$

-

0

-

$

-

$

-

$

-

-

0 $

-

-

0 $

-

0 $

0

0

0 $

-

-

0

0 $

0

-

0 $

$ 0

$

-

0

0

-

0

0

0

$ 0

0

$

-

0

0

$

$

$

-

0

$

-

0

$

$ 0

$

Total Cost per Task

Total Hours

$

0 $

Support

-

0 $

-

0

0

$ $ $ $ Overhead as a percent of Total Burdened Labor Cost Fee as a percent of Total Burdened Labor Cost + Overhead Total Labor Cost, $ PECE, $/Labor Hour $

PHASE 1

2

3

4

5

6

ODCs Long Distance Toll Charges Facsimile Transmission Charges Reproduction Charges Overnight Mail Delivery & Messenger Service Postage Printing Film Processing Computer Usage Mileage Temporary Staff Office Supplies Travel & Per Diem Software Other ODCs (Please list) Subtotal - ODCs= $

-

$

-

$

-

$

-

$

-

$

PHASE 1

2

Subconsultants Geotechnical Surveying Utility Coordination Landscape Other Subconsultants (Please list)

Subtotal Subconsultants= $

(1) Add Labor categories as required.

-

3

4

$ $

-

$ $

-

$

-

$

-

$

-

$

5

-

$

6

-

$

ATTACHMENT “J” ACKNOWLEDGEMENT OF ADDENDA RECEIPT

ATTACHMENT “J” ACKNOWDLEDGEMENT OF ADDENDA RECEIPT (Submit with Proposal)

Submitted By: ______________________________________ (Name of Firm)

The SANITATION DISTRICT may deem non-responsive any Proposal which fails to acknowledge any addenda issued by the SANITATION DISTRICT prior to Proposal submittal.

Addenda number(s) received: _________________________________________________________ (list by number each addendum)

I, ________________________________, the _______________________________________ (President, Secretary, Manager, Owner or Representative)

of _______________________________, hereby acknowledges receipt of all addenda (if any).

_______________________________________________ Signature of President, Secretary, Manager, Owner or Representative

_______________________________________________ Date

REQUEST FOR PROPOSALS Revision 081613

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION

ATTACHMENT “K” HOURLY RATE SCHEDULE FOR MINOR SUBCONSULTANTS

ATTACHMENT “K” MINOR SUBCONSULTANT HOURLY RATE SCHEDULE (Submit with Proposal) Submitted By: ______________________________________ (Name of Firm)

Hourly Rate $/hr

Labor Category (example – Senior Engineer)

$140

(example – CAD Designer)

$95

In-House Non-Labor Services

Units

(example – Concrete Compression Test) (example – Drilling Rig)

Billing Rate $/unit

sample

$200

hours

$150

Instructions 1. Include one schedule per Minor Subconsultant. 2. For labor charges, list all categories that might be used on the projects, whether such hours are budgeted or not. This schedule will be the only basis for compensation of labor charges during project execution. 3. In-House Non-Labor Services are for services provided by the Minor Subconsultant, but not suitable for an hour labor rate. Examples include laboratory tests and equipment rental. 4. All charges are subject to the Allowable Direct Costs requirements included as Attachment D to the RFP. 5. Allowable Direct Costs will be compensation at actual costs incurred.

REQUEST FOR PROPOSALS Revision 081613

PROJECT NO. J-117 OCEAN OUTFALL SYSTEM REHABILITATION