Loading...
HomeMy WebLinkAbout07- Water Reclamation Facility Phase 1 Agreement between City of Bozeman and HDR Engineering -~-~- PROFESSIONAL SERVICES AGREEMENT THIS IS AN AGREEMENT made as of ~,..; I ~;1 007 ,between THE CITY OF BOZEMAN, a Municipal Corporation, B zeman, Montana, 59715 (OWNER) and HDR Engineering, Inc. with principal office at 1715 South Reserve Street, Suite C, Missoula, Montana, 59801, (ENGINEER). Whereas the accomplishment of the work and services described in this Agreement is essential to the OWNER'S public works improvement program. Whereas the OWNER intends to and has selected the ENGINEER to provide necessary and professional engineering services for the project. Whereas the ENGINEER represents that it is willing and qualified to perform the professional engineering services for this project described in this Agreement. Therefore, in consideration of the foregoing recitals and the mutual covenants and conditions contained herein, the parties agree as follows: The conditions and provIsions set forth in the attached EXHIBIT A: ENGINEER'S STATUS DURING CONSTRUCTION; EXHIBIT B: A LISTING OF THE DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE; EXHIBIT C: WASTEWATER TREATMENT PLANT PHASE 1 EXPANSION IMPROVEMENTS - SCOPE OF SERVICES, and EXHIBIT D: ENGINEERING FEE ESTIMATE are hereby incorporated in and made part of this Agreement. ARTICLE 1 - ENGINEERING SERVICES 1.1. The detailed description of the specific project components is described as follows: Perform preliminary design, design, special studies services for completion of the Phase 1 improvements to the Bozeman Wastewater Treatment Facility to enable the City to comply with more stringent compliance requirements for nutrients and expand the facility's capacity. Perform preliminary planning and design services for construction of a new Administration and Laboratory Complex at the Wastewater Treatment Plant site. Also provide assistance to the City for development of effluent management strategies, TMDL management and funding assistance for implementation of the proposed Phase 1 improvements. 1.2. The scope of services under this contract are set forth in this agreement and the attached EXHIBITS. 1 ARTICLE 2 - ENGINEER'S RESPONSIBILITIES 2.1. ENGINEER shall perform for OWNER professional engineering services in all phases of the Project to which this Agreement applies as hereinafter provided. These services will include, but not be limited to, serving as OWNER's professional engineering representative for the Project, providing professional engineering consultation and advice and furnishing customary civil and structural engineering services incidental thereto. 2.2. The ENGINEER shall furnish all labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the ENGINEER'S portions of the Project and to prepare and deliver to the OWNER all data, reports, plans, specifications, and recommendations as designated herein. 2.3. The ENGINEER shall ascertain such information as may have a bearing on the work from local units of government, public, and private organizations and shall be authorized to procure information from other authorities as to the extent of these contacts and the results thereof. 2.4. The ENGINEER'S work shall be in accordance with the standards of sound engineering practices. 2.5. The ENGINEER shall name a Principal-In-Charge for the duration of the project. The Principal-In-Charge shall be Dave Clark, P.E., Vice President. 2.6. The ENGINEER shall name a Project Manager who shall be the liaison between the ENGINEER and the OWNER. The Project Manager shall be Amanda B. Mcinnis, P.E., Department Manager. The OWNER may name a Task Director who would be the liaison between the ENGINEER and the OWNER during the design segment of the Project. 2.7. The ENGINEER shall submit an estimated progress schedule at the beginning of the work, and monthly progress reports thereafter until the project is completed. ARTICLE 3 - OWNER'S RESPONSIBILITIES 3.1 The OWNER shall name a Task Director who shall be the liaison between the ENGINEER and the OWNER during DESIGN segment of the Project. The Task Director designated shall be Bob Murray, P.E. 3.2 The OWNER shall have the right of review and examination of the ENGINEER'S work at all times. 3.3 The OWNER shall make available all records (as-built drawings, construction records, etc.) indicating the existing configuration of the city utilities. 3.4 The OWNER will be responsible for Advertising Bid Openings. 3.5 The OWNER shall attend the pre-bid conferences, bid openings, pre-construction conferences, construction progress and other job related meetings, substantial completion inspections and final payment inspections. 2 ARTICLE 4 - BASIC ENGINEERING SERVICES The ENGINEER shall render professional Engineering Services as follows: 4.1 PRE-DESIGN INVESTIGATION PHASE - NOT APPLICABLE 4.2 PRELIMINARY DESIGN PHASE After written authorization to proceed with the Preliminary Design Phase, ENGINEER shall: 4.2.1. ENGINEER shall prepare Preliminary Design Reports, preliminary plans and specifications and a written description for the Project. 4.2.2. Preliminary Design Reports: Specific items to be addressed in the design reports will include, but not be limited to work elements as described in Sub Tasks 200 and 400 of Exhibit C. 4.2.3. Preliminarv Plans and Specifications. Prepare preliminary construction plans and specifications with information which addresses the special features of each project task. 4.2.4. Based on the information contained in the preliminary design documents, ENGINEER will submit a revised opinion of probable Total Project Costs to the OWNER. The Preliminary Design Phase will be completed and submitted within 110 calendar days following written authorization from OWNER to ENGINEER to proceed with that phase of services. 4.3 FINAL DESIGN PHASE After written authorization to proceed with the Final Design Phase, ENGINEER shall: 4.3.1. On the basis of the accepted Preliminary Design documents and the revised opinion of probable Total Project Costs, prepare for incorporation in the Contract Documents final drawings and Technical Specifications of sufficient detail to show the general scope, extent and detailed character of the work to be furnished and performed by the Contractor(s) suitable for use in the project bidding and construction. 4.3.2. Advise OWNER of any adjustments to the latest opinion of probable Total Project Costs caused by changes in general scope, extent or character or design requirements of the Project or Construction Costs. Furnish to OWNER a revised opinion of probable Total Project Costs based on the Drawings and Specifications. 4.3.3. Prepare for review and approval by OWNER, its legal counsel and other advisors, contract agreement forms, general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid and instructions to bidders, special provisions, technical specifications, and standard drawings, and other related contract documents as defined in Sub Tasks 300 and 500 of Exhibit C. 4.3.4. Furnish OWNER sixty copies of the Contract Documents (including design drawings, specifications and contracts). Drawings shall be half sized (11" x 17"). The Final Phase will be complete and submitted within 365 calendar days following written authorization from OWNER to ENGINEER to proceed with that phase of services. 3 4.4 BIDDING OR NEGOTIATING PHASE - NOT PART OF INITIAL SCOPE OF SERVICES After written authorization to proceed with the Bidding or Negotiating Phase, ENGINEER shall: 4.4.1. Assist OWNER in advertising for and obtaining bids or negotiating proposals for construction contract(s) and record prospective bidders to whom Bidding Documents have been issued, receive and process deposits for Bidding Documents and conduct pre-bid conferences. 4.4.2. Provide interpretation or clarification to prospective bidders regarding the Bidding Documents, and issue addenda as appropriate. 4.4.3. Consult with and advise OWNER as to the acceptability of the prime contractor, subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein call "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. 4.4.4. Consult with OWNER concerning and determine the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. 4.4.5. Attend the Bid opening, prepare bid tabulation, evaluate bids, assess bidders' responsiveness and responsibility and make award recommendation to OWNER. 4.4.6 Facilitate contract award, and the execution and distribution of the contract documents for construction, materials, equipment and services. Furnish Owner two original signature sets of executed contract documents (including design drawings, specifications and contracts). Furnish contractor with one set of original signature executed contract documents and up to three sets of construction documents. 4.5 CONSTRUCTION PHASE - NOT PART OF INITIAL SCOPE OF SERVICES The responsibilities of the ENGINEER during the Construction Phase are summarized as follows: 4.5.1. General Administration of Construction Contract. ENGINEER shall consult with and advise OWNER and act as OWNER'S representative as provided in EXHIBIT A: ENGINEER'S STATUS DURING CONSTRUCTION, attached to and made part of this Agreement and may be further provided under the General Conditions of the contract documents. The extent and limitations of the authority, duties, and responsibilities of the ENGINEER on the construction job site as assigned here-in shall not be modified except as the ENGINEER may otherwise agree in writing. All of OWNER's instruction to Contractor(s) will be issued through ENGINEER who will have authority to act on behalf of OWNER to the extent provided in the General Conditions except as otherwise provided in writing. In addition to the services provided under Article 10 (Exhibit A) the ENGINEER shall provide the following services during construction: 4.5.1.1 Schedule and conduct a pre-construction conference. 4.5.1.2 Provide personnel, equipment and supplies for construction layout and control, including establishment of line, grade, and blue top control staking. 4.5.1.3 Review Contractors' construction schedules and operations, and the Contractors' traffic control plans and its implementation prior to the start of construction. 4.5.1.4 Ascertain that the Contractor has secured required permits needed to accomplish his work. 4 4.5.1.5 ENGINEER shall provide OWNER copies of all correspondence between the ENGINEER and Contractor. 4.5.1.6 Issue stop and resume work orders, in whole or in part, when work is not or cannot be performed in accordance with the Contract Documents. 4.5.1.7 Review and approve, for conformance with the project technical specifications all shop drawings, and other Contractor submittals required by the Contract Documents. 4.5.1.8 During construction review Contractors' construction schedules and evaluate conformance and progress under the Contract time provisions. 4.5.1.9 Prepare for OWNER'S approval any plan and specification changes which due to any initial design or engineering deficiencies are required to complete the project original design concept. 4.5.1.10 Inspect the project and when appropriate, and after conferring with OWNER, issue a Certificate of Substantial Completion to the Contractor. 4.5.1.11 Prior to recommending final payment, schedule and conduct with the OWNER a final project inspection and submit a report to the OWNER documenting any outstanding items or deficiencies requiring correction prior to final payment. Upon satisfactory project completion ENGINEER shall certify in writing to the OWNER, and any required regulatory agencies, that the construction was completed in accordance with the approved plans and specifications and is performing in accordance with the design concept. 4.5.1.13 Eleven months after project substantial completion schedule and conduct with the Owner a One Year Warranty Inspection of the project and advise the owner in writing whether project deficiencies exist and if the project is performing in accordance with the design concept. 4.5.2. Resident Proiect Representative. ENGINEER shall provide a qualified Resident Project Representative at the job site to provide observation of the work as provided in EXHIBIT B: A LISTING OF THE DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE, attached to and made part of this Agreement. The ENGINEER shall submit to the OWNER, for review and acceptance, the resume of each Resident Project Representative who may be assigned to the job site during the course of the Project not less than 10 calendar days prior to the pre-construction meeting. Any subsequent change in the resident representative shall also be subject to the OWNER'S approval. 4.5.3 Limitations of Responsibilities. ENGINEER will not be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents; however, nothing contained in this agreement shall be construed to release ENGINEER from liability for failure to properly perform duties and responsibilities assumed by ENGINEER in the Contract Documents. 4.6. PROJECT DOCUMENTATION ENGINEER shall furnish OWNER with (a) one digital AutoCAD drawing file on CD and two paper copies of the Project Record Drawings ("As-Builts"), (b) written monthly progress reports, and (c) a project notebook containing such correspondence and documentation as requested by OWNER. 5 4.7. CONSTRUCTION TESTING - NOT PART OF INITIAL SCOPE OF SERVICES The inspection services shall include material testing and verification of contract compliance with job site requirements, plans and specifications. The ENGINEER shall provide and maintain detailed documentation of the following material testing: 1) Concrete strength, air content and slump 2) Embankment, trench backfill, and gravel and pavement densities 3) Aggregate gradations 4) Plant mix strength, flow and asphalt content ARTICLE 5 - ADDITIONAL SERVICES 5.1. If OWNER wishes ENGINEER to perform any of the following Additional Services, OWNER shall so instruct ENGINEER in writing, and ENGINEER shall perform or obtain from others such services and will be paid therefor as provided in the Agreement: 5.1.1. Legal land surveys performed to obtain data for preparing easements and rights-of-way descriptions. 5.1.2. Preparation of applications and supporting documents for governmental agencies in addition to those required under Basic Services; preparation or review of environmental studies and related services; and assistance in obtaining environmental approvals. 5.1.3. Services resulting from significant changes in the general scope, extent or character ofthe Project or major changes in documentation previously accepted by OWNER where changes are due to causes beyond ENGINEER's control. 5.1.4. Providing renderings or models. 5.1.5. Preparing documents for alternate bids requested by OWNER for work not executed or for out-of- sequence work. 5.1.6. Providing other services not otherwise provided for in the Agreement, including services normally furnished by the OWNER as elsewhere herein described. 5.1.7. Furnishing the services of independent professional associates or consultants for other than Basic Services. 5.2. When required by the Contract Documents in circumstances beyond ENGINEER's control, ENGINEER shall perform or obtain from others any of the following Additional Services as circumstances require during construction and without waiting for specific instructions from OWNER, and ENGINEER will be paid therefor as provided in this Agreement: 5.2.1. Services in connection with work directive changes and change orders to reflect the changes requested by OWNER if the resulting change in compensation for Basic Services is not commensurate with the additional services rendered. 5.2.2. Services in making revisions to Drawings and Specifications occasioned by the OWNER'S acceptance of substitutions proposed by Contractor(s); services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of substitutions proposed by Contractor; and evaluating an unreasonable or extensive number of claims submitted by Contractor(s) or others in connection with the work. 5.2.3. Services resulting from significant delays, changes or price increases occurring as a direct result 6 of materials, equipment or energy shortages. 5.2.4. Additional or extended services during construction made necessary by (1) work damage by fire or other causes during construction, (2) a significant amount of defective or neglected work of any Contractor, (3) acceleration ofthe progress schedule involving services beyond normal working hours, (4) default by any Contractor. ARTICLE 6 - COMPENSATION FOR ENGINEERING SERVICE 6.1 LUMP SUM AGREEMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER 6.1.1 Pavment. The OWNER shall for design phase services performed as Basic Engineering Services under sections 4.1 through 4.4 (Subtasks 100 through 600 of Exhibit C) of this agreement pay a total sum in the amount of $3,502,213 for such services. 6.1.2 Pavment Schedule. Total cumulative payments for the design phase engineering services (sections 4.1 through 4.4) shall not exceed the following ceilings: $ 350,221 (10 % of design fee) until the Pre-design Investigation and Preliminary Design Report have been submitted to the OWNER. $1,751,107 (50% of design fee) until the Preliminary Plans and Specifications have been submitted to the OWNER and review authorities. $3,151,992 (90% of design fee) until the Final Plans and Specifications have been submitted to the OWNER and review authorities. 6.1.3 General. Engineer shall submit monthly statements for services rendered. The statements shall be based upon Engineer's estimate of the proportion of the total services actually completed at the time of billing, subject to any limitations on Payments based on completion of tasks or specific retainage requirements pursuant to the payment provisions of the Agreement. 6.1.4 Reimbursable Expenses. Only those expenses specifically identified for payment under section 6.2 of this Agreement are reimbursable. All other design related expenses are included in the Lump Sum Payment for the Basic services (4.1 through 4.4) and are not separately reimbursable. Additional Services specifically identified under the scope of design services for payment under 6.1 are not separately reimbursable. 6.2 DIRECT LABOR COST PAYMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER. Construction and project documentation services performed as Basic Engineering Services under sections 4.5 through 4.7 (Tasks 700, 800 and 900 in Exhibit C) including General Administration of Construction Contract, Resident Project Representation, Project Documentation, and Construction Testing, shall be compensated in accordance with the following: 6.2.1 The OWNER shall pay for Construction Phase and Project Documentation Services an amount not to exceed $129,957 except as provided under 6.2.1.2 and 6.2.4. 6.2.1.1 Costs Compensation. Compensation for these services shall be based on the ENGINEER's Direct Labor Cost times a factor of 3.15 for services rendered which shall cover Direct Labor, Direct Labor Overhead, General & Administrative Overhead and Profit. 6.2.1.2 Notification. At any time during the construction that it becomes apparent that the Construction Phase and Project Documentation Services rendered under this Agreement will exceed the negotiated compensation for these services, and prior to performing services in excess of the contract ceiling, the ENGINEER shall give OWNER written notice thereof. Promptly 7 thereafter OWNER and ENGINEER shall review the scope and progress of the project work. ENGINEER shall obtain written authorization from OWNER, prior to any additional costs being incurred under paragraph 6.2.1.3. If it is determined that due to a change in project scope under paragraph 5.2.1, the ENGINEER is entitled to additional compensation, OWNER and ENGINEER may negotiate terms as provided under 6.2.1.1. The amount and terms of any additional compensation under 6.2.1.1 or 6.2.1.3 shall be negotiated and agreed in writing pursuant to 9.16. 6.2.1.3 Costs Exceedino Estimated Compensation. Except as allowed under 5.2.1, when the total cost of the original scope Construction Phase and Project Documentation Services exceeds the negotiated compensation for these services, the OWNER shall pay only for the direct costs incurred in excess of the estimated compensation. These costs consist of an amount equal to the ENGINEER'S Direct Labor Cost times a factor of 2.80 for services rendered which shall include Direct Labor, the federally audited payroll Direct Labor Overhead, and General & Administrative Overhead costs, but shall not include any allowance for profit. 6.2.3. Failed Test Expenses. The ENGINEER shall maintain and provide to the OWNER, a record of the costs associated with failing quality control tests performed for the OWNER during the course of the construction of the project and recommend an amount the OWNER deduct from the contractor(s) payments. 6.2.4 The OWNER shall pay an amount for Additional Services rendered by the ENGINEER and approved in writing by the OWNER on the basis of the ENGINEER'S Direct Labor Costs times a factor of 3.15, or an amount otherwise negotiated at the time such services are requested and approved by the OWNER. Additional Services shall also include those services defined in SubTask 1000 of EXHIBIT C, in an amount not to exceed $100,000. ARTICLE 7 - MEANING OF TERMS 7.1 AGREEMENT As used herein the term "this Agreement" refers to the contents of this document and its Exhibits attached hereto and referred to as if they were part of one and the same document. 7.2 CONSTRUCTION COSTS The construction cost of the entire Project (herein referred to as "Construction Cost") means the total cost to OWNER of those portions of the entire Project designed and specified by ENGINEER, but it will not include ENGINEER's compensation and expenses, the cost of land, rights-of-way, or compensation for or damages to, properties unless this Agreement so specifies, nor will it include OWNER's legal, accounting, insurance counseling or auditing services, or interest and financing charges incurred in connection with the Project or the cost of other services to be provided by others to OWNER. 7.3 DIRECT LABOR COSTS Direct Labor Costs used as a basis for payment mean the actual salaries and wages paid to all ENGINEER's personnel engaged directly on the Project, including, but not limited to, engineers, architects, surveyors, designers, drafters, specification writers, estimators, other technical and business personnel; but does not include indirect payroll related costs or fringe benefits. For the purposes of this Agreement the principals and employees of the ENGINEER maximum billable Direct Labor Costs are: 8 7.4 REIMBURSABLE EXPENSES $57 $54 $54 $50 $46 $43 $38 $23 $30 $28 $25 $57 $46 $27 $46 $29 $33 $26 $23 $21 $21 $20 $56 $47 $43 $41 $35 $32 $30 $27 $25 $33 $27 $23 $42 $30 $24 $22 $29 $26 $23 $21 $17 $17 $21 er Reimbursable Expenses mean the actual expenses incurred by ENGINEER or ENGINEER's independent professional associates or consultants directly in connection with the Project, such as expenses for: transportation and subsistence incidental thereto; obtaining bids or proposals from Contractor(s); subsistence and transportation of Resident Project Representatives and their assistants; toll telephone calls and telegrams; reproduction of reports, Drawings, Specifications, Bidding Documents and similar Project-related items; and if authorized in advance by OWNER, overtime work requiring higher than regular rates. In addition, when compensation for Basic Services is on the basis of Direct Labor Costs method of payment, Reimbursable Expenses will also include the amount billed to ENGINEER by special consultants employed by ENGINEER and authorized by OWNER (other than as an authorized Additional Services) and will also include expenses incurred for computer time and other specialized equipment, including an appropriate charge for previously established programs and expenses of photographic production techniques. ARTICLE 8 - PAYMENT PROVISIONS 8.1 TIMES OF PAYMENTS. ENGINEER may submit monthly statements for Basic Services and approved Additional Services rendered and for Reimbursable Expenses incurred; however, payments shall not exceed the ceilings provided in 6.1 and 6.2. Final payment shall be made only after acceptance of the project by the OWNER. If OWNER disputes the amount of the billing, OWNER will notify the ENGINEER in writing within ten (10) calendar days of the receipt of bill of the dispute. 8.2 REQUESTS FOR PAYMENT. Each request for payment shall include a documentation summary of the period incremental man hours incurred, direct labor rates and billed rates, detail of reimbursable costs, total period billing, and total cumulative billing. When requested by OWNER services for distinct project segments shall be accounted and billed separately. 9 8.3 PAYMENT UNDER TERMINATION. In the event of termination by the OWNER upon the completion of any phase of the Basic Services, progress payments due ENGINEER for services rendered through such phase shall constitute total payment for such services. In the event of such termination by OWNER during any phase of the Basic Services, ENGINEER also will be reimbursed for the charges of pre-approved independent professional associates and consultants employed by ENGINEER to render Basic Services, and paid for services rendered during that phase on the basis of the payment provisions of the Agreement. In the event of any such termination, ENGINEER will be paid for unpaid pre-approved Additional Services and unpaid Reimbursable Expenses which are authorized under this agreement. ARTICLE 9 - GENERAL CONSIDERATIONS 9.1 TERMINATION OF AGREEMENT 9.1.1 The sole right is hereby reserved to the OWNER to terminate this Engineering Agreement for any and all causes or for its convenience at any time upon fifteen (15) days written notice to the ENGINEER. 9.1.2 If termination for default is effected by the OWNER, an equitable adjustment in the price provided for in this Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to cover any additional costs to the OWNER because of the ENGINEER's default. If termination for convenience is effected by the OWNER, the equitable adjustment shall include a reasonable profit, as determined by owner, for services or other work performed. The equitable adjustment for any termination shall provide for payment to the ENGINEER for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the ENGINEER relating to commitments which had become firm prior to the termination. 9.1.3 Upon receipt of a termination action under paragraph 9.1.2, the ENGINEER shall (1) promptly discontinue all affected work (unless the notice directs otherwise), and (2) deliver or otherwise make available to the OWNER within ten (10) days copies of all data, design drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by the ENGINEER in performing this Agreement, whether completed or in process. 9.1.4 In the event this Contract is terminated prior to completion, the original copies ofthe ENGINEER'S data, recommendations, plans, specifications, analysis and other related documents prepared by the ENGINEER prior to said termination shall be delivered to and become the property of the OWNER. 9.1.5 Upon termination, the OWNER may take over the work and may award another party an Agreement to complete the work under this Agreement. 9.1.6 OWNER'S right to terminate is in addition to any other remedies OWNER may have under the law. 9.2 INSPECTION AND AUDIT All books, papers, records, payrolls, vouchers and invoices relating to costs and expenditures incurred as to the performance of the services by the ENGINEER hereunder shall be made available to the OWNER, or their authorized representatives for audit and review, at the ENGINEER'S respective offices at all reasonable times during the contract period and for three years from the date of final payment. 9.3 EMPLOYMENT The ENGINEER warrants that he has not employed or retained any company or persons, other than a bona fide 10 employee, working solely for the ENGINEER, to solicit to secure this contract, and that he has not paid or agreed to pay any company or person, other than bona fide employees working solely for the ENGINEER, any fee, commission, percentage, brokerage fee, gifts or any other considerations contingent upon or resulting from the award or making ofthis Contract. For breach or violation ofthis warranty, the OWNER shall have the rightto annul the Contract without liability or in its discretion to deduct from the price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. All employees of the ENGINEER or other persons while engaged in the performance of work or services required by the ENGINEER shall be considered employees of the ENGINEER only and not of the OWNER. 9.4 NONDISCRIMINATION The ENGINEER will not discriminate on the basis of race, color, religion, creed, political ideas, sex, age, marital status, national origin or disability in employment or provision of services. The ENGINEER shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. 9.5 SUBLETTING OR ASSIGNING OF WORK The ENGINEER shall not sublet or assign any of the work covered herein without prior written approval of the OWNER. 9.6 STANDARD OF CARE In providing services under this agreement, the ENGINEER will perform in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. If any service should be found to be not in conformance with this standard, the ENGINEER shall, at the OWNER's request, re-perform the service at its own expense. Engineer shall also, at its own expense, make such changes, modifications or additions to the project which are made necessary as a result of the initial non- performance or the re-performance of services. The OWNER's rights herein are in addition to any other remedies the OWNER may have under the law. 9.7 LEGAL RELATIONS 9.7.1 The ENGINEER shall, consistent with the standard care, comply with those Federal, State, and Local laws and ordinances applicable to the work to be done. 9.7.2 The ENGINEER agrees to defend, indemnify, and hold harmless, the OWNER, its officers, directors, agents, and employees from and against any suits, cause of action, claim, cost, expenses, obligations, and liability of any character, including attorney's fees, which is brought or asserted for any bodily injury, death, or physical damage to property received or sustained by any person, persons, property, business or any other entity, arising out of or resulting from or in connection with the ENGINEER's negligent performance of the services specified in this agreement. 9.7.3. The ENGINEER agrees to defend, indemnify, and hold harmless the OWNER, its officers, directors, agents, and employees should OWNER, its officers, directors, agents or employees be named as a defendant in any action where the OWNER'S alleged liability arises from the negligent performance of the ENGINEER'S work herein described. The obligation of the ENGINEER to defend, indemnify and hold harmless the OWNER will apply to any suit, cause of action, claim, cost or obligation including, without limitation, those alleged under the common law or pursuant to a federal or state statute or regulation including those arising in tort, trespass, nuisance, and strict liability. 11 9.7.4 In the event the OWNER is found proportionately responsible for any damages ultimately awarded to a plaintiff or plaintiffs in any lawsuit, the ENGINEER will be responsible for only those damages, costs, or liabilities as are attributable to the ENGINEER'S percent of fault as compared with 100% of the fault giving rise to the damages. Should the OWNER be found responsible for negligence by its own officers, directors, agents or employees, then in that event the OWNER agrees to reimburse the ENGINEER for the reasonable attorney's fees and costs incurred in any defense of the OWNER in an amount proportional to the fault attributed to the OWNER. The indemnity required herein shall not be limited by reason of the specification of any particular insurance coverage in this Agreement. 9.7.5 Should either OWNER or ENGINEER be held responsible, for any damages, costs or liabilities resulting from intentional misconduct by any officer, director, agent or employee in connection with the work specified in this Agreement, then in that event, that party shall defend, indemnify and hold harmless the other as to any damages, costs or liabilities that result from or arise out of that intentional misconduct, including reasonable attorney's fees and costs which shall include costs and salary of the City attorney or other in-house counsel. Further, notwithstanding the obligations set forth in paragraphs 9.7.2 and 9.7.3 above, the ENGINEER agrees to defend OWNER where the OWNER'S alleged liability arises from intentional misconduct by the ENGINEER. Should the OWNER be found responsible for intentional misconduct by its own officers, director, agent or employees, then OWNER agrees to reimburse ENGINEER for the reasonable attorney's fees and costs incurred in any defense of the OWNER. 9.7.6 The ENGINEER shall perform this agreement as an independent contractor, and as such, is responsible to the OWNER only as to the results to be obtained in the work herein specified, and to the extent that the work shall be done in accordance with the terms, plans and specifications. The ENGINEER shall have and maintain complete control over all of its employees, subcontractors, agents and operations, being responsible for any required payroll deductions and providing required benefits, such as, but not limited to, worker's compensation with statutory limits, and unemployment insurance. 9.8 INSURANCE The ENGINEER shall secure and furnish to the OWNER certificate of insurance, therein, naming the OWNER as an additional insured, to include thirty (30) days notice of cancellation or non-renewal. Without limiting any of ENGINEER's obligations hereunder, ENGINEER shall secure and maintain, until the work is completed and accepted by the OWNER, insurance coverage naming the OWNER as additional insured with minimum insurance coverage as follows: 12 Type of Coveraoe Limits Emplovers' Liabilitv: $ 100.000 per accident General Liabilitv: Bodilv Iniurv & Property Damaoe Single and combined $ 1.000.000 per accident Automobile: Bodilv Iniurv covering all automobiles, trucks, tractors, trailers, or other automotive equip- ment whether owned or rented by Engineer or owned by employees of Engineer. $ 500.000 each person $1.000.000 each occurrence Propertv Damaoe covering all automobiles, trucks, tractors, trailers or other automotive equipment whether owned or rented by Engineer or owned by employees of Engineer $ 500.000 each occurrence OR Bodilv Iniurv & Propertv Damaoe Single and combined $ 500.000 each occurrence Professional Errors & Omissions: $ 1.000.000 per claim and aggregate each occurrence 9.9 ENDORSEMENT The ENGINEER shall place his endorsement on all drawings and other data furnished by him. 9.10 OWNERSHIP OF DOCUMENTS The parties admit and agree the documents produced under this agreement are not intended or represented to be suitable for reuse by OWNER or any other individual on any other project. Any reuse without written verification or adaptation by ENGINEER will be at OWNER's sole risk and without liability or legal exposure to ENGINEER, or to ENGINEER's independent professional associates or consultants. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of owner. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. 13 9.11 PUBLIC INFORMATION The ENGINEER shall not issue any statements, releases or information for public dissemination without prior approval of the OWNER. 9.12 PROPRIETARY RIGHTS If patentable discoveries or inventions should result from work required herein, all rights accruing from such discoveries or inventions shall be joint property of the ENGINEER and the OWNER. Provided that the OWNER, state agencies or political subdivisions and the United States Government shall have the irrevocable, nonexclusive, nontransferable and royalty-free license to use each invention in the manufacture, use and disposition, according to law, of any article or material, and in the use of any method that may be developed as part of the work described and contemplated herein. 9.13 RECORDS The ENGINEER shall maintain accounting records and other evidence pertaining to the cost incurred and to make the records available at all reasonable times during the Contract term and for one (1) year from the date of final payment. Such accounting records and other evidence pertaining to the cost incurred will be made available for inspections by OWNER. 9.14 SUCCESSORS IN INTEREST The covenants, agreements and all statements in this Contract apply to and shall be binding on the heirs, personal representatives, successors and assigns of the respective parties. 9.15 ATTORNEY'S FEES AND COSTS That in the event it becomes necessary for either Party of this Contract to retain an attorney to enforce any of the terms or conditions of this Contract or to give any notice required herein, then the prevailing Party or the Party giving notice shall be entitled to reasonable attorney's fees and costs, including fees, salary, and costs of in-house counsel to include City Attorney. 9.16 MODIFICATIONS AND AMENDMENTS That any amendment or modification of this Contract or any provisions herein shall be made in writing or executed in the same manner as this original document and shall after execution become a part of this Contract. 14 In witness Whereof, the Parties hereto do make and execute this Agreement. CITY OF BOZEMAN, MONTANA ENGINEER By:~A ~ - (City Manager) BY:~d~~ Amanda Mclnn , epartment Manager DATE: '! II () I {J r . - --._~- -..... ' ........ - ~ - ----::'....... .....-- ~, . DATE: J.OJ1.p-;.. ATrg~.,,~ - - -.. --- BY: (City C!~r~}-- APPROVED AS TO FORM BY: ( 15 EXHIBIT A TO AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES ENGINEER'S STATUS DURING CONSTRUCTION This Exhibit is attached to, made a part of and incorporated by reference with the Agreement made on ,2007 between CITY OF BOZEMAN (OWNER) and HDR ENGINEERING, INC. (ENGINEER) providing for professional engineering services. ARTICLE 10 - ENGINEER'S STATUS DURING CONSTRUCTION 10.1. OWNER'S REPRESENTATIVE ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. 10.2. VISITS TO THE SITE ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER's greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design professional, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. 10.3. PROJECT REPRESENTATION If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in EXHIBIT B: A LISTING OF THE DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE. 10.4. CLARIFICATIONS AND INTERPRETATIONS ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in the General Provisions of the construction Contract Document. 10.5. AUTHORIZED VARIATIONS IN WORK ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the 1 overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER, and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in the General Conditions of the Construction Contract. 10.6. REJECTING DEFECTIVE WORK ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in the General Provisions of the construction Contract Document whether or not the work is fabricated, installed, or completed. 10.7. SHOP DRAWINGS, CHANGE ORDERS AND PAYMENT 10.7.1. The ENGINEER's responsibility for Shop Drawings and samples shall comply with the shop drawing provisions of the General Provisions of the construction Contract Document 10.7.2. The ENGINEER's responsibilities for Change Orders shall comply with the change order provisions of the General Provisions of the construction Contract Document. 10.7.3. The ENGINEER's responsibilities for contractor's Application for Payment shall comply with the payment provisions of the General Provisions of the construction Contract Document. 10.8. DETERMINATIONS FOR UNIT PRICES ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written recommendation thereon (by recommendation of an Application for Payment or otherwise) to OWNER. 10.9. DECISION ON DISPUTES 10.9.1. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under The General Conditions of the Construction Contract in respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter shall be promptly reported and copied to the OWNER. 10.9.2. When functioning as interpreter under paragraphs 10.8 and 10.9.1, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 10.8 and 10.9.1 with respect to any such claim, dispute or other matter will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. 2 10.10. LIMITATIONS ON ENGINEER'S RESPONSIBILITIES 10.10.1. Neither ENGI NEER's authority to act under this Article or elsewhere in the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any Sub-contractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. 10.10.2. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 4.5.3. 3 EXHIBIT B TO AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES A LISTING OF THE DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE. This Exhibit is attached to, made a part of and incorporated by reference with the Agreement made on , between CITY OF BOZEMAN (OWNER) and HDR ENGINEERING, INC. (ENGINEER) providing for professional engineering services. ARTICLE 11 - DUTIES. RESPONSIBILITIES AND L1MITATIQNS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE ENGINEER shall furnish a Resident Project Representative (RPR), assistants and other field staff to assist ENGINEER in observing performance of the work of Contractor. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the RPR and assistants, ENGINEER shall endeavor to provide further protection for OWNER against defects and deficiencies in the work of CONTRACTOR; but, the furnishing of such services will not make ENGINEER responsible for or give ENGINEER control over construction means, methods, techniques, sequences or procedures or for safety precautions or programs, or responsibility for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents and in particular the specific limitations set forth in section 8.5 of the Agreement are applicable. The duties and responsibilities of the RPR are limited to those of ENGINEER in this agreement and in the construction Contract Documents, and are further limited and described as follows: 11.1. GENERAL RPR is ENGINEER's agent at the site, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on-site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER with the knowledge of and under the direction of ENGINEER. 11.2. DUTIES AND RESPONSIBILITIES OF RPR 11.2.1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning acceptability. 11.2.2. Conferences and Meetings: Attend meetings with CONTRACTOR, such as preconstruction conferences, progress meetings, job conferences and the project-related meetings, and prepare and circulate copies of minutes thereof. 1 11.2.3. Liaison: 11.2.3.1. Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents; and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR. 11.2.3.2. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. 11.2.4. Shop Drawinos and Samples: 11.2.4.1. Record date of receipt of Shop Drawings and samples. 11.2.4.2. Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. 11.2.4.3. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring Shop Drawing or sample if the submittal has not been approved by ENGINEER. 11.2.5. Review of Work. Reiection of Defective Work. Inspections and Tests: 11.2.5.1. Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. 11.2.5.2. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 11.2.5.3. Verify that tests, equipment and systems startup and operating and maintenance training are conducted in the presence of appropriate personnel, and the CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startup. 11.2.5.4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results ofthese inspections and report to ENGINEER. 11.2.6. Interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by ENGINEER. 11.2.7. Modifications: Consider and evaluate CONTRACTOR's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to ENGINEER. Transmit to CONTRACTOR decisions as issued by ENGINEER. 11.2.8. Records: 11.2.8.1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, ENGINEER's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2 11.2.8.2. Keep a detailed and accurate diary or log book, recording CONTRACTOR hours on the job site, weather conditions, prime and subcontractor daily work force, daily log of equipment onsite or on standby, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to ENGINEER. 11.2.8.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of materials and equipment. 11.2.9. Reports: 11.2.9.1. Furnish ENGINEER periodic reports as required of progress ofthe Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 11.2.9.2. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. 11.2.9.3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive Changes, and Field Orders. 11.2.9.4. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. 11.2.10. Pavment Reauests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 11.2.11. Certificates. Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to ENGINEER for review and forwarding to OWNER prior to final payment for the Work. 11.2.12. Completion: 11.2.12.1. Submit to CONTRACTOR, and ENGINEER a list of observed items requiring completion or correction before ENGINEER may issue a Certificate of Substantial Completion. 11.2.12.2 Assess completion or correction of items noted under 11.2.12.1, advise ENGINEER on their status, and make recommendation to Engineer regarding issuance of a Certificate of Substantial completion. 11.2.12.3. Conduct final inspection in the company of ENGINEER, OWNER, and CONTRACTOR and prepare a final list of items to be completed or corrected. 11.2.12.4. Observe that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning final acceptance. 3 11.3. LIMITATIONS OF AUTHORITY Resident Project Representative: 11.3.1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipments, unless authorized by ENGINEER. 11.3.2. Shall not exceed limitations of ENGINEER's authority as set forth in the Agreement or the Contract Documents. 11.3.3. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. 11.3.4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 11.3.5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 11.3.6. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. 11.3.7. Shall not authorize OWNER to occupy the Project in whole or in part. 11.3.8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. 4 EXHIBIT C - CITY OF BOZEMAN, MONTANA WATER RECLAMATION FACILITY PHASE 1 EXPANSION SCOPE OF SERVICES 200 WRF Process Preliminary Design lOOWRffPrGCt,.'."ifa, . 400 Administration/Laboratory Building(s) Preliminary Design 500 ~~~.." 600 Effluent Management Study 7" mQL .m',~(. 800 Environmental Compliance 9qo '......IIAI~J_. 1000 Additional Services Only upon Authorization of City Project Goals and Understanding The following assumptions are included as part of this scope of services plan: · A single construction contract will be completed and executed. . The administration and maintenance building will be included in the WRF Process expansion contract documents. . Bidding and construction services are not included in this scope, and will be added through a contract amendment after completion of final design and prior to project bidding. . The design is based on the recommended secondary treatment process in the facilities plan as modified below. The Winter-modified Johannesberg process recommended in the facilities plan will be configured for inclusion ofthe 5-stage Bardenpho process as part of the preliminary and final design. Should the City elect to construct the 5-stage process in lieu of the 4-stage process train, they will have the ability at any time. The use of de- nitrification filters for enhanced nitrogen removal in the future will also be evaluated during preliminary design. . The design is based upon the ability of the City to move the dewatering and solids handling facilities, planned originally for Phase 2, into the Phase I project. Current Scope of Services 1 of 31 3/29/2007 solids handling facility capacity limitations will likely require inclusion of dewatering and solids handling as part of the Phase 1 project. . Survey and Geotechnical activities will apply to both the WRF and the administrationllab/maintenance buildings. In 2004, the City of Bozeman (City) undertook the task of planning for the future of their wastewater infrastructure. The goal of the planning effort was to define the existing infrastructure, estimate future populations and wastewater quantities, determine improvements needed to meet future permit requirements and accommodate growth, and develop an improvements plan for the wastewater system. In May 2006, the City approved the DRAFT 2006 Bozeman Wastewater Facilities Plan which provided a vision for the water reclamation facility (WRF) and wastewater collection system. Based upon the priority of the needed improvements at the City's WRF, and the desire ofthe City to spread out capital outlays necessary to construct the required facilities, the 2006 Wastewater Facilities Plan recommended plant improvements to be implemented in three phases. This scope of services addresses the design phase of the improvements outlined in the first phase (Phase 1) ofthe program. The Phase 1 improvements to the Bozeman Advanced WRF that are to be included in this PROJECT are summarized below: . Element HW3 - Construction of a new Headworks Building with two grinder/screen units, two vortex grit removal chambers, and associated screenings and grit processing equipment. The facilities will provide a channel to allow for a third grinder/screen unit in the future. . Element LP5 - Construction of a new Primary Effluent Lift Station with a minimum firm capacity of 16.9 mgd. The facility will be designed to provide room for the addition of future pump(s) for an ultimate capacity of25.4 mgd. . Element A T2 - Construction of the first half of a new Biological Nutrient Removal (BNR) Reactor Basin complex (5-stage Bardenpho) to provide an initial maximum monthly flow capacity (including the existing aeration basins) of approximately 10.6 mgd. These BNR improvements will include modification of the existing aeration basins to a plug flow configuration and possible modification of the existing aeration system. In addition, construction of a new Blower Building with room provided for expansion for additional blowers will be included. The project will also include construction of two new 85-foot diameter secondary clarifiers and a new RAS/W AS pump station, with room for the addition of future pumps and piping. . Element FEF6 - Construction of a new low lift final effluent pump station with provisions for connection to a future effluent filtration system. . Element DIS4 - Construction of a new UV disinfection system and structure to enable abandonment of the existing gas chlorine and sulfur dioxide systems. Construction of a new liquid chlorine storage/feed system will be included for odor control, RAS bulking control, and standby disinfection. The disinfection system will also require the addition of a new standby power engine generator. . Element DC3 - Construction of a new parallel 36-inch outfall pipeline from the disinfection facilities to the East Gallatin River. Scope of Services 2 of 31 3/29/2007 . Element SRI - Construction of one new Anaerobic Digester and new Digester Control Building. Space will be provided in the site design with provisions for one additional digester and a liquid storage tank for solids handling The 2006 Wastewater Facilities Plan determined that modifications to the solids management dewatering facilities would be delayed until Phase 2, occurring sometime after 2010. The City's current solids handling operations are approaching their current capacity and, in order to ensure the City is able to meet project loading conditions, interim actions with the solids management will be required. This PROJECT will incorporate the findings ofthe cursory Biosolids Management Plan developed as part ofthe Phase 1 early-out project effort. The course of action selected by the City for the next 5+ years will likely include construction of dewatering facilities as part of the Phase 1 improvements. The design for the addition of the new screw press dewatering building, screw press and polymer feed equipment, solids loadout and dewatered sludge storage facility will be included as part of the Phase 1 facilities design to provide the City the ability to include the dewatering and solids storage facilities as part of the Phase 1 improvements as required to meet current and projected loading conditions. Expansion activities at the WRF will require additional laboratory, storage and administration office space for the WRF. This PROJECT will include a preliminary design and programming effort to determine the size and characteristics of new Administrative/Laboratory Building(s) at the WRF site as part of the Phase 1 WRF construction project. This scope of services also includes an estimated effort to design these facilities based on an approximate building footprint. The actual design effort will be refined following completion of the facility programming and preliminary design effort, and the scope for the actual design will be addressed in a contract amendment. MDEQ has provided funding for the Greater Gallatin Watershed Council to pursue a TMDL on the East Gallatin River and public support is growing for development of the TMDL. As a critical stakeholder in this effort, the City must take an active role in the TMDL process to ensure those receiving City wastewater services are represented appropriately in the process. This PROJECT also includes engineering support services to the City for representing their wastewater constituents in the TMDL process. In addition to the TMDL support, this PROJECT will include assistance to the City in development of a long-term effluent management strategy. This work effort will be implemented under a direct labor and materials arrangement with the City, only to the level of effort the City determines necessary for City support. Task 100 - Project Management and Administration Objective RDR/MMI will manage and control its professional services contract to provide efficient completion of the project. Under this task, we will prepare and implement a project management plan; provide scope, schedule, and cost control services; negotiate and administer the contract; and initiate and attend project working meetings. The project management plan will be completed jointly for all project phases and components identified in the scope of services for project delivery. Scope of Services 3 of 31 3/29/2007 HDR/MMISubtasks: Subtask 101 - Project Management and Plan A project management plan will be developed that includes: 1) project objectives and priorities; 2) role of the City of Bozeman and HDR/MMI throughout the project; 3) contract work plan, including scope, schedule, budget, resource assignments, and coordination requirements; 4) quality assurance and quality control plan; 5) management tools and techniques; 6) reporting requirements; and 7) administrative procedures, such as invoicing, communication protocol, and formats. The plan will be distributed to consulting team members and City personnel. Subtask 102 - Project Coordination Meetings and Reports The HDR/MMI project manager will conduct meetings with City staff as necessary to review project progress, schedule and budget; identify information needs, and make decisions regarding any changes in the scope of the preliminary design and design. These meetings are planned to be coordinated with the work meetings identified in specific tasks, and will also be conducted in conjunction with the meetings required for detailed preliminary and final design. It is assumed for this PROJECT, that where practical, the meetings will be conducted at the MMI office in Helena, MT that is a central location for the project team. This scope of services also assumes that some meetings will be conducted at the WRF site, when on-site review of existing facilities is necessary for implementation of the preliminary and final designs. An initial project kick-off working meeting will be held immediately after the Notice to Proceed to identify City goals, performance data, engineering data needs and schedule. Members of the project team will be introduced. Data will be exchanged and work tasks outlined in detail. During this initial work session, all project communications and project team responsibilities will be clearly defmed. Initial project alternatives will be identified and all key alternatives for each project element and/or unit process will be selected for further evaluation and analysis by HDR/MMI. We anticipate conducting four preliminary design working meetings involving the City/HDR/MMI project team. These working meetings will be conducted throughout the preliminary design phase. Each working meeting will be comprised ofproject-specific time segments (schematic design and process control descriptions, preliminary design summary) to allow for easy transition and participation ofthe applicable project stakeholders. The four working meetings will address the progress on the design as a whole, but will focus on the following areas: 1) Process Selection, 2) Instrumentation and Controls, 3) Site Layout and Piping, 4) Design Summary. The HDR/MMI project manager will submit project invoices monthly. A brief progress memorandum, in bullet item format, will be prepared with each monthly invoice. The progress memo will summarize the work progress being invoiced, the budget expenditures to date, and identify any information requirements or decisions that need to be made by the City. These reports will help maintain frequent communications with the City and design team, and will be presented in a simple informative format, which can be used for distribution to the City Commission and citizens. Scope of Services 4 of 31 3/29/2007 A project decision log will be maintained throughout the project to monitor project decisions and maintain a record of key actions to be addressed by the City and design team. The decision log will be developed in a simple spreadsheet format by project area, and will be distributed frequently to project staff to ensure key decisions are effectively implemented. Subtask 103 - Project Team Coordination Work Sessions The HDR/MMI project team will meet (usually weekly) with our staff to review project progress, schedule and budget; and coordinate technical aspects of the design. These meetings will be conducted in conjunction with the working meetings required for detailed preliminary and final design, and will be conducted using network meeting tools and conference calls to the greatest extent possible to reduce personnel travel. Deliverables · Management plan coordinated with City's Financial Plan and Project Management Plan (3 copies and one digital .pdffile). · Progress memorandums and invoices (3 copies and digital .pdf file). · Work Meeting agendas and notes in bullet item format (3 copies and digital .pdf copy of each agenda and meeting notes). City Responsibilities: · Timely review of submittals and coordination of all City review comments. · Participation in PROJECT work sessions. · Prompt processing and payment of invoices. Task 200 - WRF Process Preliminary Design Objective HDR/MMI will complete project preliminary design evaluation and provide an update to the previously completed City of Bozeman Wastewater Facilities Plan, May 2006. This includes completing a Schematic Design effort, including completion of preliminary site layouts, process and instrumentation diagrams and process control descriptions for all unit processes identified in Phase 1 at the treatment plant, as itemized in Subtask 102. HDR/MMI will conduct review working sessions on facility alternatives with City staff and select a preferred alternative for each project element or unit process. Preliminary construction cost estimates will be completed and a summary memorandum on the preferred approach will be prepared for approval by MDEQ. HDR/MMI Subtasks: Subtask 201 - Preliminary Design Memoranda The preliminary engineering design effort will include engineering calculations, preliminary hydraulic analyses, preliminary process control, material alternatives assessment and preliminary Scope of Services 5 of 31 3/29/2007 cost estimates. Each project element or unit process that is initially discussed in the kickoff working session, (and determined to be worth evaluating further), will be summarized by a short technical memorandum to be included in the fmal preliminary design report. The technical memoranda will include the comments, ideas and decisions made by the team and recommended alternatives to be considered by the City. Where appropriate, HDR/MMI will review alternatives for each component so that equipment costs, operational procedures and maintenance are considered. Project elements to be addressed by separate memoranda (that will form the Table of Contents of the Preliminary Design Report): Chapter 1: Design Objectives and Criteria Chapter 2: Applicable Codes and Regulations Chapter 3: Hydraulic Profile Chapter 4: Liquid/Solids Balance Chapter 5: Headworks Chapter 6: Primary Effluent Pumping Chapter 7: Process Selection Review (up to four approaches, including evaluation of activated primary clarification) Chapter 8: Aeration Basin Chapter 9: Blower Building Chapter 10: Fermentation and Odor Control Chapter 11: RASIW AS Pumping Chapter 12: Secondary Clarification Chapter 13: Secondary Effluent Low-lift Pumping Chapter 14: UV Disinfection Chapter 15: Digester and Control Building Chapter 16: Digestion and Dewatering Alternatives Evaluation Chapter 17: Architectural/Structural Approach (up to three architectural approaches) Chapter 18: Odor/Filament Control (evaluate additional hypochlorite addition for RAS control and headworks odor control) Chapter 19: Electrical Supply (evaluate need for additional switchgear and emergency power/engine generator) Chapter 20: Instrumentation and Controls (assume maintaining the existing reclamation facility Wonderware SCADA software, with primarily monitoring and data acquisition functions) Chapter 21: Site CivilNard Piping/Outfall/Landscaping (up to two layouts) Chapter 22: Provisions for Future Phases Chapter 23: Summary Phase 1 Cost Estimate Scope of Services 6 of 31 3/29/2007 Appendices: Equipment Data Sheets, Detailed Cost Estimates, Environmental Checklist Following completion of each technical memoranda and cost estimates, they will be forwarded to the City for review. Subtask 202 - Site Surveys HDR/MMI will provide site surveying services for the water reclamation facility property. Mapping will be based on field control and aerial photography. Final product will be a topographic map with a contour interval of one foot and a scale of 1" = 50' and digital ortho photo with 0.25' ground based pixel size. In addition to the aerial mapping, 60 hours of survey crew time is budgeted for detailed mapping of building floor elevations and critical hydraulic elevations. Control points for use during construction will be established as part of this work. Existing survey information will be used to the greatest extent possible. Property boundary surveys are not included in the scope of work. Project design will be based upon the detailed site survey. The site survey will include mapping to the extents ofthe existing liP cells, which will ensure adequate coverage for the potential sites for the AdministrationlLablMaintenance Buildings that are currently under consideration. During the course of design additional survey work may be required including subsurface utility exploration. If these services are required they will be performed as additional services. It is assumed that, if on-site potholing will be required for utility locates, the City will assist in completing on-site excavations with their own crews or an outside excavator will be used at an additional cost to the contract. Subtask 203 - Geotechnical Services HDR/MMI and their geotechnical subconsultant, will conduct a geotechnical investigation for the new structure foundations to be constructed for the Phase 1 improvements. The geotechnical investigation is planned to provide key subsurface/geotechnical information necessary for completion of the Phase 1 preliminary design. The geotechnical investigation will involve a review of all available geotechnical investigations from previous projects at the treatment plant and completion of an on-site investigation. The geotechnical services will include: . Drilling exploratory borehole(s) at defined foundation locations using a truck-mounted drill rig. The actual depths of the boreholes may vary depending on field conditions and depth of planned infrastructure. It is estimated that 12 exploratory test holes will be required to a maximum of 30 feet, or to equipment refusal in the dense gravels that are expected. . Laboratory testing will include optimum moisture content on selected samples to help classify the foundation soils and determine their overall engineering properties. . Summarize finding in a geotechnical report. The report will include a description of the work performed, a discussion of site conditions and recommendations for shoring (if required), corrosion protection of metallic and concrete surfaces, and structural design. The report will also include the logs for the exploratory boreholes and a summary of laboratory test results. Scope of Services 7 of 31 3/29/2007 . Up to six (6) groundwater monitoring piezometers will be incorporated into six selected exploratory boreholes as part of this scope of work. A single 6-inch groundwater well, completed with steel casing, will be installed to facilitate performance of a constant rate pumping test for determination of groundwater transmissivity and for evaluation of preliminary dewatering requirements. The data from the constant rate pumping test, and monitoring records from the piezometer well levels, will be recorded and included in the project specifications for contractor use in development of their construction dewatering plan. . It is assumed the 6-inch diameter well will be 60 feet deep, and will be installed in a location where it could potentially be incorporated into the site dewatering plan for the Phase 1 construction project. Data to be used for development of a performance-based, contractor-installed construction dewatering system that will be provided in the construction contract in raw form for contractor's use. A detailed construction dewatering plan will not be included as part of this scope of services. It is assumed that the construction dewatering system will be constructed to serve as a permanent backup dewatering system for use by the City when basins are taken out of service. . Long-term monthly monitoring ofthe piezometers installed will be completed throughout the preliminary design and design phases of the project by HDR/MMI field personnel. Subtask 204- Preliminary Design Report Submittal The design memoranda developed in Subtask 201 will be combined with an executive summary into a preliminary design report to be submitted to MDEQ for final project approval. Based upon the information contained in the Preliminary Design Report, HDR/MMI will advise the City of any substantial changes in project scope that are anticipated to affect Construction Costs. Additional information on project costs will be presented at this time and the Probable Construction Costs will be updated as necessary to address any identified changes in project scope. Subtask 205 - Quality Control HD R/MMI will utilize the services of senior design personnel to conduct a detailed review of the WRF preliminary design technical memoranda. This review will focus on opportunities for cost savings, added value, improved operation and constructability and will serve as a verification of the recommendations made by the project team. A short memorandum summarizing quality control comments will be prepared. No value engineering review is included. Deliverables: · Geotechnical reports (2 copies). · Site survey(s) (3 copies of site survey and digital site plans in AutoCAD format). · Quality control comments (6 copies, digital files ofQC comments in .pdfformat). · Preliminary Design Memoranda (6 DRAFT and 6 Final copies of each memorandum including digital files in .pdfformat). · Preliminary Design Report (6 copies). Scope of Services 8 of 31 3/29/2007 · Field Survey (3 Copies of Site Plans for Use in Preliminary Evaluations, digital File of Surveys). · Hydrogeologic memorandum for treatment plant site with the results of constant rate pumping testing with respect to groundwater transmissivity/drawdown (6 copies, digital file of memo in .pdfformat). City Responsibilities: · Deliver available previous geotechnical investigation reports. · Deliver available previous site surveys. · Deliver as-built drawings. · Deliver requested existing equipment data. · Assist with establishing design criteria. · Timely review of submittals and coordination of all City review comments. · Participation in PROJECT work sessions. Task 300 - WRF Process Final Design Objective: HDR/MMI will complete a Schematic Design Summary (20% Design Report) with three dimensional renderings of the recommended project, which briefly summarizes improvements by project element or unit process, defines project phasing and schedule, and describes the process element or unit process control strategy including process and instrumentation diagrams where applicable. The task also includes the completion ofproject design documents in conformance with Montana DEQ Circular DEQ 2-Design Standards for Wastewater Facilities, and preparation of construction documents for bidding and construction of project improvements. HDR/MMI Subtasks: Subtask 301 - Schematic Design Summary (20% Design) The summary will build on the preliminary design report generated in Task 205 above. At this point in the design schedule, a summary will be developed for submittal to the City for review and approval prior to completion of the detailed final design. The summary will also include the process instrumentation and control diagrams for each project element or unit process and an associated control description that defines the proposed process control strategies. Three dimensional presentations of proposed facilities will be prepared and delivered to the City for review. The Schematic Design Summary will be used for coordination between the project design team and the City and for final buy-in by the project team prior to completion of the detailed final design. The 2006 Wastewater Facilities Plan recommended under Element AT2 to construct the first half of the new BNR bioreactor basins, new blower building, retrofit the existing aeration basins and enhance the existing aeration system capacity. The Facility Plan utilized the Winter Modified Johannesburg (WJM) process for determination of the improvements required for Phase 1. During the preliminary design phase, additional treatment processes will be evaluated for Scope of Services 9 of 31 3/29/2007 application at Bozeman. One likely alternative treatment process would be the incorporation of the Bardenpho process to further enhance the nitrogen removal capability of the WJM process. The Bardenpho process will require additional capital improvements, and a more complicated design to provide this more robust treatment process train. At the City's request, HDRJMMI has planned for the incorporation ofthe Bardenpho unit process into the scope described in Tasks 200 and 300 ofthis contract. The Bardenpho design will be based on an enhancement to Element A T2 described in the 2006 Wastewater Facilities Plan that will be further refined in the preliminary design and process modeling phase. The preliminary design work will include the engineering calculations, hydraulic analyses, process control, and preliminary cost estimates necessary to size the Bardenpho process train. Chapter 7 of the preliminary design report will include the evaluation and preliminary design of the Bardenpho process that will incorporate the process plan into the Preliminary Design Report. The addition of enhanced P-removal fermentation system to the WRF was also included in Phase II of the upgrades. At the City's request, HDR/MMI has included the fermenter unit process and associated odor control system into the scope described in Tasks 200 and 300 of this contract. Fermentation will enable the biological nutrient removal process to perform most effectively, with use of the volatile fatty acids needed for enhanced P-removal provided by the fermentation process in lieu of other sources. The fermenter design will be based on Element A T2 described in the 2006 Wastewater Facilities Plan and will be further refined in the preliminary design and process modeling phase. The preliminary design work will include the engineering calculations, hydraulic analyses, process control, and preliminary cost estimates necessary to size the fermentation system. During the schematic design development, HDR/MMI will also prepare for and conduct operating plant site visits to review BNR treatment processes and/or key process equipment. It is anticipated that one three to four day trip to the Portland area to visit five treatment plants (Durham WRF-N and P removal, large admin complex; Rock Creek WWTP-new headworks, N and P removal, new digesters, UV; Silverton OR--UV and effluent reuse; Marine Park-admin complex, aesthetic treatment of buildings) will be conducted by the City's and HDR/MMI's staff. The trip will involve overnight travel (three nights maximum) to operating facilities anticipated to be most similar to Bozeman's future modifications. A minimum oftwo HDR/MMI's Staffwill accompany City's staff on the visit. It is anticipated that the City will pay for their own time and travel costs for the site visits, and HDR/MMI will include time and travel costs for the site visits in the engineering services budget. A technical memorandum will be prepared at the completion of the site visits to summarize the observations made at the treatment facilities as well as the conclusions drawn by the City staff and HDRJMMI as they pertain to the final design. Subtask 302 - Plans and Specifications HDR/MMI will prepare detailed plans and specifications for the recommended facilities and facilities added as part of the Phase 1 preliminary design. All drawings will be prepared per industry standards and specifications will be prepared using the sixteen-division format of the Scope of Services 10 of 31 3/29/2007 Construction Specifications Institute. The design will incorporate HDR/MMl's and the City's engineering and equipment standards to maintain consistency and compatibility with the City's facilities. The project specifications will be prepared using HDR's standard master specifications, Engineer's Joint Council General Conditions and other Contract Documents. The Engineer's Joint Council General Conditions are consistent with the Montana State Standards for Public Works Facilities and will ensure more rapid review from the State Department of Environmental Quality. Final plans and specifications will be prepared in accordance with Montana Department of Environmental Quality guidelines and will meet the requirements for Circular DEQ 2. A complete listing of the proposed project drawings and specifications are provided in Exhibits E&F. At the City's direction, the WRF contract documents (Task 300) and Administration/Laboratory Building(s) (Task 500) contract documents will be combined for bidding as a single contract Subtask 303 - Design QA/QC Reviews A formal design QA/QC review will be conducted at the 50 percent and 90 percent design points by the identified Quality Assurance Team/Technical Advisors. At these times, HDRJMMI will submit the design and seek input and comments from City staff. A checklist, in the form of a quality assurance log, will be prepared which summarizes all comments and provides a running archive ofthe design team's response to the comments. Subtask 304 - Permit/Regulatory Approval Assistance Active coordination with regulators can spell the difference between success and failure of the project. Our approach is to involve the regulators early in the process and maintain focus on the minimum requirements needed to meet project objectives. HDR/MMI will sustain involvement, which will build consensus and avoid surprises during critical review steps. HDR/MMI will provide technical criteria, written descriptions and design data for use in filing applications for permits with, or obtaining approvals of, government authorities that have jurisdiction to approve the design ofthe project. HDR/MMI will meet with MDEQ at the 20% and 90% steps in the process to review the design with them. Subtask 305 - Estimate of Probable Construction Cost HDR/MMI will update the estimated project cost at the 20 percent Schematic Design, 70 percent, and 90 percent design points and will submit a fmal estimate of the anticipated construction cost prior to the bid opening. Subtask 306 - Summary Project Presentation HDR/MMI will prepare and provide a summary project presentation to the City Commission and City Staffnear the conclusion of this task, at a time as directed by City staff. Scope of Services 11 of 31 3/29/2007 Deliverables: · Schematic Design Summary (6 copies, digital file of summary in .pdfformat) · Drawings (camera-ready copies, 6 half-size copies of all preliminary submittals). · Specifications (camera-ready copies, 6 copies of all preliminary submittals). · Cost estimate submittals at 20 percent schematic design, 70, 90, and 100 percent design stages. · Memoranda, decision log, and quality assurance log summarizing comments and responses from design reviews. City Responsibilities: · Assist with establishing final design criteria. · Participate in schematic design development and plant site visits. · Provide comments on 50 percent and 90 percent review submittals. · Timely review of submittals and coordination of all City review comments. · Participation in PROJECT work sessions including review meetings with MDEQ. · Participate in summary project presentation to the City Commission. Task 400 - Administration/Laboratory Building(s) Preliminary Design Objective: Due to the immediate needs of the City Water/Sewer Department, the Bozeman WRF has been asked to consider combining and enlarging the Phase II Administrationllab Building and construction of separate maintenance facilities to house the offices and support facilities of both departments. For the purposes of development of the preliminary design and design scope of services, it has been assumed that the facilities will be approximately 3,500 to 4,000 square feet in overall building footprint, and will include the following program areas: Laboratory expansion, four to six administration offices, mens and womens locker rooms and restroom facilities, conference room, lunch/break room and training facility, reception, control/SCADA room, storage room, mechanical room, electrical room. HDR/MMI Subtasks: Subtask 401 - Administration/Laboratory Building(s) Space Programming The HDR/MMI project design team and architect will evaluate the options for the addition of a new WRF Administration/Lab Building to accommodate the administrative offices, support facilities and laboratory needs of the new nutrient removal facility. To initiate the programming effort, the HDR/MMI project team will conduct a preliminary survey of space needs for the wastewater treatment department through interviews with key staff members and from current facilities planning. Key questions to be answered will be staff response to space needs, clear understanding of all required staff functions, and understanding of specific equipment needs by staff for completion of identified department functions. Scope of Services 12 of 31 3/29/2007 Following the staff interviews, a preliminary programming and space planning summary will be developed, utilizing similar planning efforts completed at other similar facilities. The preliminary programming summary will include a brief summary of the programming data collected, a summary of recommended space needs, listing of required equipment and support facilities necessary for identified functions, and up to three preliminary layout options for combining the administrative offices and laboratory into one administrative building on the WRF plant grounds or two smaller facilities. The programming summary memorandum will also identify costs associated with the options identified and an evaluation of the feasibility of the options identified. Subtask 402 - Schematic Design (20%) Development The Schematic Design will be summarized in a Schematic Design Memorandum to be used for coordination between the project design team and the City and for final buy-in by the City prior to completion of the detailed final design of facilities. The schematic design will enable City staff to confirm findings of the space programming effort, and will enable selection of a preferred facilities layout. Following completion of the Schematic Design review workshop, a final Schematic design Memorandum will be developed to record findings ofthe programming effort and selection of the proposed facility. Each project element will be summarized by a short technical memorandum to be included in the final Design Development Memorandum. The technical memoranda will include the comments, ideas and decisions made by the team and recommended alternatives to be considered by the City. Where appropriate, HDR/MMI will review alternatives for each component so that costs, operational procedures and maintenance functions are considered. The Table of Contents of the Administration/Laboratory Building(s) Schematic Design Memorandum is as follows: Chapter 1: Architecture Design and Executive Summary Chapter 2: Laboratory Layout Chapter 3: Mechanical Design Concept Chapter 4: Structural Design Concept Chapter 5: Electrical Design Concept Chapter 6: LEED Certification Considerations and Recommendation Chapter 7: Site Considerations, Utilities Chapter 8: Construction Cost Estimate Appendix A: Facility Floor Plan Appendix B: Elevation Views Appendix C: Site Plan Deliverables: · Schematic Design and Space Programming Summary Memorandum (6 copies, digital file of summary in .pdfformat) · Cost estimate submittals for 20 percent schematic design. · Memoranda, decision log, and quality assurance log summarizing comments and responses from design reviews. Scope of Services 13 of 31 3/29/2007 City Responsibilities: · Assist with establishing final design criteria. · Participate in facility programming and schematic design development. · Timely review of submittals and coordination of all City review comments. · Participation in PROJECT work sessions. Task 500 - Administration/Laboratory Building(s} Final Design Objective: Based upon the results ofthe Schematic Design and space programming effort, complete the project design in conformance with the Montana DEQ Circular DEQ-2 Design Standards for Wastewater Facilities for the laboratory facilities. In addition, complete project design in conformance with the City of Bozeman's endorsement of the US Mayor's Climate Protection Agreement. Prepare construction documents for bidding and construction of the programmed facilities. Prepare technical and contract documents necessary for project implementation. HDR/MMI Subtasks: Subtask 501 - Plans and Specifications HDR/MMI will prepare detailed plans and specifications for the new buildings. All drawings will be prepared and all specifications will be prepared using the sixteen-division format of the Construction Specifications Institute. The design will incorporate HDR/MMI's and the City's engineering and equipment standards to maintain consistency and compatibility with the City's facilities. The project specifications will be prepared using HDR's standard master specifications, Engineer's Joint Council General Conditions and other Contract Documents. The HDR master specifications utilize the sixteen-division format ofthe Construction Specification Institute. Final plans and specifications will be prepared in accordance with City of Bozeman building department guidelines. A complete listing of the proposed project drawings and specifications unique to these are provided in Exhibits E&F. At the direction of the City, the Administration/Laboratory Building(s) contract documents will be combined with the contract documents generated in Task 300 for the WRF for bidding as a single construction contract. Subtask 502 - Design QA/QC Reviews A formal design QA/QC review will be conducted at the 50 percent and 90 percent design points by the identified Quality Assurance Team/Technical Advisors. At these times, HDR/MMI will submit the design and seek input and comments from the City staff. A checklist, in the form of a quality assurance log, will be prepared which summarizes all comments and provides a running archive of the design team's response to the comments. In addition, design focus meetings with the design team project managers will be held periodically throughout the design process to address specific design or operational issues. These meetings will be less formal and may Scope of Services 14 of 31 3/29/2007 involve fewer people. The goal of these meetings is to resolve potential obstaclest gain consensus on decisions and keep the project moving forward. Subtask 503 - Building Department Coordination HDR!MMI will provide technical criteriat written descriptions and design data for use in filing applications for permits with, or obtaining approvals oft government authorities that have jurisdiction to approve the design of the project. We will meet with the building department at 20 percent and 90 percent stages of the project to review project components. Subtask 504 - Estimate of Probable Construction Cost HDR/MMI will update the estimated project cost at the 50 percent, and 90 percent design points and will submit a final estimate of the anticipated construction cost prior to the bid opening. Subtask 505 - Summary Project Presentation HDR/MMI will prepare and provide a summary project presentation to the City Commission and City Staff near the conclusion ofthis task, at a time as directed by City staff. Deliverables: · Drawings (camera-ready copies, 6 half-size copies of all preliminary submittals). · Specifications (camera-ready copies, 6 copies of all preliminary submittals). · Cost estimate submittals at 50t 90, and 100 percent design stages. · Memoranda, decision log, and quality assurance log summarizing comments and responses from design reviews. City Responsibilities: · Assist with establishing final design criteria. · Provide comments on 50 percent and 90 percent review submittals. · Timely review of submittals and coordination of all City review comments. · Participation in PROJECT work sessions. · Participate in summary project presentation to the City Commission. Task 600 - Effluent Management Study Objectives: HDR/MMI will focus on development of creative management solutions to facilitate compliance with the more restrictive in-stream nutrient targets anticipated for discharge to the East Gallatin River. Reclaimed effluent reuse for groundwater recharge, irrigation of green spaces and agrlculturet and wetlands creation or restoration all represent potential management plans that may provide the City with an alternative to surface water discharge. This may, in-turnt aid in meeting TMDL driven wasteload allocations and allow the City to accommodate growth in Scope of Services 15 of 31 3/29/2007 flows and loads to the Bozeman water reclamation facility, while staying within limitations on the East Gallatin River. Reclaimed plant effluent can be used for irrigation (parks, golf courses, nurseries, cemeteries, etc.), stream flow augmentation, groundwater aquifer recharge, industrial process water, cooling water and other uses. The effluent management options evaluation will focus on identification and development of treatment process and operational strategies, along with long-term treatment process upgrades, and give consideration review multiple effluent management options. The purpose of this Subtask is to prepare a wastewater effluent management plan that includes identification of potential demand for reclaimed water and alternative effluent disposition methods, potential customers/effluent users and their needs, potential program impediments, costs, conveyance routes, and potential funding resources for evaluating, planning, and constructing the proposed effluent management program and its infrastructure. HDR/MMI proposes a three phase process for exploring effluent management alternatives available to the City. The three phase process for development of an effective effluent management plan is as follows: · Step 1 -Preliminary Investigation: The preliminary investigation will build on the early work completed in the City's Wastewater Facilities Plan. The investigation will focus on identifying the available opportunities for the City to reuse treatment plant effluent for irrigation, irrigation water trading, and/or proper groundwater and surface water disposition using the City's existing liP bed system. · Step 2 - Screen the Potential Markets/Alternatives: Focus on selecting the most viable opportunities from the preliminary investigation of reclamation/reuse opportunities and conduct detailed discussions with regulatory agencies on implementation of the selected effluent management options. · Step 3 - Develop the Effluent Management Plan: Select the preferred effluent management strategy/opportunity and develop a preferred effluent management/reclaimed water reuse plan. HDR/MMISubtasks: Subtask 601 -Preliminary Investigation Objectives ofthe initial step are to build upon the basis of information that has been collected during development of the City's Wastewater Facilities Plan, recalibrate effluent program objectives in light of recent developments in the City's NPDES permit and the East Gallatin River water quality re-assessment by MDEQ, and asses the level of contact with potential end users to set the stage for Step 2. Specific elements of the preliminary investigation include: · Build upon the work completed in the City's Wastewater facilities Plan to incorporate advanced levels of wastewater treatment into the long-term strategy. · Meetwith the Montana Department of Ecology (MDEQ) and Gallatin County Health Department to discuss regulatory issues or constraints. Scope of Services 16 of 31 3/29/2007 . Meet with MDEQ and identified stakeholders to discuss groundwater recharge concepts. Meet with potential local area reuse participants including agricultural irrigators (Beck Jones Irrigation Diversion), golf course managers, park managers, sod farm operators, nursery operators, and the Montana Department of Transportation to discuss reclaimed water reuse opportunities. Identify potential effluent management strategies and reuse systems and their associated costs that are suitable for the type of customers identified. Identify potential funding sources. Identify initial public perception issues. . . . . Subtask 602 -Screen Potential Opportunities This Subtask requires the development of screening criteria and weighting factors as a tool to identify viable management strategies, prioritize potential reuse or effluent trading partners and assign value to the reclaimed water resource. The weighting factors are important because they represent the agreed-upon, relative importance of certain criteria. For example, criteria could consider the level of treatment required, distance from the water source (City's water reclamation facility) to the recipient, and implementation issues. Both the level of treatment and the distance criteria translate directly into costs and feasibility. · Level of treatment required. · Proximity to source (City's water reclamation facility). · Implementation issues. · Public and agency perceptions of reuse. · Current and projected water rates. · Scale of reuse/volume of recycled water to be used. · Quantify peak month and average seasonal (April- October) application volumes for urban irrigation at each identified site. · Impact on land use/general planning. · New infrastructure and cost requirements. · Regulatory environment (potential reclaimed water standards from MDEQ) · Conservation incentives. · Local economic and environmental sustainability. · Control by City. · Value of in-stream or potable water made available by substitution with reclaimed water. · Percent of effluent recycled. · Benefits to City water resources portfolio (water supply). · Geographical obstructions. Subtask 603 -Develop Effluent Management Plan The results of Subtask 702 allow the development infrastructure and plans of service alternatives. Alternatives can be reduced to the "recommended management plan" and refinements made, including an investigation of funding alternatives, refinement of costs (capital, project, O&M, and cost per million gallons), revenue potential resulting from substitution for river irrigation diversion or potable water use, identification of benefits, development of necessary agreements, development of a preliminary implementation schedule, and integration of the program into Scope of Services 17 of 31 3/29/2007 existing design review and approval procedures. Several agreements are required for the use of reclaimed water. At a minimum, an agreement is needed between the water purveyor (City) and the new recycled water customer (the "end-user"), which stipulates the conditions at which the water purveyor will supply the resource and which the customer will accept it. Deliverables: · DRAFT Effluent Management Plan Memorandum (Six (6) preliminary copies and six (6) final copies, digital files in .pdfformat). · Final Effluent Management Plan (Six (6) preliminary copies and six (6) final copies, digital files in .pdfformat). City Responsibilities: · Provide contact information and arrange for initial meetings with key potential reuse customers and other community members that may have interest in alternative effluent management approaches with the City's WRF discharge. · Participate in the development of potential effluent management strategies and reuse markets. · Review of DRAFT and Final Effluent Management Plan documents and provide written comments. · Promptly review project submittals and coordinate with City comments. Task 700 - TMDL Assistance Objectives: The City faces an upcoming hearing on its discharge permit and a TMDL. Both revolve around effluent discharge dilution and receiving water quality conditions in the East Gallatin River. Water quality impairment 303( d) listings for the East Gallatin River foretell of a future with expanded consideration of receiving water quality defined discharge conditions. Future permit renewal cycles are likely to include even more water quality driven discharge limitations. MDEQ has issued their final version ofthe City's new permit, with near-term limits for mass discharge of total nitrogen and total phosphorus that go into effect by June 1,2007. The City has formally questioned the development ofthe mass loading limits presented in the permit, and will present their rebuttal to the permit requirements in a formal hearing with MDEQ. HDR/MMI will provide assistance to the City for this presentation under a separate engineering services agreement. The purpose of this task is to provide continuing technical assistance for review of the TMDL and its potential for imposition of unnecessarily restrictive discharge conditions for the City, and provide assistance in assuming options for addressing final permit conditions. The workplan is divided into a two-part effort, with the first focused on an assessment ofthe options available to the City for strategic participation in current and future water quality management efforts, including collaboration with other potential stakeholders. The second part focuses on assisting the City with closely monitoring the TMDL development process, because an East Gallatin River TMDL might be developed, followed and influenced by another TMDLs on the Missouri/Canyon Ferry Reservoir (or reverse order). Scope of Services 18 of 31 3/29/2007 HDR/MMI Subtasks: Subtask 701 - TMDl Support HDR/MMI will participate in the MDEQ TMDL process for the East Gallatin River and analyze water quality conditions that may impact the City. Participate in meetings with MDEQ about the TMDL, serve on TMDL Technical Advisory Committee(s) and advise the City of developments in the TMDL process that may impact future MPDES discharge conditions. Conduct technical analysis ofMDEQ proposed wasteload allocations and nonpoint source load allocations. Approximately 250 hours of professional assistance is assumed for this task, along with associated technical and clerical support, and direct cost expense budget. Subtask 702 - Tributary and Downstream TMDl Assistance Technical Assistance and Commentary on Tributary and Downstream TMDLs. Montana DEQ may also prepare TMDLs for the rivers and streams that are tributary to Gallatin River and downstream on the Missouri River. These TMDLs may present additional water quality challenges to the City of Bozeman. Downstream TMDLs the Gallatin and the Missouri/Canyon Ferry Reservoir may result in more restrictive discharge conditions reflected upstream to the East Gallatin River. Upstream tributary TMDLs and watershed management plans should sustain high quality ambient water conditions near the City's effluent discharge to assure an adequate effluent mixing zone. Ifupstream conditions are not properly controlled, they may result in diminishment water quality in the Gallatin River for which the City depend for effluent dilution. Assume three comments letters. Approximately 60 hours of professional assistance is assumed for this task, along with associated technical and clerical support, and direct cost expense budget. Subtask 703 - Assist in Future NPDES Permit Negotiations Assist in Future NPDES Discharge Permit Negotiations with MDEQ. Assist the City in evaluating future effluent discharge permit conditions, specifically nitrogen and phosphorus limits. Considerations include establishing an appropriate basis for nutrient limits which are unique and should be distinguished from other parameters, such as toxicants, which are often the focus of regulatory agency permit writers. Establish appropriate averaging period for compliance and avoid maximum daily limits. HDR/MMI will establish a basis for providing capacity for growth to serve a developing community and assist as budget allows. Approximately 100 hours of professional assistance is assumed for this task, along with associated technical and clerical support, and direct cost expense budget. Subtask 704 - Project Stakeholder Communication Periodically throughout the project, it may be necessary for the City Staff and the Engineer to meet with project stakeholders on a one-on-one basis to discuss project status and issues. Examples would be the Montana Department of Environmental Quality, Gallatin Water Quality District, and the Montana River Action Network. This subtask provides for up to six meetings to be conducted by the HDR/MMI project manager in meeting individually with the stakeholders. Scope of Services 19 of 31 3/29/2007 Oeliverables: · Technical review "white paper" summarizing the review of East Gallatin River water quality and current TMDL limits. · Assist the City in a facilitated TMDL process, and assist City with TMDL negotiations to the extent allowed by the budget resources assigned. · Document observations and potential approaches for participation in future water quality studies and the TMDL. · Three (3) comment letters. City Responsibilities: · Attend meetings with regulatory agencies on TMDL or water quality issues. · Coordinate meetings with MDEQ and identified stakeholders. · Participate in negotiations with MDEQ. · Submit required permits and applications and pay any associated fees. Task 800 - Environmental Compliance Objectives: Complete an environmental checklist and environmental review as required by the Montana funding Agencies Uniform Application. The checklist will be completed in full compliance with the recommended project presented in the preliminary design report. There is also the possibility that an Environmental Assessment (EA) would be required for completion of the City of Bozeman's Phase 1 Water Reclamation Facility Upgrade. This task does not provide for engineering assistance for development of a full EA for the project. Separate subtasks have been identified in Task 1200 to provide for additional services for assisting the City and MDEQ in execution of complete environmental compliance documentation, in sufficient detail for the development of a project EA by MDEQ (assumed to be the lead agency for the project). The studies in this task, included on an as-needed basis to be incorporated into the project assistance on a time and materials basis, will contribute to the environmental compliance documentation of the preliminary design report and will serve as support documentation for MDEQ's completion ofa project EA. Subtask 801 - Environmental Evaluation (Checklist) Critical environmental issues will be identified to help determine the alternatives that should be evaluated and to determine and document the environmental impact of the recommended alternative presented in the preliminary design report. In order to qualify for and meet minimum submittal requirements for the State Revolving fund (SRF) and other State of Montana funding sources, as a minimum the project will require an environmental checklist be developed. For the purposes of this subtask, it is assumed that this evaluation will utilize available information, conduct field visits, and consult with concerned agencies to complete the environmental checklist required by the State of Montana Uniform Application for Funding Assistance. Concerned agencies will initially be informed about the project through the summary meeting to Scope of Services 20 of 31 3/29/2007 be presented to the City Commission regarding the preliminary design report. Specific information will be requested from each of these agencies relating to their areas of concern or responsibility. Specific issues that will be examined as part of the environmental checklist include: · Cultural Resources. HDR/MMI will conduct archival research at the State Historic Preservation Office (SHPO), regional libraries and historical societies to develop a list of known historic and archaeological resources. HDR/MMI will conduct a windshield survey to identify possible resources not already recorded, particularly potentially historic buildings within the study corridor. HDR/MMI will provide a map showing the location of identified cultural resources based on records review and windshield survey. · Wetland Investigation. HDR/MMI will review National Wetlands Inventory and soil survey maps to identify known wetland areas. HDR/MMI will conduct a windshield survey to identify areas of potential importance in the facilities area which will require wetland delineation at a later phase. · Threatened and Endangered Species. HDR/MMI will obtain information from the Montana Department of Fish, Wildlife and Parks and the US Fish and Wildlife Service for threatened, endangered and sensitive species in the project area. HDR/MMI will conduct a brief drive-through survey to identify areas of potential habitat for listed species. Hazardous Waste/Materials. HDR/MMI will conduct preliminary research with the City of Bozeman, Gallatin County and US EP A regarding federal and state databases and a will conduct a drive through survey. Identification of Waters of the US. HDR/MMI will contact the US Army Corps of Engineers and the Montana Department of Natural Resources requesting a list of US waters in the project area. A windshield survey will be conducted to verify the presence of these waters. . . . Land Use Survey. HDR/MMI will identify existing land uses from aerial photographs and a drive-through site visit. HDR/MMI will determine future land uses from adopted plans and policies from Gallatin County and the Bozeman City Council, including Comprehensive Plans and zoning ordinances. This task includes visits/meetings with County planning and City officials. Recreation. HDR/MMI will contact the Montana Fish and Wildlife Services, US Forest Service, Gallatin County, and City of Bozeman to develop a list of parks and recreation facilities along the project corridor. This research will include recreation uses outside the defined corridor, since those uses can generate traffic along the project corridor. Prime Farmland. HDR/MMI will review soils survey maps from Gallatin County to determine soils identified as prime farmlands. Floodplain and Floodway. HDR/MMI will review FEMA maps and request other information from the Public Works Departments of Gallatin County. . . . 21 of 31 3/29/2007 Scope of Services Water Quality. HDR/MMI will identify special surface water and groundwater designations (e.g. sole source aquifers) by contacting appropriate federal and state agencIes. · Air Quality. HDR/MMI will reference the current State guidance document to determine the appropriate analysis for the project. · Noise. HDR/MMI will research noise criteria, including local, City and County ordinances, and identify possible sensitive receptors during a windshield survey. Environmental features will be overlaid on the aerial photos for use in comparing alternatives presented in the preliminary design report. A Preliminary Environmental Package, including Uniform Environmental Checklist, will be prepared that includes appropriate maps and graphics and supporting documentation (correspondence with agencies, etc.). A summary will be provided that quickly lists areas of environmental concern that will need additional study. . Deliverables: · DRAFT and Final Montana Uniform Environmental Checklist (6 DRAFT and 6 final copies and digital files). · Environmental review supplemental documentation including maps and overlays for support of the Environmental Checklist (6 copies and digital .pdf copy of each file or exhibit). City Responsibilities: · Timely review of submittals and coordination of all City review comments. · Provide City approval of Uniform Environmental Checklist and associated environmental documentation. Task 900 - Funding Assistance Objectives: Provide assistance to the City's Grants/Budget Officer as necessary for administration of the SRF and STAG funding sources for the project. It is assumed the City Grants Administrator will receive DRAFT required agency documents that are developed by HDR/MMI, consistent with "the Wastewater Facilities Plan and preliminary engineering reports, and will execute the fmal submittals. HDR/MMI will provide the Grants Administrator with the necessary project status reporting and accounting to enable the administrator to properly manage the project funding. Subtask 90 T - SRF Administration Assistance The HDR/MMI team will complete the DRAFT SRF funding application, developed previously by HDR/MMI, in accordance with the requirements of the Montana Department of Commerce. The application will include the SRF funding application and budget summary, including identified project funding sources, engineering and administration costs, capital costs and funding administration costs through Phase I completion. The application effort will include required assistance to the City for securing the SRF financing for the entire Phase I project, with Scope of Services 22 of 31 3/29/2007 the City executing the final contracts with the Montana Department of Commerce and fmal submittal to MDEQ. It is assumed that 64 personnel hours will be allocated for this task. Subtask 902 - STAG Grant Assistance The City may receive an approximate $400,000 State and Tribal Assistance (STAG) Grant administered by USEP A. HDR/MMA will assist the City in completing the grant application, project budget, request for funds, and quarterly compliance reporting for securing the grant funds. The project construction documents will also be coordinated to include all federal supplementary general conditions concerning equal opportunity, affirmative action, WBE/MBE, safety and health and contractor debarment requirements to ensure the STAG funding may be properly secured. It is assumed that 56 hours of assistance will be provided for this task. Deliverables: · DRAFT SRF Uniform Funding Application and project narrative, including detailed budget spreadsheet identifying project funding sources, engineering and administrations services costs and projected capital costs. · DRAFT STAG funding application and standard USEP A forms for STAG funding acquisition. · STAG Grant application and request for funds forms. · DRAFT quarterly federal compliance reports for USEP AlMDEQ administration. · Federal supplementary general conditions incorporated into the final construction contract document(s). City Responsibilities: · Timely review of submittals and coordination of all City review comments. · Provide City approval of DRAFT Uniform application, STAG funding application and standard USEP A forms. · Final execution and submittal of applications and forms required for acquisition of funds. Task 1000 -Additional Services Only Upon Authorization of City Objectives: The HDR/MMI team is available to provide additional services, if identified as necessary throughout the completion of the identified work elements for the Phase 1 improvements at the WRF. These services would be completed on a time and materials basis, as negotiated at the time identified for project completion. Although not all-inclusive, the following work tasks have been identified as work items that may be identified as needed additional services for the project: Treatment Technology Pilot Testing/Demonstration The TMDL process on the East Gallatin River may result in extremely low effluent limits for nitrogen and phosphorous and may result in no mixing zone at the WRF outfall. This, coupled Scope of Services 23 of 31 3/29/2007 with the fact that MDEQ has focused on total nitrogen (TN) for load limits, as apposed to total inorganic nitrogen (TIN), may require the City to demonstrate the limits oftechnology for nutrient removal systems. Currently, the limits of technology for TIN are at 1.5 to 2.0 mg/L, even with state-of-the-art systems. If required by the TMDL negotiation process, HDR/MMI may need to assist the City in demonstrating that refractory dissolved organic nitrogen (rDON), a component of TN, is not biodegradable and should not be included in effluent load limits for the WRF. Sterling Engine Evaluation and Design The City has identified a potential beneficial use of the methane gas byproduct from the digestion process at the WRF. Installation of the Sterling Engine technology for use in co- generation of electricity for use locally at the WRF secondary power grid shows promise economically, and the City may wish to explore this in greater detail. At the City's request, HDR/MMI will conduct a preliminary evaluation of the Sterling Engine technology develop an economic evaluation that takes into account the viability of the technology for use of municipal methane gas (including gas scrubbing and conditioning requirements), evaluates the capital costs for installation of the Sterling Engine and required electrical transfer switching and controls, and other implementation requirements. Should the economic evaluation prove the system's economic viability, HDR/MMI will assist the City in developing an equipment procurement specification and will assist the City in the design. of the electrical modifications required for incorporation ofthe co-generation system into the WRF electrical grid. It is assumed that the purchase of this equipment, and incorporation into the WRF electrical grid, would be competed as a separate project independent ofthe Phase 1 expansion. SCADA Assistance and Modification of Instrumentation to Include Control Capability The City's current WRF SCADA system has been developed primarily as a tool for process monitoring and data collection, and treatment process; therefore, limited equipment controls are incorporated into the existing facilities system. As part of the BNR upgrade, more sophisticated controls and controls strategies for process operation will likely be recommended for implementation for the new facilities. The preliminary design. and design. will advance the instrumentation and controls and SCADA system through control loop development, detailed process and instrumentation diagrams and primary element and SCADA system hardware procurement. The final design. and implementation work would include the development of revised process instrumentation and control diagrams and control descriptions, loop diagrams for facilities controls and monitoring modifications, hardware plans and specifications, and cost estimates for completion of the software and hardware modifications. The preliminary design. and design. assumes that no SCADA programming will be included as part of the design. engineering services. If requested by the City, these services would be included in the construction administration contract. It is also assumed that minimal instrumentation and control changes will be made to existing WRF process units which will not be affected by the Phase 1 construction project. These systems will be integrated with the new SCADA system constructed as part of the Phase 1 improvements. Scope of Services 24 of 31 3/29/2007 At the City's direction, HDR/MMI will implement the SCADA system software development identified during the initial design phases of the Phase 1 project that also includes modifications to the existing SACDA controls. These modifications would be implemented in a manner consistent with the long-range planning for the plant SCADA system, and would be completed on both the new and existing facilities that will remain in service following completion of the Phase 1 upgrades. Specific control strategies and SCADA system programming architecture will be developed and incorporated into the Preliminary Design Report. Pre-qualification Assistance - Major Equipment At the City's direction, HDRJMMI will refme and facilitate the bidding process for the project by completing pre qualification for major equipment items. Pre-qualification of major equipment will help to limit the confusion that general contractors often have during bid preparation and will ensure that the specified equipment or pre-determined equals are included in each general contractor's bid. Under the proposed prequalification process, only pre-qualified manufacturers would be allowed to supply equipment bids to the general contractor. At the City's direction, HDR/MMI will prepare, as part of the construction contract plans and specifications, contract provisions, which will describe a pre-qualification process for manufacturers. HDRJMMI will accept pre-qualification packages from manufacturers and review the submittals for conformity with the preliminary project specifications. After the review process is complete, the consultant will meet with City staff to present a recommendation on the manufacturers that should be pre-qualified. After the City and Consultant have agreed upon the pre-qualified manufacturers, the Consultant will issue an addendum to the construction plans and specifications, listing those manufacturers that have been pre-qualified. Pre-qualification Assistance - General Contractor HDR/MMI will refme the bidding process for the project by completing pre-qualification for general contractors. The objectives of general contractor pre-qualification will be as follows: · Ensure that contractors bidding the Bozeman WRF Phase 1 project are qualified for the work included in this contract. · Establish a systematic basis for qualifications submittal and review for bidding. · Establish a list of the pre-qualified contractors for bidding. Utilizing reference materials from other locations, a contractor pre-qualification package will be prepared for the project. Recently, an adaptable structure for General Contractor Pre- qualification for public works projects has been developed by the State of California. HDR also recently completed a contractor pre-qualification effort for the City of Coeur d' Alene, Idaho. Using this effort as a basis for pre-qualification package development, HDRJMMI will prepare a General Contractor Pre-qualification package for review and discussion with the City, including the following: · A questionnaire and request for fmancial statements to be sent to contractors. Scope of Services 25 of 31 3/29/2007 · A scoring system, for rating the answers given by the contractors and by the references on objective criteria. · An appeal procedure to address potential requests from candidate contractors not included on the pre-qualified list for Phase 1 bidding. HDR/MMI will review the draft questionnaire, scoring system and appeal procedure with City staff and prepare the fmal questionnaire for advertisement. HDR/MMI will also prepare an announcement for General Contractor Pre-qualification package submittals in advance of bidding. This work will include the following tasks: . Prepare an announcement of pre-qualification procedures. Assist the City in response to questions about the questionnaire and request for financial statements. . HDR/MMI will work with City staff to form a General Contractor Pre-qualification review panel comprised of City and consultant staff, review the pre-qualification questionnaire and financial statement submittals from prospective contractors, work with the City to conduct reference reviews for the candidate contractors, work with the City to score the submittals and prepare a listing of the pre-qualified contractors and publish the results. HDR/MMI will also participate in the City's appeal procedure to address potential requests from candidate contractors not included on the pre-qualified list for bidding and will publish the final list of pre-qualified contractors for bidding. Equipment Pre-purchase Pre-purchase of major equipment is not planned for the project, as it is planned to bid the project as a single large contract to maintain better contract control and streamline the project contract management. During the project preliminary design phase, there is the possibility that pre- purchase of certain major equipment items may be identified to be beneficial to the City for economic or procurement control reasons. At the City's direction, for equipment items that are identified for pre-purchase during preliminary design, HDR/MMI will prepare procurement plans and specifications, contract procurement provisions, and technical specifications for equipment procurement. HDR/MMI will assist the City in conducting equipment pre- qualification and procurement bidding. Following the procurement bidding, HDR/MMI will evaluate the apparent low bidder(s) for compliance with the procurement specifications and will provide the City with contract award recommendation(s). HDR/MMI will provide assistance to the City for review of procurement submittals, coordination of procurement schedules with the Phase 1 construction project schedule, and assist with coordination of equipment acceptance and installation including equipment startup, commissioning and operations and maintenance training. Environmental Assessment Assistance This Subtask is included for providing additional services for assisting the City and MDEQ in execution of complete environmental compliance documentation, in sufficient detail for the development of a project EA by MDEQ (assumed to be the lead agency for the project). The Scope of Services 26 of 31 3/29/2007 studies in this task, included on an as-needed basis to be incorporated into the project assistance on a time and materials basis, will contribute to the environmental compliance documentation of the preliminary design report and will serve as support documentation for MDEQ's completion of a project EA. At the City's direction, HDRJMMI will prepare an EA following currentMDEQ guidelines and, if applicable, the 404/NEP A Merger Process. The assessment will comply with the National Environmental Policy Act of 1969 as amended (NEP A), 23 CFR 771, FHW A - Environmental Impact and Related Procedures, and 40 CFR 1500-1508, Council on Environmental Quality (CEQ) regulations. It will comply with Section 404 of the Clean Water Act (CW A), Section 106 of the National Historic Preservation Act (NHPA), the Endangered Species Action (ESA), and other Federal, State and local laws and regulations. HDRJMMI will coordinate with the appropriate agencies when environmental evaluations occur on public lands within the project area. HDRJMMI and specialty sub-consultants will collect additional data and perform additional evaluations of resources to support the EA as summarized in the list of technical reports below. All field work and analyses will be conducted within a study area, based on the information collected and refined during the development of alternatives in the preliminary design report. Each of the technical reports listed below will include a description of the existing resources, methodology, criteria for determining whether impacts are significant, analysis of beneficial, direct and indirect long-term impacts, and cumulative impacts, analysis of short-term construction impacts, and mitigation measures where appropriate. All technical reports will be indexed. It will be important to schedule the technical reports carefully to maintain a smooth flow ofthe project schedule rather than have all reports completed and available for review simultaneously. An overlapping schedule will allow more effective review as well as more efficient document production from the consultant team. The preliminary list of technical reports is as follows: · Environmental Resource Mapping · Cultural Resources · Wetlands · Biological Resources and Threatened and Endangered Species · Surface Water · Floodplains · Groundwater · Socioeconomics · Recreation and Land Use · Air Quality · Noise · Earth Resources and Construction Impacts · Hazardous Materials and Waste · Visual Resources The EA process will follow the general steps for development. A more detailed scope of services for implementation ofthe following steps will be provided ifit is determined that an EA will be required for the project. Scope of Services 270f31 3/29/2007 · Preparation of Individual Chapters of Environmental Assessment · Review of EA Chapters by Review Agency · Prepare Complete Review Document · Agency Review Meeting · Respond to Comments and Submit Revised Review EA · Produce the EA · Print EA · Conduct Public Hearing and Design Hearing · Respond to Comments on EA · Merger Meetings · Revise EA to address Comments · EA Approval · Prepare Decision Document (either a FONSI or Notice of Intent) Prepare NEPA/MEPA Documents Should MDEQ not be identified as the lead agency for completion of a project specific EA, and an EA is necessary for the project, then HDR/MMI are available to complete the necessary NEP A/MEP A documentation required for the EA. This task includes assembling and editing the EA from the technical reports. HDR/MMI will use the reports described in the Environmental Assessment Assistance Subtask described above to prepare the EA for the identified lead agency. Information concerning the potential environmental impact of varying alternatives would be provided to MDEQ. Information to be provided will include the important issues identified through the scoping process, contact with key agencies and stakeholders, and preparation of the initial environmental check list. The EA will be submitted to the Montana Department of Environmental Quality (DEQ) by the lead agency. Preparation of an EA by HDR/MMI is not anticipated, nor is the preparation of an environmental impact statement (EIS). The development of an EA or EIS is included in this scope only in the event a greater environmental effort is required. Stakeholder Communications - Project Website In addition to stakeholder meetings conducted in SubTask 704, a project web site could be created and updated periodically throughout the project duration to provide information to the key project stakeholders and public on issues related to the effluent management planning, the scheduled completion of the TMDL Development, and construction progress. The web site would include key project activities, a project schedule, a schedule on the progress ofthe TMDL negotiations with MDEQ, a schedule on the progress of the construction project(s), and a location for public input to the City's project management team. This web site would be maintained during the construction of the Phase 1 improvements at the WRF site. Multiple Contract Administration The City has indicated that they plan to complete the Phase 1 Improvements project at the WRF through a single construction contract. Through the preliminary design effort, it may be recognized that it is in the best interest of the City to separate the project construction activities into multiple construction contracts. The preparation of documents for alternate, separate, or Scope of Services 28 of 31 3/29/2007 sequential bids or providing extra services in connection with bidding, negotiation or construction prior to the completion of the Final Design Phase, would be added to this scope only in the event these services are requested by the City. Expansion of Support Utilities Further development or expansion of existing utilities serving the WRF site are not expected to be required for the Phase 1 improvements planned and is not included in this scope. Should significant improvements be required for the following support utilities, additional design coordination and design effort may be required for the following: · Potable or Non-Potable Water Supply · Natural Gas · Telephone/telecommunications · Digital communications Scope of Services 29 of 31 3/29/2007 Schedule Starting from the Notice to Proceed (NTP), the project schedule projected is as shown below and depicted on the following page. Task Description Schedule 100 Project Management and Administration · Project Duration · Management Plan - 30 davs after NTP 200 WRF Process Preliminary Design · Pre Design review session- 100 days after NTP 300 WRF Process Final Design · Schematic Design review session - 3 months after NTP · Schematic Design report - 4 months after NTP · 50% design review - 7 months after NTP · 90% design review - 12 months after NTP · Summary project presentation - 13 months after NTP 400 AdministrationlLaboratory Building( s) · Schematic Design report - 3 months Preliminary Design after NTP 500 AdministrationlLaboratory Building(s) · 50% design review - 6 months after Final Design NTP · 90% design review - 9 months after NTP · Summary project presentation - 11 months after NTP 600 Effluent Management Study · 3-5 months after NTP 700 TMDL Assistance · Project Duration 800 Environmental Compliance · 1-3 months after NTP 900 Funding Assistance · Project Duration · Application Submittals - One month following NTP 1000 Additional Services Only Upon · As authorized by City, Schedule as Authorization of City appropriate Scope of Services 300f31 3/29/2007 City of Bozeman WRF Phase 1 Expansion - Design Engineering Services Schedule NTP Task 100 - Project ~~~~_g~_~~~!~_AQrl}in. Task 200 - WRF Process er~lir!}inary Desigl}__ _ Task 300 - WRF Process Eif!~t [}~~Lg!!___ ___ _ 0_ Task 400 - Admin/Lab . Bldg~relim DesigD__ Task 500 - Admin/Lab ~_I~g( ~)~f~n_~gesig~ Task 600 - Effluent !v1a!!~ll~!!l~nt ~!l.Igy _ _ Task 700 - TMDL Assistance - ---.-. Task 800 - Environmental g~rDpli_~~ge _ Task 900 - Funding Assistance u__ .__.__.__._ ___ Task 1000 - Additional Service u on re uest Scope of Services Month 1 __ +._.~ __.. ___~_.____ .. _..om * Month Month Month Month Month! Month 0 Month Month' Month Month! Month : Month . Month Month Month 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 - ------"----- ----~_.-. _._----,-._._- ~--- - -- -----..- ~..- - ... --.----- -- - ._+ ~-- ...-.- ~ I --------- -- - - .. ... . F;~~~subm~, . . . 0 I ; 0: . i i , , ; , , j , . 31 of 31 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Engineering Fee Estimate Task Cost Summary Task Direct Labor Task Total $ 295,451.10 $ 25,514.00 $ 320,965.10 $ 405,940.50 $ 88,527.50 $ 494,468.00 $ 2,245,225.50 $ 142,943.80 $ 2,388,169.30 $ 29,106.00 $ 2,967.60 $ 32,073.60 $ 199,955.70 $ 10,339.80 $ 210,295.50 $ 54,016.20 $ 2,225.20 $ 56,241.40 $ 101,083.50 $ 7,475.00 $ 108,558.50 $ 8,694.00 $ 495.20 $ 9,189.20 $ 11,718.00 $ 492.00 $ 12,210.00 $ $ 100,000.00 $ 100,000.00 $ 3,351,190.50 $ 380,980.10 $ 3,732,170.60 Expenses $ 161,950.00 $ 28,600.00 $ 14,800.00 $ 53,200.00 $ 122,430.10 $ 380,980.10 $ 3,732,170.60 Task Descri tion 100 200 300 400 500 600 700 800 900 1000 Project Management and Administration WRF Process Preliminary Design WRF Process Final Design AdministrationlLaboratory Building(s) Preliminary Design AdministrationlLaboratory Building(s) Final Design Effluent Management Study TMDL Assistance Environmental Compliance Funding Assistance Additional Services Only Upon Authorization of City Total Labor and Expenses Cost by Task Expense Summary Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Expenses TOTAL ESTIMATED ENGINEERING SERVICES FEE DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 1 of 12 3/29/2007 Exhibit D: City of Bozeman Water Reclamation Facility Phase 1 Expansion I Staff Hour Estimate HDR Engineering. Inc. Morrison ierle.lnc. PM OM IPC QAl QA3 QA5 CMS2 PDTl DTl DT2 DT3 DT5 DT6 OPS TSl TS2 TS3 TS4 TS5 TS6 TS7 TS8 CADI ADMl ADM2 Subtotal QA2 QA4 DT CMSl PDT2 DT4 DT7 DT8 CMS3 CMS4 TS9 TS10 TSll TS12 CAD ADMl ADM2 SubTotal $ 166,95 $ 166.95 $ 179.55 $ 179.55 $ 179.55 $ 119.55 $ 179.55 $119,70 $157.50 $,,"70 $ 7245 $ 103,95 $15750 $14490 $ 144 90 $ 17010 $ 135,45 $ 144,90 $17955 $ 15750 $13545 $ 179,55 $ 66,15 $ 66.15 $ 63.00 Hours $141,75 $ 17010 $122.85 $ 141.75 $ 122.85 $ 10710 $1071 $ 107.10 $ "'.30 $ 88.21l $ 107.10 $ 141,75 $ 126,00 $ 9135 $ 8820 50.40 '50.40 Hours Task_ and n . '->- .'.oK,;.' ,,,,,,. +.<. .",. ..yC , ;, '$ . " .' ". '<>' '.';' . . ;'""".", .' 101 Pro'ect Manaaement and Plan 40 60 4 120 200 424 4ll 60 120 120 340 102 Pro'eel Coordination Meetinas and Reoorts 136 136 120 392 96 96 192 103 Pro'eel Team Coordination Work Sessions 60 60 30 4ll 16 16 30 30 30 30 16 16 30 16 30 16 8 30 8 30 30 30 40 642 24 60 60 16 30 30 30 30 30 30 30 30 30 30 30 30 30 550 Hours sub-total 236 2~ 30 44 16 16 0 30 30 30 30 16 16 0 30 16 30 16 8 30 8 30 30 150 350 1 4SIl U 196 216 16 30 30 30 30 30 30 30 30 30 30 30 150 150 11lf12 Task - .:~ :''''" .' .. ~?~' ., ,>y. .. ,__J y":, ; ','-',. ,:Y" ,-X-;K:' ,,-,;' " .. ..;~,,<>:,~..i'~ .A9'~; 201 Preliminarv Desion Memoranda 140 200 88 60 40 16 64 196 56 340 8 8 4ll 8 32 8 12 16 4ll 60 48 140 1620 4ll 115 180 48 40 240 160 16 24 100 48 4ll 1051 202 Site Surve~ 8 8 16 8 92 4 24 128 203 Geotechnical Services 8 4 12 38 4ll 48 126 204 PreliminaN Desinn Rennrt Submittal 8 24 24 16 40 112 20 24 24 16 24 108 205 Qualitv Control 4ll 12 52 18 32 50 Hours sub-total 148 248 88 100 48 16 12 IU 196 80 346 8 8 48 8 0 44 8 12 16 48 60 IU 0 180 1812 6/1 167 212 148 3B 48 240 11U 48 0 16 24 4 172 IU 0 IU 1463 T '~ 'l~~: 1, , '. .. '~":;' '<.~ ,~ "~' " .{, -:"'" .,' "'.,,' ,'^<,',.'y ~ , .' ,< 'W$IR' IT!. '..X' ';",!? .." T,:~ ~:tf' " ~'" '< ,. . . .., ... '.'lJ;' .. "".,;;" "", t_:::::>;.'f:::-:,," 301 Schematic Desion SummarY (20% Desion} 24 60 40 16 8 48 16 48 48 2411 32 16 60 320 8 296 80 1360 8 24 70 24 40 60 16 8 16 16 60 4ll 382 302 Plans and Soecifications 80 120 16 16 8 148 200 950 1520 100 520 172 304 1160 800 2100 240 4032 80 12566 8 40 300 200 4ll 20 900 450 160 320 16 120 3100 80 5754 303 Desion QAlQC Reviews 100 80 16 24 220 40 60 16 116 304 PermitlReaulatorv Aooroval Assistance 24 16 8 48 16 16 0 6 40 305 Estimate of Probable Construction Cost 40 8 32 80 32 32 64 306 Summary Proiect Presentation 16 16 6 8 8 56 8 8 8 8 32 Hours sub-total 144 252 48 132 80 24 32 196 24B 998 1_ U 100 7/10 172 336 1176 0 0 8/10 U20 24B 4336 8 176 14330 72 148 410 200 IU 10B 960 466 8 0 150 336 16 136 316/1 8 128 6388 - - ,"'-" ., ". ~:,' I'., '''.;. .. ~ '::','';;':' ,." V" ,. <,i > ,y~ ~- '.,.'&/' ,.''',::-<,,1'' ,,' , , , ,. ~:. < ';<r " /,l;> ,,* '.. .'/ 41, 4111 AdminlLaboratorv Buildino(s Soace Proarammino 4 8 16 4 4 18 4 4 16 76 16 18 16 48 402 Schematic Desion l2O%) Develonment 4 6 4 16 24 4 4 16 24 8 112 0 Hours sub-total 4 12 0 0 8 0 4 0 32 0 0 4 4 0 48 0 8 0 0 8 16 0 U 0 24 188 0 0 0 0 0 0 0 0 0 0 16 16 0 0 0 0 16 48 '1'ask_ CfiIloIJ_- "%:". ";--,,.',-< ., ~.; -~cjt.> -. "''''. , .. '~ ~: , '" h .. ,M. , ... .:;"- ;,1 , ~. '::,,-';- , .. , .. ;y.'", 501 Plans and Soecifications 4 60 16 200 8 150 160 40 400 8 32 1078 8 8 40 8 , 240 16 20B 24 552 502 Desion QAlQC Reviews 8 8 8 8 32 8 8 503 Buildina Deoartment Coordination 8 8 . 8 16 24 504 Estimate of Probable Construction Cost 4 8 8 20 8 6 16 505 Summarv Proiect Presentation 8 8 8 8 32 4 4 6 Hours sub-total 8 8 0 8 8 0 8 0 IU 0 0 8 0 16 216 8 150 0 0 150 48 0 400 8 48 1170 0 20 12 48 0 16 0 16 0 0 24B 16 0 0 208 0 U 6IlfI 11 - """. '::-,;}. ., ;w: ': * .- .. ~*,; ~::q<> .;;". .~.'* .~* r~I_ . ~. ,. , ~'" "<,>>>"i': .,. " .. '" " <- ,. .. ... , .. .~: -4:~I~--..-- 'i;<:"-,:, + '.0, '."d %,; .",,,,,,, 601 Preliminarv Investiaation 8 4 16 60 4 8 100 0 602 Screen Potential Onnnrtunities 16 60 60 136 18 16 603 Develoo Effluent Manaoement Plan 24 4ll 40 8 112 8 6 Hours sub-total 48 4 0 0 0 116 0 150 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 16 34B 0 24 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U r"",,_ 111IIlL~ ' ,"'m,'0 "":"iF .". I'~ '.. ..... ',; t, :~':;,{~ .-. - .. .,,0..... 'v"" ~'.. "'o/l<', )' , ,,v:f;',..y ~~, " " ~ :-,:IV '''</:::>:---:~--:' l' .c:" . ';1<.{-'; " _0:>jl --~=;:-:, ""-'-" ""'J. S;;;icP " .... ~ .. < , 701 ITMDLSun"". 4ll 150 140 24 24 378 0 702 Tributarv and Downstream TMDL Assistance* 4ll 8 48 20 20 703 Assist in Future NPDES Permit Neaotiations* 4ll 40 8 88 4ll 40 704 Project Stakeholder Communication* 48 16 4ll 4ll 144 24 8 Hours sub-total 128 16 0 0 0 230 0 0 0 0 148 0 0 0 0 0 0 0 0 0 48 0 U 0 SO 6$11 0 50 U 0 0 0 0 0 0 0 0 0 0 0 0 0 8 92 'Task - ,- ... ;.,~, , : '<; " >. , y, .. , ~ ... ;'J1>~ < " ,{'': ." ' .. ~'-' '. .. .. .w~'x,*' , 801 Environmental Evaluation (Checklist * 8 24 16 18 64 6 8 Hours sub-total 0 8 0 0 0 0 0 0 0 0 0 24 0 0 0 0 0 0 16 0 0 0 0 0 1. IU 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 'lI <i ,'f,,~~' .- R 1 ,Nrt ~-{ ~$~ "" ,.' Ie ,:.' C'''''' "* ) '. -:%, _. I"'} -; . -ts_~~- ", "''''' '~."y .&:~:- , < , ',' .;;~" >t 'f .. .,.. /'"il,,, " ,. w , -:~~~~;~~~~::t; ~~ -,--ill- :" _r_/'_. 901 SRF Administration Assistance* 8 16 48 64 0 902 STAG Grant Assistance* 16 4ll 56 0 Hours sub-tot U 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO 120 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 - ... . , ,~. . -:;;;;.",,-; 0.,. , ",..' ;;",( ';':;'/:. " ..'-, '1' 4!' " .;1Wi!W '''ill...'>.... ,_. .. -'<"-' """+.' ;y)..,,; ,,+. ..~ ., 1001 Additional Services* 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 0 0 0 0 0 0 0 0 0 Hours sub-total 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 0 0 0 0 0 0 0 0 0 Total Personnel Hours 7411 812 158 284 152 402 56 450 590 1,108 2,078 84 128 816 4(36 360 1408 24 36 1,074 2584 338 4.882 168 972 19964 154 615 882 404 132 194 1.230 896 76 30 470 422 50 338 3,470 156 390 9705 Key Personnel IIIl8 Labor Cataoorv Project Manager Design Manager Principal Principal Principal Principal Princiipal Engineer II SUpelVising Engineer II Engineer II Engineer I Engineering Technician Supervising Engineer II Supervising Engineer 11 Project Archttect Supervising Engineer III Engineer 111 Environmental Professional II Senior Envirinmental Professional Supervising Engineer II Engineer III Principal CADD Drafter Accounting/Admin. Clerical PM - Project Manager OM - Design Manager IPC - Ihterim Permit Compliance QA 1 - Quality Assurance QA3 - Quality Assurance QA5 - Quality Assurance CMS2 - CM Specialists PDT1 ~ Preliminary Design Team on - Design Team DT2. Design Team DT3. Design Team DT5 - Design Team DT6 - Design Team OPS - Opeoations Specialist TS1 - Technical Support TS2 - Technical Support TS3 - Technical Support TS4 - Technical Support TS5 - Technical Support TS6 - Technical Support TS7 - Technical Support TS8 - Technical Support CAD - CAD Technician ADMl . Project Controller ADM2 . Project Assistant MMI QA2 - Quality Assurance QA4 - Quality Assurance DT - Design Team CMS1 - CM Specialists PDT2 - Preliminary Design Team DT4 - Design Team OT7 - Design Team DT8 - Design Team CMS3 - CM Specialists CMS4 - CM Specialists TS9 - Technical Support TS10 - Technical Support TS11 - Technical Support TS12 - Technical Support CAD - CAD Technician ADM1 - Project Controller ADM2 - Clerical Supervising Engineer III Principal Supervising Engineer I Supervising Engineer III Supervising Engineer 1 Senior Engineer II Senior Engineer I Senior Engineer II Engineering Technician I Senior Engineering Technician Senior Engineer II Supervising Engineer III Senior Survey Manager Design Engineer II Senior Engineering Technician Clerical Clerical ORAFTBozeman Phase 1 Budget FINAL 070329.x1s - Amanda Mctnnis Dan Harmon J.B- Neethling, Ph,D, Bud Benjes John Koch Dave Clark Dave Conover Mario Benisch Craig Caprara Matt Gough Coralynn Jones Tom Hanou Bob Bower Chris Sherklan Donn Hogan Paul Cockrell Brad Miller Mike Murray, Ph,D, Vincelzzo Don Best Randy Goff/Adam Serock Dave Besinger Steve Eimer Scott Murphy Bob Morrison Nancy Cormier James Nickelson Mike Kaczmarek Alan Erickson Jeff Ashley Travis Meyer Bill Farrell Jay Fischer Tom Heneke Kurt Keith Craig Brown Mike Brandt Jerry Halford Page 2 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 100 - Project Management and Administration Total HDR Staff 101 102 103 Hours Rate Total Amanda Mcinnis, Project Manager 40 136 60 236 $53.00 12,508.00 Dan Harmon, Design Manager 60 136 60 256 $53.00 13,568.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 30 30 $57.00 1,710.00 Bud Benjes, QA 4 0 40 44 $57.00 2,508.00 John Koch, QA 0 0 16 16 $57.00 912.00 Dave Clark, QAfT'MDL Assistance 0 0 16 16 $57.00 912.00 Dave Conover, CM Specialist 0 0 0 0 $57.00 0.00 Mario Benisch, Process Modeling 0 0 30 30 $38.00 1,140.00 Craig Caprara, RASNJAS Pumping 0 0 30 30 $50.00 1,500.00 Matt Gough, Aeration BasinlBNR 0 0 30 30 $38.00 1,140.00 Coralynn Jones, Blower Building 0 0 30 30 $23.00 690.00 Tom Hanou, Constructibilty 0 0 16 16 $33.00 528.00 Bob Bower, Lab Optimization 0 0 16 16 $50.00 800.00 Chris Sheridan, Operations Specialist 0 0 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 30 30 $46.00 1,380.00 Paul Cockrell, HVAC 0 0 16 16 $54.00 864.00 Brad Miller, Structural Design 0 0 30 30 $43.00 1,290.00 Mike Murray, Ph.D., InfiltrationlPercolation 0 0 16 16 $46.00 736.00 Vince Izzo, Environmental 0 0 8 8 $57.00 456.00 Don Best, Instrumentation Design 0 0 30 30 $50.00 1,500.00 Randy Goff/Adam Serack, Project Financingl3D 0 0 8 8 $43.00 344.00 Dave Besinger, Electrical Service Entrance 0 0 30 30 $57.00 1,710.00 Steve Eimer, CAD Technician 0 0 30 30 $21.00 630.00 Katie Ward, Project Controller 120 0 30 150 $21.00 3,150.00 Chris Kelly, Project Assistant 200 120 40 360 $20.00 7,200.00 HDR Totals )lAiiim Morrison Malerle Staff Scott Murphy, QA 0 0 24 24 $45.00 1,080.00 Bob Morrison, Facility Plan Liaison 40 96 60 196 $54.00 10,584.00 Nancy Cormier, Hydraulic Profile 60 96 60 216 $39.00 8,424.00 James Nickelson, Site Planning 0 0 16 16 $45.00 720.00 Mike Kaczmarek, Groundwater Study 0 0 30 30 $39.00 1,170.00 Alan Erickson, Cost Estimating 0 0 30 30 $34.00 1,020.00 Jeff Ashley, Secondary Effluent Pumping 0 0 30 30 $34.00 1,020.00 Travis Meyer, Ultraviolet Disinfection 0 0 30 30 $34.00 1,020.00 Bill Farrell, Field Inspection 0 0 30 30 $22.00 660.00 Jay Fischer, Structural Field Inspection 0 0 30 30 $28.00 840.00 Tom Heneke, HVAC 0 0 30 30 $34.00 1,020.00 Kurt Keith, Structural Design 0 0 30 30 $45.00 1,350.00 Craig Brown, Land Surveying 0 0 30 30 $40.00 1,200.00 Mike Brandt, Standby Power 0 0 30 30 $29.00 870.00 CAD Technician 0 0 30 30 $28.00 840.00 Project Controller 120 0 30 150 $16.00 2,400.00 Administrative Assistant 120 0 30 150 $16.00 2,400.00 Morrison Malerle Totals TOTAL HOURS :: ,iill!!l! ' ~Yf . !fl1Gr_il ; .%M; " '%>'<<1 101 Project Management and Plan 102 Project Coordination Meetings and Reports 103 Project Team Coordination Work Sessions Total Labor OH/Proflt Multiplier Total Direct Labor $93,794.00 x3.15 $295,451.10 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology $3,000.00 $11,600.00 $500.00 $0.00 $10,414.00 $25,514.00 $320,965.10 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 3 of 12 3/2912007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 200 . WWTP Process Preliminary Design Total HDR Staff 201 202 203 204 205 Hours Rate Total Amanda Mcinnis, Project Manager 140 0 0 8 0 148 $53.00 7 844.00 Dan Harmon, Design Manager 200 8 8 24 0 240 $53.00 12720.00 J.B. Neethling, Ph.D., Permit Compliance 88 .0 0 0 0 88 $57.00 5016.00 Bud Benjes, QA 60 0 0 0 40 100 $57.00 5700.00 John Koch, QA 40 0 0 0 0 40 $57.00 2280.00 Dave Clark, ONTMDL Assistance 16 0 0 0 0 16 $57.00 912.00 Dave Conover, CM Specialist 0 0 0 0 12 12 $57.00 684.00 Mario Benisch, Process Modeling 64 0 0 0 0 64 $38.00 2432.00 Craig Caprara, RASIWAS Pumping 196 0 0 0 0 196 $50.00 9 800.00 Matt Gough, Aeration BasinlBNR 56 0 0 24 0 80 $38.00 3 040.00 Coralynn Jones, Blower Building 340 0 0 0 0 340 $23.00 7 820.00 Tom Hanou, Constructibilty 8 0 0 0 0 8 $33.00 264.00 Bob Bower, Lab Optimization 8 0 0 0 0 8 $50.00 400.00 Chris Sheridan, Operations Specialist 40 0 0 0 0 40 $46.00 1 840.00 Donn Hogan, Architectural 8 0 0 0 0 8 $46.00 368.00 Paul Cockrell, HVAC 0 0 0 0 0 0 $54.00 0.00 Brad Miller, Structural Design 32 8 4 0 0 44 $43.00 1 892.00 Mike Murray, Ph.D., Infiltration/Percolation 8 0 0 0 0 8 $46.00 368.00 Vince Izzo, Environmental 12 0 0 0 0 12 $57.00 684.00 Don Best, Instrumentation Design 16 0 0 0 0 16 $50.00 800.00 Randy Goff/Adam Serock, Project Financing/3D 40 0 0 0 0 40 $43.00 1 720.00 Dave Besinger, Electrical Service Entrance 60 0 0 0 0 60 $57.00 3420.00 Steve Eimer, CAD Technician 48 0 0 16 0 64 $21.00 1 344.00 Katie Ward, Project Controller 0 0 0 0 0 0 $21.00 0.00 Chris Kelly, Project Assistant 140 0 0 40 0 180 $20.00 3 600.00 HDR Totals Morrison Maierle Staff Scott Murphy, QA 40 0 0 0 18 58 $45.00 2610.00 Bob Morrison, Facility Plan Liaison 115 0 0 20 32 167 $54.00 9 018.00 Nancy Cormier, Hydraulic Profile 180 8 0 24 0 212 $39.00 8 268.00 James Nickelson, Site Planning 48 92 0 0 0 140 $45.00 6 300.00 Mike Kaczmarek, Groundwater StUdy 0 0 38 0 0 38 $39.00 1 482.00 Alan Erickson, Cost Estimating 40 0 0 0 0 40 $34.00 1 360.00 Jeff Ashley, Secondary Effluent Pumping 240 0 0 0 0 240 $34.00 8 160.00 Travis Meyer, Ultraviolet Disinfection 160 0 0 24 0 184 $34.00 6 256.00 Bill Farrell, Field Inspection 0 0 40 0 0 40 $22.00 880.00 Jay Fischer, Structural Field Inspection 0 0 0 0 0 0 $28.00 0.00 Tom Heneke, HVAC 16 0 0 0 0 16 $34.00 544.00 Kurt Keith, Structural Design 24 0 0 0 0 24 $45.00 1 080.00 Craig Brown, Land Surveying 0 4 0 0 0 4 $40.00 160.00 Mike Brandt, Standby Power 100 24 48 0 0 172 $29.00 4 988.00 CADTechnician 48 0 0 16 0 64 $28.00 1 792.00 Project Controller 0 0 0 0 0 0 $16.00 0.00 Administrative Assistant 40 0 0 24 0 64 $16.00 1 024.00 Morrison Maierle Totals TOTAL HOURS V' r'~~N_~~Ml J_~~t;:,~~j~1%{(J'ffl 201 Preliminary Design Memoranda 202 Site Surveys 203 Geotechnical Services 204 Preliminary Design Report Submittal 205 Quality Control Total Labor OH/Proflt Multiplier Total Direct Labor $128,870.00 x3.15 $405,940.50 Plrect Expenses: Miscellaneous Travel Expenses MappinglPhotoslSurveys Printing and Photocopying Technology $36,400.00 $10,000.00 $14,300.00 $14,400.00 $13,427.50 $88,527.50 $494,468.00 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 4 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 300 - WWTP Process Design Services Subtasks Total HDRStaff 301 302 303 304 305 306 Hours Rate Total Amanda Mcinnis, Project Manager 24 80 0 24 0 16 144 $53.00 7,632.00 Dan Harmon, Design Manager 60 120 0 16 40 16 252 $53.00 13356.00 J.B. Neethling, Ph.D., Perm~ Compliance 40 0 0 0 0 0 40 $57.00 2,280.00 Bud Benjes, QA 16 16 100 0 0 0 132 $57.00 7,524.00 John Koch, QA 0 0 80 0 0 0 80 $57.00 4,560.00 Dave Clark, QAfTMDL Assistance 8 16 0 0 0 0 24 $57.00 1,368.00 Dave Conover, CM Specialist 0 8 16 0 8 0 32 $57.00 1 824.00 Mario Benisch, Process Modeling 48 148 0 0 0 0 196 $38.00 7 448.00 Craig Caprara, RASIWAS Pumping 16 200 0 0 32 0 248 $50.00 12,400.00 Matt Gough, Aeration BasinlBNR 48 950 0 0 0 0 998 $38.00 37,924.00 Coralynn Jones, Blower Building 48 1520 0 0 0 0 1568 $23.00 36,064.00 Tom Hanou, Constructibilty 0 0 24 0 0 0 24 $33.00 792.00 Bob Bower, Lab Optimization 0 100 0 0 0 0 100 $50.00 5,000.00 Chris Sheridan. Operations Specialist 240 520 0 0 0 0 760 $46.00 34 960.00 Donn Hogan, Arch~ectural 0 172 0 0 0 0 172 $46.00 7,912.00 Paul Cockrell, HVAC 32 304 0 0 0 0 336 $54.00 18144.00 Brad Miller, Structural Design 16 1160 0 0 0 0 1176 $43.00 50,568.00 Mike Murray, Ph.D., Infi~rationlPercolation 0 0 0 0 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 0 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 60 800 0 0 0 0 860 $50.00 43,000.00 Randy Goff/Adam Serack, Project Financing/3C 320 2100 0 0 0 0 2420 $43.00 104,060.00 Dave Besinger, Electrical Service Entrance 8 240 0 0 0 0 248 $57.00 14,136.00 Steve Eimer, CAD Technician 296 4032 0 0 0 8 4336 $21.00 91 056.00 Katie Ward, Project Controller 0 0 0 0 0 8 8 $21.00 168.00 Chris Kelly, Project Assistant 80 80 0 8 0 8 176 $20.00 .. HDR Totals .. Morrison Maierle Staff Scott Murphy, QA 8 8 40 16 0 0 72 $45.00 3,240.00 Bob Morrison, Facility Plan Liaison 24 40 60 16 0 8 148 $54.00 7,992.00 Nancy Cormier, Hydraulic Profile 70 300 0 0 32 8 410 $39.00 15990.00 James Nickelson, Site Planning 0 200 0 0 0 0 200 $45.00 9 000.00 Mike Kaczmarek, Groundwater Study 24 40 0 0 0 0 64 $39.00 2,496.00 Alan Erickson, Cost Estimating 40 20 16 0 32 0 108 $34.00 3,672.00 Jeff Ashley, Secondary Effluent Pumping 60 900 0 0 0 0 960 $34.00 32,640.00 Travis Meyer, Uitraviolet Disinfection 16 450 0 0 0 0 466 $34.00 15 844.00 Bill Farrell, Field Inspection 8 0 0 0 0 0 8 $22.00 176.00 Jay Fischer, Structural Field Inspection 0 0 0 0 0 0 0 $28.00 0.00 Tom Heineke, HVAC 0 160 0 0 0 0 160 $34.00 5,440.00 Kurt Keith, Structural Design 16 320 0 0 0 0 336 $45.00 15120.00 Craig Brown, Land Surveying 0 16 0 0 0 0 16 $40.00 640.00 Mike Brandt, Standby Power 16 120 0 0 0 0 136 $29.00 3 944.00 CAD Technician 60 3100 0 0 0 8 3168 $28.00 88,704.00 Project Controller 0 0 0 8 0 0 8 $16.00 128.00 Administrative Assistant 40 80 0 0 0 8 128 $16.00 2,048.00 Morrison Maierle Totals TOTAL HOURS~.Airi4~~~1lI1!1!Wi~~6_#"$~ .[,_d_ffl'~ 301 Schematic Design Summary (20% Design) 302 Plans and Specifications 303 Design QA/QC Reviews 304 PermitlRegulatory Approval Assistance 305 Estimate of Probable Construction Cost 306 Summary Project Presentation Total Labor OHlProfIt Multiplier Total Direct Labor $712,770.00 x3.15 $2,245,225.50 Direct Expenses: Miscellaneous Travel Expenses MappinglPhotoslSurveys Printing and Photocopying Technology Total Direct Expenses $20,000.00 $0.00 $0.00 $38,000.00 $84,943.80 $142,943.80 TASK TOTAL $2,388,169.30 DRAFTBozeman Phase 1 Budget FINAL 070329.x1s Page 5 of 12 3/29/2007 Exhibit P City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 400 - AdministrationlLab & Maintenance Buildings Preliminary Design Subtasks Total HDR Staff 401 402 Hours Rate Total Amanda Mcinnis, Project Manager 4 0 4 $53.00 212.00 Dan Harmon, Design Manager 8 4 12 $53.00 636.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 0 $57.00 0.00 Bud Benjes, QA 0 0 0 $57.00 0.00 John Koch, QA 0 8 8 $57.00 456.00 Dave Clark, QAlTMDl Assistance 0 0 0 $57.00 0.00 Dave Conover, CM Specialist O. 4 4 $57.00 228.00 Mario Benisch, Process Modeling 0 0 0 $38.00 0.00 Craig Caprara, RASIWAS Pumping 16 16 32 $50.00 1,600.00 Matt Gough, Aeration BasinlBNR 0 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 0 $23.00 0.00 Tom Hanou, Constructibilty 4 0 4 $33.00 132.00 Bob Bower, lab Optimization 4 0 4 $50.00 200.00 Chris Sheridan, Operations Specialist 0 0 0 $46.00 0.00 Donn Hogan, Architectural 16 24 40 $46.00 1 840.00 Paul Cockrell, HVAC 0 0 0 $54.00 0.00 Brad Miller, Structural Design 4 4 8 $43.00 344.00 Mike Murray, Ph.D., InfiltrationlPercolation 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 4 4 8 $50.00 400.00 Randy Goff/Adam Serock, Project Financing/3D 0 16 16 $43.00 688.00 Dave Besinger, Electrical Service Entrance 0 0 0 $57.00 0.00 Steve Eimer, CAD Technician 0 24 24 $21.00 504.00 Katie Ward, Project Controller 0 0 0 $21.00 0.00 Chris Kelly, Project Assistant 16 8 24 $20.00 480.00 HDR Totals Morrison Maierle Staff Scott Murphy, QA 0 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 0 0 $54.00 0.00 Nancy Cormier, Hydraulic Profile 0 0 0 $39.00 0.00 James Nickelson, Site Planning 0 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 0 $28.00 0.00 Tom Heneke, HVAC 16 0 16 $34.00 544.00 Kurt Keith, Structural Design 16 0 16 $45.00 720.00 Craig Brown, land Surveying 0 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 0 $29.00 0.00 CAD Technician 0 0 0 $28.00 0.00 Project Controller 0 0 0 $16.00 0.00 Administrative Assistant 16 0 16 $16.00 256.00 Morrison Maierle Totals TOTAL HOURS .~... '>~" ~"Jllil51i'f4~~1 401 Admin/lab & Maintenance Buildings Space Programming 402 Schematic Design (20%) Development Total Labor OHlProfit Multiplier Total Pirect Labor $9,240.00 x3.15 $29,106.00 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Direct Expenses $500.00 $1,500.00 $0.00 $0.00 $967.60 $2,967.60 TASK TOTAL $32,073.60 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 6 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 500 - Administration/Lab & Maintenance Buildings Final Design Subtasks Total HDR Staff 501 502 503 504 505 Hours Rate Total Amanda Mcinnis, Project Manager 0 0 0 8 8 $53.00 424.00 Dan Harmon, Design Manager 4 0 0 4 0 8 $53.00 424.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 0 0 0 0 $57.00 0.00 Bud Benjes, QA 0 8 0 0 0 8 $57.00 456.00 John Koch, QA 0 8 0 0 0 8 $57.00 456.00 Dave Clark, QAlTMDL Assistance 0 0 0 0 0 0 $57.00 0.00 Dave Conover, CM Specialist 0 8 0 0 0 8 $57.00 456.00 Mario Benisch, Process Modeling 0 0 0 0 0 0 $38.00 0.00 Craig Caprara, RASIWAS Pumping 60 0 8 8 8 84 $50.00 4 200.00 Matt Gough, Aeration Basin/BNR 0 0 0 0 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 0 0 0 0 $23.00 0.00 Tom Hanou, Constructibilty 0 8 0 0 0 8 $33.00 264.00 Bob Bower, Lab Optimization 0 0 0 0 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 16 0 0 0 0 16 $46.00 736.00 Donn Hogan, Architectural 200 0 0 8 8 216 $46.00 9 936.00 Paul Cockrell, HVAC 8 0 0 0 0 8 $54.00 432.00 Brad Miller, Structural Design 150 0 0 0 0 150 $43.00 6 450.00 Mike Murray, Ph.D., Infiltration/Percolation 0 0 0 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 160 0 0 0 0 160 $50.00 8 000.00 Randy Goff/Adam Serock, Project Financing/3D 40 0 0 0 0 40 $43.00 1 720.00 Dave Besinger, Electrical Service Entrance 0 0 0 0 0 0 $57.00 0.00 Steve Eimer, CAD Technician 400 0 0 0 0 400 $21.00 8 400.00 Katie Ward, Project Controller 8 0 0 0 0 8 $21.00 168.00 Chris Kelly, Project Assistant 32 0 0 0 8 40 $20.00 800.00 HDR Totals Morrison Maierle Staff Scott Murphy, QA 0 0 0 0 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 8 8 0 0 4 20 $54.00 1 080.00 Nancy Cormier, Hydraulic Profile 8 0 0 0 4 12 $39.00 468.00 James Nickelson, Site Planning 40 0 8 0 0 48 $45.00 2160.00 Mike Kaczmarek, Groundwater Study 0 0 0 0 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 8 0 0 8 0 16 $34.00 544.00 Jeff AShley, Secondary Effluent Pumping 0 0 0 0 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 16 0 0 16 $34.00 544.00 Bill Farrell, Field Inspection 0 0 0 0 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 0 0 0 0 $28.00 0.00 Tom Heneke, HVAC 240 0 0 8 0 248 $34.00 8432.00 Kurt Keith, Structural Design 16 0 0 0 0 16 $45.00 720.00 Craig Brown, Land Surveying 0 0 0 0 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 0 0 0 0 $29.00 0.00 CAD Technician 208 0 0 0 0 208 $28.00 5824.00 Project Controller 0 0 0 0 0 0 $16.00 0.00 Administrative Assistant 24 0 0 0 0 24 $16.00 384.00 Morrison Maierle Totals , " 'ilf,{j'$!filoJIJlliun TOTAL HOURSmE~ yz__ l_ ~.f'if(r;;::ri:;";;;;,,;,,d 501 Plans and Specifications 502 Design QNQC Reviews 503 Building Department Coordination 504 Estimate of Probable Construction Cost 505 Summary Project Presentation Total Labor OHIProflt Multiplier Total Pirect Labor $63,478.00 x3.15 $199,955.70 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Direct Expenses $750.00 $1,500.00 $0.00 $800.00 $7,289.80 $10,339.80 TASK TOTAL $210,295.50 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 7 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 600 - Effluent Management Study Subtasks Total HDR Staff 601 602 603 Hours Rate Total Amanda Mcinnis, Project Manager 8 16 24 48 $53.00 2,544.00 Dan Harmon, Design Manager 4 0 0 4 $53.00 212.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 0 0 $57.00 0.00 Bud Benjes, QA 0 0 0 0 $57.00 0.00 John Koch, QA 0 0 0 0 $57.00 0.00 Dave Clark, QAfTMDL Assistance 16 60 40 116 $57.00 6,612.00 Dave Conover, CM Specialist 0 0 0 0 $57.00 0.00 Mario Benisch, Process Modeling 60 60 40 160 $38.00 6,080.00 Craig Caprara, RASIWAS Pumping 0 0 0 0 $50.00 0.00 Matt Gough, Aeration Basin/BNR 0 0 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 0 0 $23.00 0.00 Tom Hanou, Constructibilty 0 0 0 0 $33.00 0.00 Bob Bower, Lab Optimization 0 0 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 0 0 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 0 0 $46.00 0.00 Paul Cockrell, HVAC 0 0 0 0 $54.00 0.00 Brad Miller, Structural Design 0 0 0 0 $43.00 0.00 Mike Murray, Ph.D., Infiltration/Percolation 0 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 0 0 0 0 $50.00 0.00 Randy Goff/Adam Serock, Project Financing/3[ 0 0 0 0 $43.00 0.00 Dave Besinger, Electrical Service Entrance 0 0 0 0 $57.00 0.00 Steve Eimer, CAD Technician 4 0 0 4 $21.00 84.00 Katie Ward, Project Controller 0 0 0 0 $21.00 0.00 Chris Kelly, Project Assistant 8 0 8 16 $20.00 320.00 HDR Totals Morrison Maierle Staff Scott Murphy, QA 0 0 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 16 8 24 $54.00 1,296.00 Nancy Cormier, Hydraulic Profile 0 0 0 0 $39.00 0.00 James Nickelson, Site Planning 0 0 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 0 0 $28.00 0.00 Tom Heneke, HVAC 0 0 0 0 $34.00 0.00 Kurt Keith, Structural Design 0 0 0 0 $45.00 0.00 Craig Brown, Land Surveying 0 0 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 0 0 $29.00 0.00 CAD Technician 0 0 0 0 $28.00 0.00 Project Controller 0 0 0 0 $16.00 0.00 Administrative Assistant 0 0 0 0 $16.00 0.00 Morrison Maierle Totals TOTAL HOURS 1100. 'R!ilI!!! l_........m.r 81 .~ J 601 Preliminary Investigation 602 Screen Potential Opportunities 603 Develop Effluent Management Plan Total Labor OH/Profit Multiplier Total Direct Labor $17,148.00 x3.15 $54,016.20 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Direct Expenses $100.00 $600.00 $0.00 $0.00 $1,525.20 $2,225.20 TASK TOTAL $56,241.40 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 8 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 700 - TMDL ASSISTANCE Subtasks Total HDR Staff 701 702 703 704 Hours Rate Total Amanda Mcinnis, Project Manager 40 0 40 48 128 $53.00 6,784.00 Dan Harmon, Design Manager 0 0 0 16 16 $53.00 848.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 0 0 0 $57.00 0.00 Bud Benjes, QA 0 0 0 0 0 $57.00 0.00 John Koch, QA 0 0 0 0 0 $57.00 0.00 Dave Clark, QA 150 40 40 0 230 $57.00 13,110.00 Dave Conover, CM Specialist 0 0 0 0 0 $57.00 0.00 Mario Benisch, Process Modeling 0 0 0 0 0 $38.00 0.00 Craig Caprara, RASIWAS Pumping 0 0 0 0 0 $50.00 0.00 Matt Gough, Aeration Basin/BNR 0 0 0 0 0 $38.00 0.00 Coralynn Jones, Blower Building 140 0 0 0 140 $23.00 3,220.00 Tom Hanou, Constructibilty 0 0 0 0 0 $33.00 0.00 Bob Bower, Lab Optimization 0 0 0 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 0 0 0 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 0 0 0 $46.00 0.00 Paul Cockrell, HVAC 0 0 0 0 0 $54.00 0.00 Grady Stephens, Structural Design 0 0 0 0 0 $43.00 0.00 Mike Murray, Ph.D., Infiltration/Percolation 0 0 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 0 0 0 0 0 $50.00 0.00 Randy Goff/Adam Serock, Project Financing/3D 0 0 0 40 40 $43.00 1,720.00 Dave Besinger, Electrical Service Entrance 0 0 0 0 0 $57.00 0.00 Steve Eimer, CAD Technician 24 0 0 0 24 $21.00 504.00 Katie Ward, Project Controller 0 0 0 0 0 $21.00 0.00 Chris Kelly, Project Assistant 24 8 8 40 80 $20.00 1,600.00 HDR Totals -- Morrison Maierle Staff 51 Scott Murphy, QA 0 0 0 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 20 40 0 60 $54.00 3,240.00 Nancy Cormier, Hydraulic Profile 0 0 0 24 24 $39.00 936.00 James Nickelson, Site Planning 0 0 0 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 0 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 0 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 0 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 0 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 0 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 0 0 0 $28.00 0.00 Tom Heneke, HVAC 0 0 0 0 0 $34.00 0.00 Kurt Keith, Structural Design 0 0 0 0 0 $45.00 0.00 Craig Brown, Land Surveying 0 0 0 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 0 0 0 $29.00 0.00 CAD Technician 0 0 0 0 0 $28.00 0.00 Project Controller 0 0 0 0 0 $16.00 0.00 Administrative Assistant 0 0 0 8 8 $16.00 128.00 Morrison Maierle Totals TOTAL HOURSSi:. s:r~.__ 701 TMDL Support* 702 Tributary and Downstream TMDL Assistance* 703 Assist in Future NPDES Permit Negotiations* 704 Project Stakeholder Communication* Total Labor OH/Profit Multiplier Total Direct Labor $32,090.00 x3.15 $101,083.50 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Direct Expenses $1,000.00 $3,400.00 $0.00 $0.00 $3,075.00 $7,475.00 TASK TOTAL $108,558.50 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 9 of 12 3/29/2007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 800 - Environmental Compliance Subtasks Total HDRStaff 801 Hours Rate Total Amanda Mcinnis, Project Manager 0 0 $53.00 0.00 Dan Harmon, Design Manager 8 8 $53.00 424.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 $57.00 0.00 Bud Benjes, QA 0 0 $57.00 0.00 John Koch, QA 0 0 $57.00 0.00 Dave Clark, QNfMDL Assistance 0 0 $57.00 0.00 Dave Conover, CM Specialist 0 0 $57.00 0.00 Mario Benisch, Process Modeling 0 0 $38.00 0.00 Craig Caprara, RASIWAS Pumping 0 0 $50.00 0.00 Matt Gough, Aeration BasinlBNR 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 $23.00 0.00 Tom Hanou, Constructibilty 24 24 $33.00 792.00 Bob Bower, Lab Optimization 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 $46.00 0.00 Paul Cockrell, HVAC 0 0 $54.00 0.00 Brad Miller, Structural Design 0 0 $43.00 0.00 Mike Murray, Ph.D., Infiltration/Percolation 0 0 $46.00 0.00 Vince Izzo, Environmental 16 16 $57.00 912.00 Don Best, Instrumentation Design 0 0 $50.00 0.00 Randy Goff/Adam Serock, Project Financing/3D 0 0 $43.00 0.00 Dave Besinger, Electrical Service Entrance 0 0 $57.00 0.00 Steve Eimer, CAD Technician 0 0 $21.00 0.00 Katie Ward, Project Controller 0 0 $21.00 0.00 Chris Kelly, Project Assistant 16 16 $20.00 320.00 HDR Totals Morrison Maierle Staff Scott Murphy, QA 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 0 $54.00 0.00 Nancy Cormier, Hydraulic Profile 8 8 $39.00 312.00 James Nickelson, Site Planning 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 $28.00 0.00 TomHeneke,HVAC 0 0 $34.00 0.00 Kurt Keith, Structural Design 0 0 $45.00 0.00 Craig Brown, Land Surveying 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 $29.00 0.00 CAD Technician 0 0 $28.00 0.00 Project Controller 0 0 $16.00 0.00 Administrative Assistant 0 0 $16.00 0.00 Morrison Maierle Totals TOTAL HOURS_"" . ml~..~~11 $2,760.00 x3.15 $8,694.00 801 Environmental Evaluation (Checklist) Total Labor OHlProfit Multiplier Total Direct Labor Direct Expenses: Miscellaneous Travel Expenses MappinglPhotos/Surveys Printing and Photocopying Technology Total Direct Expenses $200.00 $0.00 $0.00 $0.00 $295.20 $495.20 TASK TOTAL $9,189.20 DRAFTBozeman Phase 1 Budget FINAL 070329.xls Page 10 of 12 3/2912007 Exhibit D City of Bozeman Water Reclamation Facility Phase 1 Expansion Task 900 -Funding Assistance Subtasks Total HDR Staff 901 902 HoulS Rate Total Amanda Mcinnis, Project Manager 8 16 24 $53.00 1,272.00 Dan Harmon, Design Manager 16 0 16 $53.00 848.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 0 $57.00 0.00 Bud Benjes, QA 0 0 0 $57.00 0.00 John Koch, QA 0 0 0 $57.00 0.00 Dave Clark, QA/TMDL Assistance 0 0 0 $57.00 0.00 Dave Conover, CM Specialist 0 0 0 $57.00 0.00 Mario Benisch, Process Modeling 0 0 0 $38.00 0.00 Craig Caprara, RASN-JAS Pumping 0 0 0 $50.00 0.00 Matt Gough, Aeration BasinlBNR 0 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 0 $23.00 0.00 Tom Hanou, Constructibilty 0 0 0 $33.00 0.00 Bob Bower, Lab Optimization 0 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 0 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 0 $46.00 0.00 Paul Cockrell, HVAC 0 0 0 $54.00 0.00 Brad Miller, Structural Design 0 0 0 $43.00 0.00 Mike Murray, Ph.D., InfiltrationlPercolation 0 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 0 $57.00 0.00 Don Best, Instrumentation Design 0 0 0 $50.00 0.00 Randy Goff/Adam Serock, Project Financingl3D 0 0 0 $43.00 0.00 Dave Besinger, Electrical Service Entrance 0 0 0 $57.00 0.00 Steve Eimer, CAD Technician 0 0 0 $21.00 0.00 Katie Ward, Project Controller 0 0 0 $21.00 0.00 Chris Kelly, Project Assistant 40 40 80 $20.00 1,600.00 HDR Totals . .00 Morrison Maierle Staff Scott Murphy, QA 0 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 0 0 $54.00 0.00 Nancy Cormier, Hydraulic Profile 0 0 0 $39.00 0.00 James Nickelson, Site Planning 0 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 0 $28.00 0.00 Tom Heneke, HVAC 0 0 0 $34.00 0.00 Kurt Keith, Structural Design 0 0 0 $45.00 0.00 Craig Brown, Land Surveying 0 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 0 $29.00 0.00 CAD Technician 0 0 0 $28.00 0.00 Project Controller 0 0 0 $16.00 0.00 Administrative Assistant 0 0 0 $16.00 0.00 Morrison Maierle Totals , ~ ~ TOTAL HOURSt--("""""-=.....cr-,-J1U__ ,.W .1 ;ta'f;zlli!ll 901 SRF Administration Assistance 902 STAG Grant Assistance Total Labor OH/Profit Multiplier Total Direct Labor $3,720.00 x3.15 $11,718.00 Direct Expenses: Miscellaneous Travel Expenses Mapping/Photos/Surveys Printing and Photocopying TeChnology Total Direct Expenses $0.00 $0.00 $0.00 $0.00 $492.00 $492.00 TASK TOTAL $12,210.00 DRAFTBozeman Phase 1 Budget FINAL 070329.x1s Page 11 of 12 3/2912007 Exhibit 0 City of Bozeman Water Reclamation FacUlty Phase 1 Expansion Task 1000 - Additional Services Only Upon Authorization of City Subtasks Total HDR Staff 1001 Hours Rate Total Amanda Mcinnis, Project Manager 0 0 $53.00 0.00 Dan Harmon, Design Manager 0 0 $53.00 0.00 J.B. Neethling, Ph.D., Permit Compliance 0 0 $57.00 0.00 Bud Benjes, QA 0 0 $57.00 0.00 John Koch, QA 0 0 $57.00 0.00 Dave Clark, QAlTMDL Assistance 0 0 $57.00 0.00 Dave Conover, CM Specialist 0 0 $57.00 0.00 Mario Benisch, Process Modeling 0 0 $38.00 0.00 Craig Caprara, RASNlAS Pumping 0 0 $50.00 0.00 Matt Gough, Aeration Basin/BNR 0 0 $38.00 0.00 Coralynn Jones, Blower Building 0 0 $23.00 0.00 Tom Hanou, Constructibilty 0 0 $33.00 0.00 Bob Bower, Lab Optimization 0 0 $50.00 0.00 Chris Sheridan, Operations Specialist 0 0 $46.00 0.00 Donn Hogan, Architectural 0 0 $46.00 0.00 Paul Cockrell, HVAC 0 0 $54.00 0.00 Brad Miller, Structural Design 0 0 $43.00 0.00 Mike Murray, Ph.D., Infiltration/Percolation 0 0 $46.00 0.00 Vince Izzo, Environmental 0 0 $57.00 0.00 Don Best, Instrumentation Design 0 0 $50.00 0.00 Randy Goff/Adam Serock, Project Financing/3D 0 0 $43.00 0.00 Dave Besinger, Electrical Service Entrance 0 0 $57.00 0.00 Steve Eimer, CAD Technician 0 0 $21.00 0.00 Katie Ward, Project Controller 0 0 $21.00 0.00 Chris Kelly, Project Assistant 0 0 $20.00 0.00 HDR Totals ,J:(ti(1Q Morrison Maierle Staff Scott Murphy, QA 0 0 $45.00 0.00 Bob Morrison, Facility Plan Liaison 0 0 $54.00 0.00 Nancy Cormier, Hydraulic Profile 0 0 $39.00 0.00 James Nickelson, Site Planning 0 0 $45.00 0.00 Mike Kaczmarek, Groundwater Study 0 0 $39.00 0.00 Alan Erickson, Cost Estimating 0 0 $34.00 0.00 Jeff Ashley, Secondary Effluent Pumping 0 0 $34.00 0.00 Travis Meyer, Ultraviolet Disinfection 0 0 $34.00 0.00 Bill Farrell, Field Inspection 0 0 $22.00 0.00 Jay Fischer, Structural Field Inspection 0 0 $28.00 0.00 Tom Heneke, HVAC 0 0 $34.00 0.00 Kurt Keith, Structural Design 0 0 $45.00 0.00 Craig Brown, Land Surveying 0 0 $40.00 0.00 Mike Brandt, Standby Power 0 0 $29.00 0.00 CAD Technician 0 0 $28.00 0.00 Project Controller 0 0 $16.00 0.00 Administrative Assistant 0 0 $16.00 0.00 Morrison Maierle Totals TOTALHOURS~lm~ Wfili;,. 1 "ror :nrMJIl1l . 1001 Additional Services Total Labor OHIProfit Multiplier Total Pirect Labor $0.00 x3.15 $0.00 Direct Expenses: Miscellaneous (Force AcCount Budget) Travel Expenses Mapping/Photos/Surveys Printing and Photocopying Technology Total Direct Expenses $100,000.00 $0.00 $0.00 $0.00 $0.00 $100,000.00 TASK TOTAL $100,000.00 DRAFTBozeman Phase 1 Budget FINAL 070329.x1s Page 12 of 12 3/2912007 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION - DRAWING UST G = General C=Civil A = Architechural S = Structural M = Mechanical SO = Standard Detail p = Process Mechanical I = Instrumentation and Controls E = Elecltical o = Demolition DJH = Dan Hannon CC = Craig Caprara 8M = Brad Milller CS = Chris Sheridan /Mario B. PC = Paul Cockrell DB = Dave Basinger JM = John Manion MB = Mario Benisch DH = Donn Hogan NC = Nancy Cormier IN = James Nickelson MB ::I Mike Brandt 8M = Bob Monison KK = Kurt Kellh TH = Tom Helneke JA = Jeff Ashl. Group Sheet' TitleIDescriptlon Responslbtnty (MMIIHDR) Responsible Engineer Engineer Hours Tech Hours 1 -General and Civil- GENERAL lGl COVER SHEET HDRlMMI DJHlNC ! lG2 INDEX TO DRAWINGS ; lG3 PROJECT LOCATION AND VICINITY MAPS .._._____..___..__..__._._____!--J.<;Jj._._ ~~':iI:)~~I:).!!~~~_______.. ! lG5 GENERAL ABBREVIATIONS AND NOTES 1 G6 STRUCTURAL LEGEND, ABBREVlA TIONS AND NOTES 1 G7 MECHANICAL LEGEND. ABBREVIATIONS AND NOTES .....___..__._.._.____.._._.._...__._._..._........~-1.9.~_ ~1'l..()E.5.~~.!.!:l.~!~I,!MENT!iIl9.':i.~~~.~':iI:)._~.9.!.E:~_.__ '''. "lG9 ELECTRICAL LEGEND AND SYMBOLS lG10 PROCESS FLOW DIAGRAM lGl1 DESIGN CRITERIA SUMMARY m_m____.__..__........_.______._.___..J_..!9..1.~_._.I:lY.i:>.'3.A.I,!~~c:_~~,=,.I",E_..___m__ i lG13 DESIGN DETAILS HDRlMMI DJH/NC 4 12 HDRlMMI DJH/NC 4 12 ft.I:)!!,.~_~lm..__ _1:)J,1:I.'!'l~_...i.__6..._..._ m___.8.._m. HDRlMMI DJHlNe i 6 8 HDR BM 12 6 --ml:1;i~t --D~-m.. -.-mm.i..-.-- HDRlMMI MBlJN/BM 48 40 -.-.- --~~io.~---....- DEi~_m_ .-~ .. ..m_.m___.__.._._.__mmm._.._._m_______._m._._._ -..--.-mmmm........-....mm..---..-..mm..-1"'----.192..-.......m..16-6-m- ~..:.9.!!'!.'!'I.!!'~-c:!Y!.L:.~I~I~.-..~-.-..--.!..m-m.m.-~~J--.._._ ~~T;rr!<i~fo~~trN~!l~~N-!$5.Y-_--.-m-.- ---m..m~.~f--m- .-.--m..j~...--1.-..-f8-...-..- -'1~m...-- i lC3 SITE DEMOliTION PLAN - B MMI IN i 10 12 i lC4 YARD PIPING PLAN - A MMI IN I 28 24 , lC5 YARD PIPING PLAN - B MMI IN. 20 24 , 106 yARDpjpiNGPLAN:-c------------.....-mm.----.-.-.-- -m---'MMi"'---'--'-jN'-'-rm-m-"20-"'-'-' ......--24.-..-mm lC7 YARD PIPING PLAN - D MMI IN 20 24 - - ~~~~t:~~ --T-trt-t- ---......-.-..m.-..m--.-.........-.-.--.-.------m--I-m-..-1.~~.- ~~t~~~5~*t*~.1~g{=ci~1~~r--.--..--f--..-.-~~:.-.-.....-....-~~mm..+_..~~_..._..___~~_..m. i lC15 EFFLUENT OUTFALL PLAN AND PROFILE IV MMI IN 20 24 lC16 EFFLUENT OUTFAU" PLAN AND PROFILE V MMI IN! 20 24 ___mm._.~~!Z_.._ 5.Ef.LY..I'.!:l! OUTf.~!::L DEIT.~.!~~____.___.____._. ____.__III.':A.lmm_ IN 24 lC18 EFFLUENT OUTFAU" DETAILS MMI J 24 lC19 GRADING, PAVING AND LOCATION PLAN-A MMI 12 24 lC20 GRADING, PAVING AND LOCATION PLAN. B MMI 24' _"_.___._..__mmmm... ..mm.._..__...._...___m__'._m.__m.!.9..2..1._ 9.f.!A..Pl!:l.l?,.f..~Y!.!:l.c:>...~.!:!Q!..~~!!.Q!:l.f.~.:..f.__..____..__ _____III!.A.!..-..m__ 24 i 1C22 GRADING, PAVING AND LOCATION PLAN - D MMI 24 --u-----===t=j!~~L~~~~~+ ~ ~ ~ i 1 C28 SITE IRRIGATION PLAN -II MMI NC i 24 24 .m.._._._.._____mmm_.--"--___...__~!~-.---. !~~:ii~~~..:-m.-.--.---.-.--..---.-..-.....~..-.~~:--- .---.~~.--..!m."........~:.-.-e--m!:mm..-- lC32 SITE DETAILS MMI NC 24 24 --m--.---.---....m.-.-..--_..._mmm....._._!_m.._.m~6~ '~JD~~~~~ETAILS .__________m____.._. -..-..~~+_....-.....- ---~6...-.-+.-.-.i1--. .--.-~1..-.....m lC35 IRRIGATION DETAILS MMI NC i 24 24 i lC36 IRRIGATION DETAILS MMI NC i 24 24 _.__._._.....__._m...._.._......m_.____m_m_._.._i_.!.9.~?._.. '.J!.Il3.l2..~I,.!Ar:!I'.Ql!.!i.P.I'.:r!,!.~S _.__.__..__.__m_.__.._ ___...__.III!J!I_._.._.......m.._J.r:!__._mL_2.~.._m_._.m......2.~._._._. . lC38 MISCELLANEOUS DETAILS MMI IN i 24 24 ! m.-.---m_--............m.-.--m-...-.._m...._.__T_m.._~_._ -.... _____.___.....m__.._.._..__..........m_ ----mm-m--1'-.-.--..744---..m.-880--.-. 2-="':f.~!~~~~.__..___m..__.._m.._._m_...~__.._.i_2..I:)!..._._ !'.J.<1.l3.!I.!:l.l?_Ij~I?,!,!QB.!5~..I?I'..III_~I!IQr:!..~~r:!._____._...m_ ___III'.J!.'-__ __._._.':i<::_L......._l.~_.._... .___._2..~___ i 2D2 EXISTING HEADWORKS DEMOLITION DETAILS MMI NC' 16 24 2Pl HEADWORKS LOWER LEVEL PlAN MMI NC 24 32 i 2P2 HEADWORKS UPPER LEVEL PlAN MMI NC 24 32 ....__._________mm....mm___m...+_....__.m~~._.._._ .':f.~.I:)~Q~!<,,_~s~Q.!:l~..___ _.__ m..m..____.._III.III'--.._ --:~.9._...._..i_---2.~.-..- __-22........._ 2P4 HEADWORKS SECTIONS AND DETAILS -I MMI NC j 24 32 2P5 HEADWORKS SECTIONS AND DETAILS -II MMI NC 24 32 I 2S1 HEADWORKS FOUNDATION PLAN MMI KK 24 24 .____m.._m._..m.._.....m...._._.___~mm.-...-2.l3.~..Ij~VY.9.~!5~f!:Q9!!!'!AN ...._._._ ___.III!J!.'-.._ mm..m..!.9.<_.!_..mm_~~_ _.....2.~m_._ i 2S3 HEADWORKS ROOF PLAN MMI KK! 24 24 i 2S4 HEADWORKS SECTIONS MMI KK i 24 32 .--mm.--m..-m.--.--....-mm--m.-..--.-...--i-._._.~_.._..~.~~:~i~ii~~;i~~;,;~;-.-------.--.~R~-.---g.~........-!---{~I 2A2 HEADWORKS BUILDING EXTERIOR ELEVATIONS HDR DH j 16 24 i 2A3 HEADWORKS BUILDING SECTIONS AND DETAILS HDR DH 16 24 __.______...___.._._.____.__._.._____._.__mm__im--..-?_III~.."____f-':!~l?.'!'!..O_~'5.11_fty.~l2...~':i!?_C?.i:>.9_"!_~<:?.!:l.TRO'~.~":I___...___ .._..mm_III!J!.lmm.__ .____'f!:I..-!_2.i.._._m._____.2.~._.___ i 2M2 HEADWORKS HVAC AND ODOR CONTROL SECTIONS MMI TH i 24 24 i 2M3 HEADWORKS PLUMBING PLANS MMI TH I 24 24 2M4 HEADWORKS PLUMBING AND PIPING SHEMATICS MMI TH 24 24 ___....._._.___._.._m.__I_.__2.~.s_III...!.l3...c:_S~~.!:!.EOUl3...I:).s:r.f...!!:.~_______. .___~.III!...-....__. --I':!...........L-2.~.-..-. ._._.._~!....._m i 2M6 MISCELlANEOUS DETAILS MMI TH; 24 24 2M7 MISCELLANEOUS DETAILS MMI TH i 24 24 Phase 1 Scope of Services Exhibit E ~ Drawing List Page 1 ot6 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION" DRAWING LIST G = General C=Civil A = Architechural S = Structural M = Mechanical SO = standard Detail p = Process Mechanical I = Instrumentation and Controls E = Electrical o = Demolition DJH = Dan Hannon CC = Craig Capmra 8M = Brad Milller CS = Chris Sheridan /Mario B. PC = Paul COckrell DB = Dave Besinger JM = John Manion MB = Mar10 Senlsch DH = Donn Hogan NC = Nancy Cormier IN = James Nickelson MB = Mike Brandt 8M = Bob Manison KK = Kurt Ketlh TH = Tom Helneke JA = Jeff Ashle Group I Sheet # T1lleIDescription _IMMllHDR) Responsfble Engineer EnglneerHouns Tech Hours 2MB MISCELLANEOUS DETAILS -.-.--.....-.._..--....-..-.--.-.--.-............-.I--i~~ ~~:~:~~ ~i~~ci~tf:tN 2E3 HEADWORKS BUILDING SINGLE LINE DIAGRAMS 2E4 HEADWORKS BUILDING MCC ELEVATIONS 2ES HEADWORKS BUILDING SCHEDULES 2E6'-'~"-' 'HEADWO"RKs's'uiLoIN'ciELECTRiCA'CoETAILS MMI TH, 24 24 ':A.~I_._._.. MB j 16 24 MMI MB 16 24 MMI MB 16 24 MMI MB i 16 24 ....-.-.....-.~~:.--.. -.~: -+-*- "-."...".1~-"....' 30 ........-. 3 ~ Primary Effluent Pumping 3P1 HDR CC 632.-........... 20 784 24 PRIMARY EFFLUENT PUMPING STATION PLAN AND SECTIONS PRIMARY EFFLUENT PUMPING STATION DETAILS MISCELLANEOUS DETAILS .._................__........_.M................_._.. MISCELLANEOUS DETAILS ! 3S1 PRIMARY EFFLUENT PUMPING STATION PLAN. SECTIONS AND ..........................._....._....._...._.._......._........._......_._.L.......____._...P..5TI.\!~.lL...._...._. _..__............_...".........__.... i 3S2 PRIMARY EFFLUENT PUMPING SECTIONS 3S3 PRIMARY EFFLUENT PUMPING SECTIONS AND DETAILS 3E1 PRIMARY EFFLUENT PUMPING ELECTRICAL AND LIGHTING PLAN ! 3P2 .-..__...".._.__._...............__.__.........-!...-.....~.~~.-.-- HDR CC I 24 24 "....".".._..._ .."..__J.!'?~.._..._.. CC 24 .._..........~~...._.... HDR CC i 24 24 HDR I-...~;-..-.I-. 24 32 --~~:...- HH=;: .....-. ~: .-... I 8 ~ m 4 " Bloreaclor and Blower BuUdlnn 401 EXISTING BIOREACTOR PARTIAL DEMOLITION PLAN HDR JM 32 24 i 402 EXISTING BIOREACTOR PARTIAL DEMOLITION DETAILS HDR JM 32 24 i 4P1 BIOREACTOR LOWER PLAN (NEW) HDR JM 24 24 .__.._...._....._____...................._____............!.__~~~.._....._ .~I.9.~.~l?!2"l_L.'~P.E.~..P.,,~!':!______ HDR JM' 24 24 , 4P3 BIOREACTOR SECTIONS ...--....- .-.."..-.HDR-.-."-"- ".."...JM-..-j~ii.....-".... .....--24.-......... 4P4 BIOREACTOR SECTIONS HDR JM 20 24 4PS BIOREACTOR EXPANDED PLANS AND SECTIONS HDR JM I 24 24 .-...-.......-...._......___..._.........._._.........._....._......i.._~f.~.........._..'3..I9.~~9.:r..<>.~..M~.~_L.'.~~.It:l.~.!!.:!':!.~L,l..~~9.!19..!':!'3...".......___......___"2.'L,l.~_...._"..,,..._.~..M___....j.._..........~~___._.:_..~~.."_",,.. , 4P7 BIOREACTOR ML PUMPING AND CLARIFIER SPLITTING STRUCTURE HDR JM I 20 24 4P8 BIOREACTOR DETAILS.. I HDR JM 20 24 ------ 1.:7:__1~~~~ --~--E-+-i-~- 4P13 I HDR JM I 20 24 i 4P14 0 DETAILS II HDR JM I 20 24 .... .......-.- ..-.. ...--.. ......................... -.. --... . -1-".-.41'1-5- UILDING PLAN -" ." ----. . ..-t--...--i:U)R..--..-. -.. ..JM -.-.....j"""..........:jo -- - -. .. ..24-"- I 4P16 BLOWER BUILDING SECTIONS HDR JM i 32 24 4P17 BLOWER BUILDING DETAILS HDR JM I 32 24 ."-.-".-......-."..--..--........_.".__........._...!_.......:y_._._!~:~~!~=~~~~~!~~~~::5.T~~_..........--.--.. ._......._~~:__.. ."_..:p:..._!!_ ~~_ I 4S3 BIOREACTOR TOP PLAN" I (NEW) HDR BH- 24 24 i 454 BIOREACTOR TOP PLAN .. II (NEW) HDR BM I 24 24 --..-..-.---...................-...........-....-......j"---4"SS........-"...iiioREACTORSECTIONS-..--.......-.-.--..........._-.......-.-"..-.-.HDR....-.......-.........-sM""....-t..--i.j.....-..........."......20-........ I 455 BIOREACTOR SECTIONS AND DETAILS HDR BM 24 20 ..-..-..-.....".......----...........-.--....~::::;::i.~~li~~;~;,~~~~~~~:I~ ~~: .... -- ...i~ ....j.".".-...ii.- - ~: 4S10 BIOREACTOR DETAILS HDR BM I 24 24 ...............................-.-................---..-..........-................-I---.......i*-- ik~i~~~~Lii~iiLoING-DEMOLiTIONAND MODIFICATIONS .. ...--........~~i.- ~ -~ii-~~~-~ i 4S18 BLOWER BUILDING DETAILS . HDR. BM! 16 24 i 4A1 BLOWER BUILDING FLOOR PLAN AND DETAILS HDR DH 16 16 .....-.--.-..-...".--....................................-..-........_._._.............l_....~A?.._......_~':2'!'!1"~..~':l!!:.D..!t:l.9._~!'.~.I9...Fl_I'.~~I',:r.'-<>.!':!~.~!'!..'?~~!!9!:'~__.......__."...J.!'?.~_...._.._~':l---'._.....!~..____..._..!.6......_ ; 4A3 BLOWER BUILDING ROOF PLAN AND DETAILS HDR DH I 16 24 I 4Ml BLOWER BUILDING HVAC PLAN AND DETAILS HDR PC 32 24 I 4E1 BIOREACTOR TOP PLAN - LIGHTING AND POWER (EXISTING) HDR DB i 24 20 ....-.--.--...-......"..--..--...".---.-,,+-..........-..1~-.--..:t%~~~i~Hi::~~~'-~IT~G A~[) PO~~~!,~____ -...-.~.~~-".-.......- --.~.:-.......-t-..-;1--".... ...............;~-....... I 4E4 BLOWER BUILDING LIGHTING PLAN HDR DB 24 24 I 4ES BLOWER BUILDING SINGLE LINE DIAGRAMS HDR DB 24 20 --....--...--.--.-_.............--......-!.---.......1~~- :f~~~-:~~~~~g3EB~~f'-ONS .. -..-....~~..-..- ..-~~,,--....-..;1..-.- -..i~.""-. 4E8 BLOWER BUILDING ELECTRICAL DETAILS HDR DB 24 20 60 1184 1156 5 . Final Clarifiers and RASIWAS Pumping 8ta. 501 EXISTING RAS PUMPING DEMOLITION PLAN AND DETAILS HDR CC 24 24 SP1 RAS PUMPING STATION PLAN HDR CC 32 32 5P2 RAS PUMPING STATION SECTIONS HDR CC 24 32 - .......... --..-. _..,,- 5P3 . ~'3...f.':l.':A.~!!':!~_ STA.!'.<?N SCHE.'.~:r'C ANL,lE.ETAILS HDR -.- CC 32 +-_..~~ t---.. HDR -.. SP4 SECONDARY CLARIFIER PLAN CC 24 SPS SECONDARY CLARIFIER SECTION AND DETAILS HDR CC 24 24 Phase 1 Scope of Services Exhibit E - Drawing Ust Page2of6 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION - DRAWING LIST G = General C=Civil A = Architechural S=Structural M = Mechanical SO = Standard Detail p = Process Mechanical 1 = Instrumentation and Controls E = Electrical D = Demolition OJH = Dan Hannon CC = Craig Caprara BM = Brad Milller CS = Chris Sheridan /Mario B. PC = Paul Cockrell DB = Dave Beslnger JM = John Manion MB = Mario Benlsch OH - Donn Hogan NC = Nancy Cannier IN = James Nickelson MB = Mike Brandt 8M = Bob Morrison KK = Kurt Keith TH = Tom Heineke JA = Jeff Ashle Group Sheet # TrtfelDescriptlon Ruponslblllty (MMIIHDR) Responsible Engineer EngIneer Hours Tech Hours 5P6 MISCELlANEOUS DETAILS HDR CC; 16 16 5P7 MISCELlANEOUS DETAILS HDR CC i 16 16 ---.-......--..........-..-..-..-.--~ ;~cf:~~1~;~::;~;FPLAN ----.--.~-;~~-.-..r--.~r-r-~r--.............-~r--- --........-......--.--..................----....l-...-.~?.3.._.__ .~~.!'UM.fI~~3...T.~!I!?~.~.!.'2.t-!~.~~~lJ.~A~____.........._..I__....-f:l.lJ.~........... ._.._.__c.(;_~2.~.._._._. __........2.~......_._.. i 584 SECONDARY CLARIFIERS FOUNDATION PLAN HDR BM i 24 24 i 5S5 SECONDARY CLARIFIERS TOP PLAN HDR BM 16 24 i 5S6 SECONDARY CLARIFIERS SECTIONS HDR BM; 24 24 i 5S7 SECONDARY CLARIFIERS MISC. PLANS. SECTIONS AND DETAILS HDR BM i 24 24 ...----....-........---.......-.-......---.....i.....-.---SA1- AAS"PUMPiiii"G'STATIONEXTERIOR ELEVAi'iONSANO'OETAiCS"-- ...-.........j:joR"-r----oH-...t.......-...i-ii-..... '.'-'."'"24'-- ~~~~~~-~-W-~ i 5M4 RAS PUMPING STATION PLUMBING SCHEMATICS HDR PC! 24 20 ................_._..._._._............ ..--..--..............._.........._~~;:~~~~~T~;~~~~;.~:~~~~~;;~ECTRICALP~~.... ._....~~;..__..... .___~~_.......L....._...~~......_... .__._~~._._....... , 5E3 RAS PUMPING STATION MCC ELEVATIONS HDR DB! 24 20 ! 5E4 RAS PUMPING STATION SCHEDULES AND MISCELLANEOUS HDR DB 20 20 26 604 596 6 - Sacondary Effluent Pumping Station 6P1 SECONDARY EFFLUENT PUMPING STATION PLANS MMI JA 32 32 6P2 SECONDARY EFFLUENT PUMPING STATION SECTIONS MMI JA i 24 32 -----t-~~~ri-+ 6S1 SECONDARY EFFLUENT PUMPING STATION PLAN AND SECTIONS MMI KK i 24 24 .......-......-........---.......................-.---..-.-.-j.-...--~~i--.. .~:{~~@~~H~~t~~~H~~~i.~~.~~~~~~~Ji~7g:&~~Z~.L~ -....~~:.-..... ............~~......i............~f._... ~~ 6E2 SECONDARY EFFLUENT PUMPING SINGLE LINE DIAGRAM MMI MB 24 20 6E3 SECONDARY EFFLUENT PllMPING SCHEDULES AND MMI MB ~4 20 MISCELlANEOUS DETAILS -... -............-........... ................. .... ...-. ... .-.- .................. .---...........-. 7 . UV Disinfection 7Pl UV DISINFECTION CHANNEL PLANS MMI JA i 32 32 i I ! 7P2 UV DISINFECTION CHANNEL SECTIONS MMI JA 24 32 7P3 UV DISINFECTION CHANNEL DETAILS MMI JA 32 24 7P4 MISCELLANEOUS DETAILS MMI JA , 16 16 7S1 UV DISINFECTION CHANNEL PLAN AND SECTIONS MMI KK 24 24 7S2 UV DISINFECTION CHANNEL SECTIONS AND DETAILS MMI KK , 24 20 7S3 UV DISINFECTION CANOPY PLAN MMI KK i 24 20 784 UV DISINFECTION CANOPY PLAN AND SECTIONS I KK i 24 20 7S5 UV DISINFECTION CANOPY DETAILS I KK 24 20 7El UV DISINFECTION CHANNEL ELECTRICAL PLAN MMI MB J 24 20 7E2 UV DISINFECTION SINGLE ELECTRICAL DETAILS MMI MB 24 20 7E3 UV DISINFECTION SCHEDULES AND MISCELlANEOUS DETAILS MMI MB 24 20 tl ~ ~ !.;!?!9.!~l~!..~.~~...!1!.g!!!~.!..t;;.!!r.'-'!'I.-~~!!~!.r.L-_.I..__:~J--._~~~~~h%~:!.~Ll,ttt'~-._...--...--.....~~-..............+--.~~n.....-1.--.;1...-.---.........~~............ 6P3 DIGESTER SECTIONS HDR DJH 24 32 8P4 DIGESTER SECTIONS AND DETAILS HDR DJH 24 32 .-..........-....-.-..---........-.__..-~.. ~:!!!!:-~~~rs::~~::L~:~;~--....-..._.. ..........-.~~:.--.-. .......-~~...-...I-!:....----......--.!!....- ; 8P8 DIGESTER CONTROL BUILDING SECTIONS HDR DJH 24 32 i 8P9 DIGESTER CONTROL BUILDING SECTIONS AND DETAILS HDR OJ 24 .................-............---.-.....--..........-.-.-.."'"!-.-..sp.j.o-..OiGESTiONLicilijjj-FLoviiSCHEMATIC.......-.-..........-.....---...--...... '-"""-HDR---'r---OJ ...-........ -........-24--........ 6P11 DIGESTER GAS SCHEMATIC HDR OJ 24 8P12 DIGESTER HEAT LOOP SCHEMATIC HDR OJ 24 -..----......_.........._..._............._....._._._...._........................_~~..3._ QI.<3.~~:reR T,I".~.r:E...~!!!~~...c..Q.I:l~!?.~.~H.~~!~.__...._.._... _........_._H.I)...~_..._ .__Dcl!:l..._...!..............2.:!...__... ...---.2..~..._...... 8P14 DIGESTER WASTE GAS SCHEMATIC HDR DJH i 24 24 --~==~~ ~ I ~ ~:=t=:JC i 8S1 DIGESTER FOUNDATION PLAN , 24 ~:....:..F.~:.....;f-...:....... 6S2 DIGESTER ROOF PLAN BM i 24 24 8S3 DIGESTER SECTIONS AND DETAILS BM i 24 24 i 8S4 DIGESTER DETAILS HDR BM i 24 24 .. i ....--. 8S5 -- DIGESTER'CONTROL BUILDING DETAILS .....-.. ...... HDR ..........-........ -... - 24 ...- 8S6 DIGESTER FOUNDATION PLAN HDR BM 24 24 8S7 DIGESTER ROOF PLAN HDR BM 24 24 _....___...................._....____._L._..~~_.r.>.I".l5..~'3...~.E.E!".!..~~.~_~~fJ..'?~~I.~~_._..._._.___ __......!:!lJ.~....__ BM 24 ...._........2.~_._.. I 8S9 DIGESTER DETAILS - I HDR BM 24 24 8S10 DIGESTER DETAILS -II HDR BM 24 24 8A 1 DIGESTER CONTROL BUILDING PLAN HDR DH 24 24 ____.._.._..___._..___...__i_.S.~_ ~.E.'~!E.''3.l?!?....~()LBUILDI~.E!,.~~!IONSAr:!.r.>...~E;E.!I9..~~_.__ ...__.._':!~__gf:l._....l__3~_~.._....__2.~__ Phase 1 Scope of Services exhibit E - Drawing List Page 3 af6 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION - DRAWING LIST DJH = Dan Harmon DH = Donn Hogan CC = C",ig cap",,,, NC = Nancy Cormier G = General M = Mechanical SO = standard Detail 8M ;::; Brad Milller IN = James Nickelson C=Civil p == Process Mechanical CS = Chris Sheridan /Mario B. MB == Mike Brandt A = Architechural I ;::; Instrumentation and Controls PC = Paul Cockrall 8M = Bob Manison S = structural E = Electrical DB = Dave Basinger KK == Kurt Keith o = Demolition JM = John Manion TH == Tom Helneke Me = Mario Benlsch JA = Jeff Ashle Group I Sheet # TftleIDescription _ToIy(MMIIIIDR) _... Engineer Haurs Tech Hours Engl..... ! 8A3 DIGESTER CONTROL BUILDING ROOF PLAN AND DETAILS HDR DH I 24 24 ....~...M_.___.____._.______ I 8A4 DIGESTER CONTROL BUILDING DETAILS .~~:-._- f-..~I:!-i----3~ ._..._.2..~..__. I 8M~ OiGESTER'CONTROLBUILDING HVAC AND ODOR CONTROL PLAN PC I 16 24 I 8M2 HVAC AND ODOR CONTROL SECTIONS AND DETAILS HDR PC 16 24 ; 8M3 DIGESTER CONTROL BUILDING PLUMBING PLAN HDR PC 16 24 i 8M4 .o.1_~S.:r..I'.I'l_~.9.~OL BIJ..I~i:l.~~~~IJ..!!lI3.!t!~s.~.':l5.~:r.I.c::S....................._ 1--_.........':l.l:1I'l___.. ....._.~2_...._L__....~.._....... ...._.....2.~.............. --"'''''''''''''''--'''-''''''''''''''--~-'''--''''''-'8El''''''-'''''' DIGESTER AND DIGESTER CONTROL BUILDING POWER PLAN HDR DB ' 24 24 8E2 DIGESTER CONTROL BUILDING LIGHTING PLAN HDR DB 16 24 8E3 DIGESTER CONTROL BUILDING SINGLE LINE DIAGRAMS HDR DB I 24 24 8E4 DIGESTER CONTROL BUILDING MCC ELEVATIONS HDR ...._l:1I3..._...j_..........3~_.._ __...2.~...._.. ..----..-................-......----.............".. ....-....-.....................!......-jjes- Di'GesTE'R"coNi'RoLBuiLoi'NGScHEDUlES"""""" -_.. --_'~""'__"P- HDR DB i 16 24 i 8E6 DIGESTER CONTROL BUILDING ELECTRICAL DETAILS HDR DB 16 24 ! 41 1 928 1040 9 - Site Electrical 9E1 ELECTRICAL SITE PLAN A HDRlMMI DBlMB ; 32 20 i 9E2 ..E.~ECTR.!C.~~..ll!!I'...~I!.-.!:I.!l._......_..... HDRlMMI DB/!!l!l..._L__.~2...."._. 20 .---....--..-.......-...-.............................-......-.............1._............._........ .........- .--..........-.......--. -.-. .........-- i 9E3 ELECTRICAL SITE PLAN C HDRlMMI DBIMB . 32 20 ! 9E4 ELECTRICAL SITE PLAN 0 HDRlMMI DB/MB 32 20 I 9E4 ELECTRICAL SERVICE ENTRANCE PLAN '-- . ...--..........-.....--.......................-..-..................I......-:f}-...... ~~~5'3~~~~t-W&~~~~-O'~!~ll....-..........-.......-......-- ..._.._......f:II:'.~~I.. ..... ....._22_......... HDRlMMI 32 20 9E4 STANDBY POWER DETAILS HDRlMMI 32 20 I 9E4 SERVICE ENTRANCE SINGLE LINE DIAGRAMS HDRlMMI 24 24 --W==='~ ___...':l.l:1~~!........ ,...............~~....._.. .._..........~~...._ HDRlMMI DBlMB I 24 16 HDRlMMI DBIMB i 24 16 MISCELLANEOUS MCC ELEVA TlONS..1I HDRlMMI DB/MB i 24 16 ------................. _ ........._.................... ELECTRICAL FIXTURE SCHEDULE ..:.1. ...- ... ...... ...... ~! -1m ..II HDRlMMI 9E11 CONTROL DIAGRAMS.. I ...__j~~~L_. ...._:~MB_...I...... .......~L. I 16 . 9E12 CONTROL DIAGRAMS.. II ._....._........._.___......................_....__.. ..............!.....--!'E!~........ gQNTR~I:..O'!~~~S.-1II ...._..__.._ i 9E14 CONTROL DIAGRAMS -IV HDRlMMI DBlMB 24 I 9E15 CONTROL DIAGRAMS.. V HDRlMMI DBlMB i 24 16 .---.-...................-.....-..........---....1....... :~~-j ROL~~~~~i...:.r__...._....._........___.._... HDRlMMI DBlMB' 24 16 ~~~.........- ..__1.~..__ 12 I 9E19 ELECTRICAL DETAILS.. III HDRlMMI DB/MB' 16 12 I 9E20 ELECTRICAL DETAILS -IV HDRlMMI DBlMB 16 12 ..-_.._.__..._.........._......_............"...__..".._L....._?531-...... ELECTRICAL DETAILS" V ......--............... HDRlMMI _.I:'.J3.I.n.!I!l....._.~......... ...----..1.~............ . 9E22 'ELECTR'iC'ALDETAiL"s-:'\ii --'HD'RiMMj"-""'" DBlMB 16 12 I 27 864 460 10..I&C i 1011 CONTROL SYSTEM NETWORK HDR MB/CS 40 32 1012 CONTROL SYSTEM BLOCK DIAGRAM HDR MB/CS 40 32 ......-......-......-. ..........-..................................._................I."......-...~f1-.. g'?~.!!lIJ.!:II.c::.~.:r..I'?t!...E!.~c:l.c::.~'O~~~.._...... ~ INFLUENT SCREENING AND FLOW MEASUREMENT P&ID ~ 1 ; 1015 GRIT REMOVAL P&ID 1016 PRIMARY CLARIFICATION P&ID ...........-...-........................-........-..............-........--..l-....--.!g!I- .~~I.~.5.@.!:''=-NTPl!.~~'!':!GP~II:'..._....__....._ . 1018 BIOREACTOR P&ID - I 1019 BIOREACTOR P&ID.. II HDRlMMI MB/CS 24 48 ..."."............-....-L:.~~ ~ :~~~P&ID-II HDRlMMI MB/CS! 24 48 HDRlMMI MB/CS I 24 48 ..-.-.--.--.............--. ........ - -:::}li'l : . i 10112 &10 10113 RAS AND WAS PUMPING P&ID 10114 SECONDARY EFFLUENT PUMPING STATION P&ID ~H..l:1!'Y..!!l!!l!....._. ....... ...._................_......._............................_......__......._........l_J.gl.!.5............... .!:'L~Y.!c::>~..E.:r...~!~':l::r:.I:'.Is.;NFEC1J.~..E..~~... i 10116 DIGESTER FEED P&ID HDRlMMI CSlNC ; 10117 DIGESTER SLUDGE RECIRCULATION AND HEAT EXCHANGER P&ID HDR CSIPC 24 24 I 10118 DIGESTER GAS P&ID HDR CSIPC 32 16 I .. _c::.s.!~g_L_..,,~~.._..._ ........."...................._........._..........._.._...._...._.._.................I..._!.~.I!.?.....__.. DIGESTER BOILER AND HEAT LOOP P&ID ..-----!:li:l.I'l...._._ ..._.........!~....- ! 10120 EiiiSTiNGoiGESTER"FEEDSYSTEMS P&'iD HDR MBlCS I 24 24 10121 SOLIDS HANDLING SOLIDS FEED SYSTEM P&ID HDR MBlCS ; 24 16 10122 SOLIDS HANDLING DEWATERING AND LOADOUT SYSTEM P&ID HDR MB/CS ! 24 16 ! 10123 .ll9..~I.o..ll...f:l~t!.l:J.L).':I9...~~.I'..R FE'=-.[)_llYSTI'.'!1 P&ID ..._.._.':lQ~..._........ .......,,~~~~.........I........."'11-... ...._....1.6..._......... .-.-.....-..........---..-....................-....".--r-1'iii'24".... CONTROL PANEL. MAIN HDR 16 ! 10125 CONTROLPANEL..HEADWORKS HDR MB/CS I 24 16 10126 CONTROL PANEL.. BIOREACTOR AND BLOWER BUILDING HDR MBICS ; 24 16 , 10127 ~..'?'::I.:r.~2~.f.~~~..:~.~~S.fIJ.M~..t:!q,.s.:r.~1J9..t:' -- __t:ti:l~_..._..._ -~~~~_..!-.....~~._- ........._1~__.. ---...............---.---.-... l---....-.......~..._- I 10128 CONTROL PANEL.. DIGESTER CONTROL BUILDING HDR 24 10129 CONTROL PANEL.. DEWATERING AND SOLIDS HANDLING HDR MBlCS i 24 24 10130 TYPICAL WIRING DETAILS-I HDR MB/CS 16 16 , 10131 TYPICAL WIRING DETAILS-II ........._--~ HDR MB/CS 16 _._....!~............. .-- ..------.---. - ~noo~-n~-' '-""''''''-'HD'R'' r- MB/CS 16 16 RUMENTATION SCHEMATICS.. II HDR MB/CS i 16 16 . ...-...--......-................ _.._;-~~~~~;~~~~~;~~~;..:~~ HDR MB/CS 16 1~_ .-...--.-.-....-.. HDR.._.. ~.!!l~!~~_. L....!~__.... ......_.....!6._.._..... 10136 DETAILS-I HDR MB/CS 16 16 Phase 1 Scope of Services Exhibit E - Drawing Ust Pege 4 of6 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION.. DRAWING UST DJH = Dan Harmon DH = Donn Hogan CC = Craig Caprara NC = Nancy Cannier G = General M = Mechanical SO = Standard Detail 8M = Brad Milller IN = James Nickelson C=Civil p = Process Mechanical CS = Chris Sheridan /Mario B. MB = Mike Brandt A = Architechural I = Instrumentation and Controls PC = Paul Cockrell 8M = Bob Morrison S = Structural E = Electrical DB = Dave Basinger KK = Kurt Keith o = Demolition JM = John Manion TH = Tom Heineke MB = Marto Benlsch JA = Jeff Ash!e Group Sheet # 11t1e/Descrlplion ResponsIbllJly (MMIIHDR) Responsible Engineer Hours Tech Hours Engineer j 10137 DETAILS-II HDR ~ 16 ..-..-....-....--.--- ~ DETAILS-III HDR M 16 .._.___~.6.__._ ...__....._.._.M.____..__.._________ -.........---..-. .-.-...-.---- 1----.-----..-.------........-..-.----... ---..-.---.- -...-- , 876 . -....-984-.-. 11 ~ Administration/lab and Maintenance lAres = admin. Area B = lab ! Buildings l1Al FLOOR PLAN HDR CCIDH 40 40 l1A2 ROOF PLAN -.._--.-~~~.-- j ~~~; ~.i!.....-. 24 .--.......-..--...-..............-.--..----.........--............. _1.!~~._. BUILDING ELEVATIONS 16 ..- WAu::.SECiioNs"..-..-----.-....-.---..--....----. ...... llA4 24 llA5 INTERIOR ELEVATIONS 24 llA6 INTERIOR ELEVATIONS HDR CCIDH ; 24 24 .~......__......._.....__...._............_.....__L........"._~.~~?_ ~(;)'_"..E'.!;I.I~.':!..~~!:!~.P.y~"'_~."!!>..~~~.E.'~.._..__......__._____. HDR -~~;6~...-..j.--..-f:........-.. _.........]~_......... -..-...........--....... i llA8 DOOR SCHEDULE AND WINDOW DETAILS HDR 16 llA9 REFLECTED CEiliNG PLAN HDR CC/DH ; 24 16 ! llAl0 ARCHITECTURAL DETAILS HDR CC/DH 24 24 ..."..-.-............--...........-..- ...__._.__......_._~_.._--~.~.~-_.... .~9.Yf:J.1:l!',!19.":l_~.~':'I____.._.......___........__.__........__.........._ _....___...':!.I:l~..__._. ..........._~~.~ i llS2 ROOF FRAMING PLAN HDR ! llS3 FOUNDATION SECTIONS AND SECTIONAL PLANS HDR .! 1184 MISCELLANEOUS STRUCTURAL SECTIONS HDR ....-.-....-.-........-.................................-.-. ....._.__-1_..........1.1.13..5...._._.. ROOF FRAMING SECTIONS __._....!:!I:l.~_......__ ___..!.l.~.._........l_2.~..__._......._._2.~__..._ ! l1Ml ..HV;;.:CPLAN-....--.-.-.---..........----.....-.--.-.--....-........- MMI TH 32 32 11M2 MECHANICAL ROOM PLAN AND SECTIONS MMI TH 40 40 11M3 WATER LOOP SCHEMATICS MMI TH 24 24 .........-....-..-._.......__._............................____....._._......._.._!1.'-"~_ TEMPERATURE CONTROL DIAGRAMS __'-".~I......_....--_. _..__T.f:I..........._ .._--~..... _........2.~............ llM5 .;;.:.iR".FLOW.SCHEMATICS....-......-.--..-...-....-...-.--..-.-- MMI TH 24 24 ! l1M6 PLUMBING PLAN MMI TH ! 32 24 ! llM7 MISCELLANEOUS PIPING ISOMETRIC DIAGRAMS MMI TH 32 24 ......__._.........__..._._..........._..._......_.._.................._.....!.__.!.lML_ f:ty.~'?.!>.I';!~~L__._.._..._...__..___.....___....___ MMI TH! 24 ......_..2.~.._._ ! llM9 PLUMBING DETAILS .....--....-MMi-.....---. ..-.-iH-r-.-.....16-.... 16 ! llE1 ONE-LINE DIAGRAM .....~;........._.~L__ 16 ! llE2 CONTROL DIAGRAMS 1 24 ....................-.........-........--..-.....-. .......-.......-.._.._....._._._.....L._.....~.~.E.'~........_ CONTROL DIAGRAMS 2 AND MUL T~OUTLET ASY. SCHEDULE ..__2.~....__.. i llE4 .c.iR"c:-Lji'i..ANO.PAN.EL.SCHEOULES..-.........-..-.-..-...-........-..-...-.....- HDR DB 32 32 i l1E5 POWER AND LIGHTING PLAN HDR DB 40 40 29 776 728 12-Fermenter & Odor Control ! 12Pl SURGE BASIN DEMOLITION PLAN MMI NC 24 16 12P2 FERMENTOR PLANS MMI NC 32 32 12P3 FERMENTOR SECTION AND DETAILS MMI NC 32 32 12P4 MMI NC 24 24 I 12P5 MMI NC 24 24 12P6 TIC MMI NC :$ 16 ; 12P7 o SECTIONS MMI NC 32 I 12P8 OL SECTIONS AND DETAILS MMI NC 24 , 12S1 UPPER LEVEL AND ROOF PLAN MMI NC 24 12S2 FERMENTOR SECTION MMI NC 24 12S3 FERMENTOR SECTIONS AND DETAILS MMI NC. 24 11 288 272 13-Dewatering and Solids Handling Building ; 13Pl SOLIDS HANDLING BUILDING LOWER LEVEL PLAN HDR JM 24 32 13P2 SOLIDS HANDLING BUILDING UPPER LEVEL PLAN HDR JM ; 24 32 ; 13P3 SOLIDS HANDLING BUILDING SECTIONS HDR JM ! 24 32 ! 13P4 SOUDS HANDLING BUILDING SECTIONS AND DETAILS HDR JM 24 32 13P5 SOLIDS HANDLlNGlDEWATERING SECTIONS AND DETAILS HDR JM 24 32 13P6 SOLIDS LOADOUT LOWER LEVEL PLAN HDR :t=JM 24 24 ! 13P7 SOLIDS LOADOUT UPPER LEVEL PLAN HDR JM I 24 32 I 13P8 SOLIDS LOADOUT SECTIONS HDR JM 24 32 13P9 SOLIDS LOADOUT SECTIONS AND DETAILS HDR JM 24 24 13Pl0 SOLIDS DEWA TERINGIHANDLlNG PROCESS SCHEMATIC HDR JM ?A 24 13Pl1 SOLIDS HANDLING WASTE GAS SCHEMATIC HDR 24 13P12 MISCELLANEOUS DETAILS HDR JM i 24 24 i 13P13 US DETAILS HDR JM 24 24 13P14 MISCELLANEOUS DETAILS HDR JM ; 24 24 13S1 SOLIDS HANDLING ATION PLAN HDR BM 24 24 13S2 SOLIDS HANDLING LAN HDR BM 24 24 13S3 SOLIDS HANDLING ETAILS HDR BM 24 24 13S4 SOLIDS HANDLING DETAILS HDR BM 24 24 13S5 SOLIDS HANDLING DETAILS HDR BM 24 24 1386 ~1lRif HDR BM 24 24 13S7 SOLIDS LOAD HDR BM 24 24 13S8 SOLIDS LOA DETAILS HDR BM 24 24 13S9 SOLIDS LOAD HDR BM 24 24 13S10 SOLIDS L HDR BM 24 24 13Al SOLIDS HANDLING BUILDING PLAN HDR DH 24 24 13A2 SOLIDS HANDLING BUILDING ELEVATIONS AND SECTIONS HDR DH 24 24 ! 13A3 SOLIDS HANDLING BUILDING ROOF PLAN AND DETAILS HDR DH 24 24 13A4 ~ HDR JM 24 24 I 13Ml ING OL PLAN HDR PC 16 24 ! 13M2 tLlDS HANDLING BUILDING PLUMBING SCHE TICS HDR PC 16 24 13M3 HDR PC 16 24 13M4 HDR PC 16 24 ! 13El SOLIDS HANDLING AND SOLIDS LOADOUT BUILDING POWER PLAN HDR DB 24 24 ~3E2 SOLIDS _N HDR DB 16 24 3E3 SOLIDS HANDLING DIAGRAMS HDR DB 24 24 3E4 SOLIDS HANDLING BUILDING MCC IONS HDR DB 24 24 Phase 1 Scope of Services Exhibit E " Drawing List Page5of6 EXHIBIT E: BOZEMAN WRF PHASE 1 EXPANSION - DRAWING LIST G = General C=Civil A = Architechural S = structural M = Mechanical SD = Standard DelaJl p = Process Mechanical I = Instrumentation and Controls E = Electdcal o = Demolition DJH = Dan Harmon CC = Craig Caprara BM = Bred Millie' CS = Chris Sheridan /Malio B. PC = Paul Cockrell DB = Dave Basinger JM = John Manion MB = Mario Benlsch DH = Donn Hogan NC = Nancy Cormier IN = James Nickelson MB = Mike Brandt 8M = Bob Morrison K}( = Kurt Keith TH = Tom Heineke JA = Jeff Ashlev Group Sheet # TitleJDescription Responsibility (MMtniDR) Responsible Engineer EngIneer Hours Tech Hours 13E5 13E6 DIGESTER CONTROL BUILDING SCHEDULES DIGESTER CONTROL BUILDING ELECTRICAL DETAILS HDR HDR DB DB i 16 16 24 24 ! 38 856 968 14-StandardDetails ! 14Gl ARCHITECTURAL CODES HDR DH 8 16 -i-.-....1-1~: CIVIL DETAILS _. MMI/HDR .P~.':Il~~..._L_.J_~.._.._._ _._l~..._..._.. _._.._------_...__.__...._-~ - ~:~.~-~~~:~_.._---_._-_...- --. ...~~:;~=-_..._- ~:~~'~: ~: ___.__._.............._._._._....._..._.........__.__...._.._J_..;;~;_..~.:~:t.~~~.:~_.._._..._______.____. ~\~R ~:~ ~;........_... ~: ....... , 1406 CIVIL DETAILS MMIIHDR DJHlNC 16 16 I 14D7 CIVIL DETAILS MMI/HDR DJHlNC 16 16 14S1 STRUCTURAL SCHEDULES MMIIHDR BMlKK 16 16 ==-tr~~~l=IT=r , 14S9 STRUCTURAL DETAILS MMIIHDR BMlKK 16 16 -~:; =";~~ --=- --:-::1 :1 -....-.....-..........--...--. .-........-........__......__.._....-L__._..!.~~_ .~~~':ln:~~.:':':!~'=-lJ.~!.~I.~.~.........._____..__.........._....._...___ __.....__~.!:1.I!~':!~..........__ ._._-..P.':l....__i.___.._!.~..._._ ____.1.~........._.. , 14A5 ARCHITECTURAL DETAILS MMIISUB DH 16 16 , 14A6 ARCHITECTURAL DETAILS MMIISUB DH I 16 16 14A7 ARCHITECTURAL DETAILS MMI/SUB DH; 16 16 --.--...---...--.-----...-........-.....-......---!-..--i1~}-- fR~~:~~~~~-~~~:t~----......__.-....-.-...-......-~.-..--~~.-.--.--f--._..~S-......+----::.........-. .-..-.~-...... 1411 INSTRUMENTATION DETAILS MMIIHDR DBlKK I 16 16 1412 INSTRUMENTATION DETAILS MMIIHDR DBIKK I 16 16 , 14M1 MECHANICAL DETAILS MMIIHDR THIPC I 16 16 -..-......--.-..-.....-..------.-...-....---.-.-..-1--.14~-'-- .MECHANiCALDETAii:S---.......-......-----I-~M"jIHDR.-- [)JHiPc......i..--.....--i.il-..-... .......---8-.- 114M3 MECHANICAL DETAILS MMIIHDR DJH/PC 16 6 I 14M4 MECHANICAL DETAILSMIIHDR 16 6 ., 14M5 MECHANICAL DETAILS MMIIHDR ....._...._.8 .-...--.-.-...-........-..----..---..-..-.. .-------.--r..........:::- ~:~:~:~~~~~:~:.--.--.._-... ~:~. 16 ..:...--..... ~~~~~~~;~..-.-._-.....--_--..--.. __..~~::~=...__._ _~~;';'C :.__._~.;__.._ ......__._....~__. , 14E2 ELECTRICAL DETAILS MMIIHDR MB I 16 6 14E3 ELECTRICAL DETAILS MMIIHDR MB' 16 6 14E4 ELECTRICAL DETAILS MMIIHDR MB; 16 6 ......-..-.-..-..-.-.....---..-...-.....-.....-......_........__......._.____._._!~~_... !'.~':.~~~_!J.~~~_.__ . _..!".~I!':l.!J..R...__.... .__!".Il._!.............I.~..__....._........~._..__ I 14~L- E(,ECTRICAL DETAILS MMIIHDR MB I 16 8 42 680 568 b 414 Total Hours 9156 9312 Phase 1 Scope of Services Exhibit E - Drawing Ust Page 6 of6 Exhibit F Preliminary Specifications Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00105 INSTRUCTIONS FOR PRE-QUALIFICATION OF BIDDERS 00115 PRE-QUALIFICATION QUESTIONNAIRE 00120 INSTRUCTIONS FOR PRE-QUALIFICATION OF EQUIPMENT 00130 NOTICE OF AWARD 00140 NOTICE TO PROCEED 00150 BIDDERS CHECKLIST 00200 SOIL INVESTIGATION DATA 00301 BID FORM 00410 BID BOND 00411 CONTRACTOR'S COMPLIANCE STATEMENT 00460 NON-COLLUSION AFFIDA VID OF PRIME BIDDER 00500 AGREEMENT 00610 PAYMENT BOND 00620 PERFORMANCE BOND 00700 GENERAL CONDITIONS 00801 MONTANA SRF SUPPLEMENT 1 (FEDERAL/STATE FUNDS) GENERAL CONDITIONS 00805 SUPPLEMENTARY GENERAL CONDITIONS TO EJCDC GENERAL CONDITIONS 00822 STATE OF MONTANA PREVAILING WAGE RATES 00825 FEDERAL PREVAILING WAGE RATE DETERMINATION (DAVIS BACON RATES FOR PUBLIC WORKS CONTRACTS IN MONTANA) DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01011 OWNERFURNISHEDEQUIPMENT 01060 SPECIAL CONDITIONS 01062 MAJOR EQUIPMENT SUPPLIERS 01150 MEASUREMENT AND PAYMENT 01340 SHOP DRAWINGS; PRODUCT DATA AND SAMPLES; OPERATIONS AND MAINTENANCE MANUALS; AND MISCELLANEOUS SUBMITTALS 01370 SCHEDULE OF VALUES 01400 QUALITY CONTROL 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01650 FACILITY START-UP 01700 CONTRACT CLOSEOUT 01710 CLEA~G 01750 TESTING CONCRETE STRUCTURES FOR WATERTIGHTNESS 01800 OPE~GS AND PENETRATIONS IN CONSTRUCTION DIVISION 2 - SITE WORK 02072 DEMOLITION, CUITING AND PATCHING 0211 0 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES Phase 1 Scope of Services Exhibit F - Specifications List Page 1 of5 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL 02362 SHORING, SHEETING, AND BRACING 02444 CHAIN LINK FENCE AND GATES 02513 ASPHALTIC CONCRETE VEHICULAR PAVING 02528 CONCRETE CURB AND GUTfER 02601 MANHOLES, CLEANOUTS, CATCH BASINS, AND VAULTS 02810 IRRIGATION SYSTEM 02930 SEEDING AND LANDSCAPING DIVISION 3 - CONCRETE 03108 FORMWORK 03208 REINFORCEMENT 03308 CONCRETE, MATERIALS AND PROPORTIONING 03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03350 TESTING 03431 PRECAST AND PRESTRESSED CONCRETE DIVISION 4 - MASONRY 04050 COLD AND HOT WEATHER MASONRY CONSTRUCTION 04110 CEMENT AND LIME MORTARS 04155 MASONRY ACCESSORIES 04210 BRICK MASONRY 04220 CONCRETE MASONRY 04510 MASONRY CLEANING DIVISION 5 - METALS 05120 STRUCTIJRAL STEEL 05131 STRUCTIJRAL ALUMINUM 05313 METAL DECK 05400 COLD-FORMED METAL FRAMING 05505 METAL FABRICATIONS 05522 ALUMINUM RAILINGS DIVISION 6 - WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06410 ARCHITECTURAL CABINETWORK (MILLWORK) 06610 FffiERGLASS REINFORCED PLASTIC FABRICATIONS 06620 PLASTIC LINER DMSION 7 - THERMAL AND MOISTURE PROTECTION 07120 FLUID APPLIED WATERPROOFING 07176 LIQUID WATER REPELLENT 07210 BUILDING INSULATION 07220 FIRESTOPPING 07411 PREFORMED METAL WALL PANELS 07412 METAL ROOFING 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING 07550 ELASTOMERIC ROOF DECK COATING 07600 FLASHING AND SHEET METAL 07900 ROOF HATCHES 07900 JOINT SEALANTS DIVISION 8 - DOORS AND WINDOWS 08120 ALUMINUM DOORS AND FRAMES 08305 ACCESS DOORS Phase 1 Scope of Services Exhibit F - Specifications List Page 2 of 5 08332 OVERHEAD DOORS (ROLLING STEEL) 08334 ALUMINUM ROLLING OVERHEAD DOORS 08410 STOREFRONT 08700 FINISH HARDWARE 08800 GLASS AND GLAZING DMSION 9 - FINISHES 09110 NON-LOAD-BEARING WALL FRAMING SYSTEM 09130 ACOUSTIC SUSPENSION SYSTEM 09250 GYPSUM WALLBOARD 09255 CEMENT BOARD WALL FINISH 09300 CERAMIC TILE 09512 ACOUSTICAL MATERIALS 09650 RESILIENT TILE FLOORING AND BASE 09680 CARPET 09708 CHEMICALRESISTENT FLOORING 09905 PAINTING AND PROTECTIVE COATINGS DMSION 10 - SPECIALTIES 10162 METAL TOILET PARTITIONS 10200 LOUVERS AND VENTS 10270 ACCESS FLOORING 10400 IDENTIFICATION AND TAGGING SYSTEMS 10444 SIGNAGE 10520 FIRE EXTINGUISHER 10650 FABRIC PARTITIONS 10675 METAL STORAGE SHELVING 10800 TOILET AND BATH ACCESSORIES 10950 MISCELLANEOUS SPECIALTIES DMSION 11 - EQUIPMENT 11005 EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT: BASIC REQUIREMENTS 11061 PUMPING EQUIPMENT: NON-CLOG CENTRIFUGAL 11065 PUMPING EQUIPMENT: SUMP 11070 PUMPING EQUIPMENT: RECESSED IMPELLER 11073 PUMPING EQUIPMENT: PROPELLER 11074 PUMPING EQUIPMENT: LOBE 11076 PUMPING EQUIPMENT: SUBMERSffiLE NON-CLOG 11077 PUMPING EQUIPMENT: INLINE CENTRIFUGAL PUMPS 11078 SLUDGE GRINDERS 11079 PUMPING EQUIPMENT: VERTICAL TURBINE 11080 PUMPING EQUIPMENT: GEAR 11081 AERATION EQUIPMENT: CENTRIFUGAL BLOWER 11083 AERATION SYSTEM: FINE BUBBLE AIR DIFFUSION 11092 GRIT CYCLONES AND CLASSIFIERS 11094 GRIT REMOVAL EQUIPMENT: FORCED VORTEX TYPE 11095 SCREENINGS WASHER/COMPACTOR 11301 HORIZONTAL END SUCTION CENTRIFUGAL PUMPS 11302 UV LIGHT DISINFECTION EQUIPMENT 11312 PUMPING EQUIPMENT: SCREW CENTRIFUGAL 11313 PUMPING EQUIPMENT: CHEMICAL METERING PUMPS AND ACCESSORIES 11322 GRIT CYCLONES AND CLASSIFICATION EQUIPMENT 11335 SCREENING EQUIPMENT 11340 CIRCULAR SLUDGE COLLECTION EQUIPMENT 11342 SCREENINGS WASHER/COMPACTOR 11352 AIR COMPRESSORS Phase 1 Scope of Services Exhibit F - Specifications List Page 3 of5 11362 POLYMER BLENDING AND FEED SYSTEMS 11374 DIGESTER MIXERS 11385 BASIN MIXERS 11401 SCREW-TYPE SOLIDS THICKENINGIDEWATERING SYSTEM 11451 KITCHEN EQUIPMENT 11982 SAMPLING AND MONITORING EQUIPMENT DIVISION 12 - FURNISHINGS 12345 LABORATORY CASEWORK 12500 WINDOW TREATMENT 12690 FLOORMATS 12912 SHOP EQUIPMENT 12915 LABORATORY EQUIPMENT AND SUPPLIES DIVISION 13 - SPECIAL CONSTRUCTION 13219 HOT WATER SYSTEM 13224 DIGESTER HEATING EQUIPMENT 13225 DIGESTER GAS EQ(JIPMENT 13371 CLARIFIER EQUIPMENT MODIFICATIONS 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 13446 CONTROL AUXILIARIES 13448 CONTROL PANELS AND ENCLOSURES 13500 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 13620 FLOWMETERS 13780 NOISE ATTENUATORS AND SILENCERS DIVISION 14 - CONVEYING SYSTEMS 14301 HOISTS, TROLLEYS, AND MONORAILS DIVISION 15 - MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15061 PIPE-STEEL 15602 PIPE - DUCTILE 15063 PIPE - COPPER 15064 PIPE - PLASTIC 15066 PIPE: STAINLESS STEEL 15069 PIPE - REINFORCED CONCRETE 15070 PIPE - REINFORCED CONCRETE CYLINDER 15073 PIPE - CAST-IRON SOIL 15080 PIG LAUNCHER/CATCHER SYSTEM 15090 PIPE SUPPORT SYSTEMS 15100 VALVES - BASIC REQUIREMENTS 15101 GATE VALVES 15102 PLUG VALVES 15103 BUTfERFLYVALVES 15104 BALL VALVES 15105 GLOBE VALVES 15106 CHECK VALVES 15114 MISCELLANEOUS VALVES 15115 WATERCONTROLGATES 15183 PIPE, DUCT AND EQUIPMENT INSULATION 15440 PLUMBING FIXTURES AND EQUIPMENT 15516 HYDRONIC SPECIALTIES 15555 HOTWATERBOILER 15605 HV AC - EQUIPMENT 15890 HV AC - DUCTWORK Phase 1 Scope of Services Exhibit F - Specifications List Page 4 of5 15970 INSTRUMENTATION AND CONTROL FOR HV AC SYSTEMS 15990 HV AC SYSTEMS - BALANCING AND TESTING DMSION 16 - ELECTRICAL 16010 BASIC ELECTRICAL REQUIREMENTS 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16120 WIRE AND CABLE - 600 VOLT AND BELOW 16125 HEAT TRACING CABLE 16130 RACEWAYSANDBOXES 16140 WIRING DEVICES 16150 PANELBOARDS 16190 DRY-TYPE TRANSFORMERS (600 V AND LESS) 16230 STANDBY ENGINE GENERATORS 16260 AUTOMATIC TRANSFER SWITCHES 16265 VARIABLE FREQUENCY DRIVES - LOW VOLTAGE 16289 TRANSIENT VOLTAGE SUPPRESSION 16410 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 16420 ENCLOSED CONTROLLERS 16430 SWITCHGEAR 16450 GROUNDING 16500 INTERIOR AND EXTERIOR LIGHTING 16720 FIRE DETECTION AND ALARM SYSTEM 16723 SECURITY ACCESS AND CONTROL SYSTEMS 16858 HEAT TRACING AND HEATING BLANKETS Phase 1 Scope of Services Exhibit F - Specifications List Page 5 of5