Loading...
HomeMy WebLinkAboutCDM Constructors Inc; 2015-08-10; PWDB15-68UTIL - Pt 2EXHIBIT B Parts Project Approach Parts Project Approach Since the early 1990's, the Carlsbad Municipal Water District has been committed to providing recycled water which helps conserve water by reducing the City's demand on San Diego County's limited drinking water supply About one of every five gallons of water provided by the Carisbad Municipal Water District today is recycled water. Recycled water is practically drought-proof Since recycled water is exempt from the drought watering restriction, it is vital for sites currently able to make use of recycled water, including Legoland, The Crossings @ Carlsbad Golf Course, and the Flower Fields. A gallon of recycled water is also about 16 percent cheaper than a gallon of potable water, because the water district controls the production. Sales of recycled water increased about 28 percent during the first six months of 2014. Because of the supply reliability and cost efTecliveness of the CMWD's recycled water, there is an increasing demand for the recycled water. To accommodate this increased demand, the City is expanding their recycled water program. The expansion program includes increasing the capacity of the Carlsbad Water Reclamation Facility by 75 percent, so it can treat and recycle 7 million gallons a day. It currently treats up to 4 million gallons a day. This expansion will be partly funded through Proposition 84, from which the City was successful in securing funding. To achieve the schedule milestones of the funding, the City is proceeding with a design/build approach. In order for this design/build project to be successful, the CMWD needs: • An integrated design/build team that can meet the CMWD schedule, while maintaining quality and safety • A facility that fully complies with the RFP and project requirements • A flexible design that supports the ultimate expansion of the CWRF as additional recycled water demands or potable reuse opportunities arise • Membranes that reliably and cost effectively produce a water quality customers expect • Integration into the existing system that minimizes impact on current plant operations and is consistent with the existing CWRF and the EWPCF Project Management Plan and Approach during Phases 1 and 2 CDM Smith will implement management approaches to streamline construction and manage construction activities while maintaining plant operations to control costs and meet CMWD's schedule for this project. Guided by the leadership of Mike Bantz, DBIA, the focus of our project management approach is simple: • Provide leadership and guidance to seamlessly integrate the design, construction, and operations teams to meet or exceed the City's expectations for a well-executed DB project • Bring the project in on time and on budget • Keep project team and plant staff safe • Deliver a quality product QUALITY COST SCHEDULE SAFETY FLEXIBILITY Seamlessly integrate the design, constmction and operations teams to meet or exceed the Cit/s expectations for a well-executed DB project Meeting expectations hinges on open, frequent communication which is critical to the success of this project because of exacting equipment requirements, integration into the existing facilities, and the schedule. We will establish a colidborative relationship with the City's team It is imperative that all parties involved in the delivery of the project become aligned early on. As part of our standard approach to DB we use a chartering workshop allowing the team to establish a clear set of project objectives and communication protocols, define roles and responsibilities, align 17 Parts • Project Approach metrics on critical success factors and truly develop an understanding of all project team member perspectives. During this workshop, a short-term plan that details the first phase activities will be developed. It allows for a planned and organized interface between team members and helps to kick off the project in a positive manner. Following the chartering workshop, there will be frequent technical review meetings wherein CMWD team members will be updated with development of design packages and will have opportunities for early input, review, and comment. CDM Smith encourages an over-the-shoulder review format for these meetings to encourage discussions between the entire team which can be held either at the CMWD's or CDM Smith's Carlsbad facilities. The charrette process facilitates the participatory approach to design and at this point is an ingrained part of our development process. The workshop methodology includes in-depth, over-the- shoulder reviews with appropriate executives, staff, and other end-users to collect feedback on design and construction issues in an environment that promotes client, designer, operator, and constructor engagement. The team's goal in utilizing the workshop methodology is to promote consensus as to project requirements, permitting needs, initial planning concepts including alternate design options and capital cost. To best meet these goals, charrettes are proposed throughout the entire design process. The design and construction processes will be injtegrated throughout Phases 1 and 2 CDM Smith's commitment to integrated project delivery has fostered a culture of communication and cooperation throughout the firm which is reflected in every one of our DB projects. CDM Smith's approach to DB projects focuses on partnering between the con- struction-design staff and operators. Our constructors are involved in the beginning at the concept design phase and designers are involved through start-up and commis- sioning, Constructability reviews are integral to the design, assessing from the construction standpoint how the work can be most efficiently procured and executed in the field, including costs, schedule, construction sequencing, and impacts. The reviews will focus on the construction to be performed and the potential for mod- ification ofthe designs to reduce project costs without affecting quality and intended performance. These constructability reviews, which include superintendents, estimators, safety officers, operators and the construction manager, are performed starting at the concept design through 100% design. With in-house designers and con- structors, there is no hand-off from the designer to the constructor or the operator, because the designers collab- orate with the constructors and operators throughout the design, construction, and commissioning processes. During construction and commissioning, our engineers are in the field during construction - spending boot time at the project site helping to resolve conflict or provide clarification on issues identified. CDM Smith's close proximity to the project site will further foster design presence during construction and start-up. Bring the project in on time and on budget Developing and adhering to the GMP. The process of arriving at a GMP started during the preparation of this proposal and continues through Phase 1 to a GMP offering. Cost estimates will be performed "real-time" during the development of the 60% design for additions and deletions approved by CMWD. For continuity of our proposal we use a common coding architecture that will align our base proposal with our GMP offering. As part of the GMP proposal, all costing data including estimates, vendor quotes and submittal data will be presented as a bid book to the City electronically as well as hardcopies provided in 3 ring binders in an open book, easy to follow manner. A GMP review meeting will be held to discuss the final proposal. This allows for a transparent process for the final GMP and award of the Phase 2 contract. Risk Management is critical to meeting schedule and budget. The key to risk management is early identifica- tion and proactive planning to avoid risk where possible and developing appropriate measures to mitigate risks when they are unavoidable. 5-Step Risk Mitigation Process 1. Risk Identification: We hold a dedicated risk iden- tification meeting with the project team. We then use a risk register to record all risk items and later quan- tify/evaluate those risks in Step 2. This risk register allows us to define standards of classification (i.e., probability and impact scales). A risk register template is 18 Smith Project Approach • PartS used as a starting point to prompt the team members to address certain risks that are typical for the types of work we perform. The team works to evolve the template into the project- specific risk register. 2. Risk Evaluation, Mitigation and Quantification: We evaluate the probabflity and potential impact of the risk prior to mitigation, determine how we can mitigate and quantify the probabflity and impact of the mitigated risk (both dollars and schedule). At the completion of Step 2, we now have our estimated probability and impact for each risk item before and after mitigation. It is important to note that downside and upside risks be identified as the overall risk projections need to take into account both types of risk. Facility and wifl continue evaluating potential risk items, some of which are listed below: 3. Model Development: We begin using the "@ Risk" tool to develop our risk model. This step can be performed in parallel with Steps 1 and 2. Using the risk items identified and their distribu- tion, probabflity and impact, we build a model that predicts the likely total cost and schedule impact on the project. 3 @Ris iiopi ! 4. Model Output, Analysis and Recommendations: We then run an "@ Risk" simulation on L! each risk item resulting in the likely ^^^^ ^ total cost impact to the project. Once ^^^^ ^ the model runs, we have several lb ^ graphic options for analysis and recommendations. The model data is evaluated and results are presented to the project team. We then use the cost impact in consideration of our project risk based contingency. 5. Implementation of Risk Management Activities During Project Execution: In the final step, the risk management activities that are established in the risk management identification and management planning in Steps 1 through 4 are implemented by the project team as the project plan is finalized, and the work is then executed. This critical last step is the most important in the risk management process, as key risk planning only results in effective mitigation through proper project team implementation. We have started this 5-step process for the Carlsbad Water Recycling • Influent water quahty • Subsurface conditions • Schedule • Long lead procurement • Tie-ins to existing facflities • Permitting Meeting schedule CDM Smith will complete this project using our proven "fast-tracked" management procedures using flexible design and construction processes that identify critical path work in advance and develop proven methods of managing schedule. CDM Smith wifl utflize several scheduling and construction techniques to safely deliver a quality project on time. Tested "Fast-Track"Methods using Critical Path Scheduling will meet the aggressive schedule require- ments for this project. CDM Smith embraces and successfully implements Critical Path Design Submittals to allow construction to commence early in a DB project. Given the final completion date of September 2016, CDM Smith is ready to demonstrate how schedule mflestones can be met, and with the CMWD's support, be fast-tracked. Timely procurement and delivery of the major process equipment is a key success factor to completing the project on time. Involving the design and construction professionals and vendors, early in the procurement process enables the team to realize shared goals of designing and building a high-quality, cost-effective, and reliable facility. CDM Smith's established procure- ment management process begins during proposal development. Final selection of equipment vendors and subcontractors wfll be heavily weighted toward those willing to commit to meeting budget, schedule, quality, safety, and local and smafl business participation goals for the project. Our early, pre-NTP coflaboration with our membrane supplier will greatly facflitate the schedule in the case of design development and major equipment procure- ment. For example, in our preliminary schedule, we have identified the procurement, fabrication and deliv- ery ofthe MMF process equipment as the critical path. Our schedule includes the option for early procurement and fabrication ofthe MMF process equipment. Through our collaborative workshops and over the shoulder reviews, we are confident that we will be able Smith 19 Part 5 • Project Approach to reach consensus with the CMWD's team on key deci- sions so the membrane equipment can be advanced to a 100% level to aUow it to be procured immediately at the start of Phase 2 after the GMP has been agreed upon. This early procurement, prior to 100% design of the total project, will allow for the membrane equipment to proceed to fabrication while the remainder of the design is being completed saving months in the project schedule. r We utilized an eariy procurement approach on the Cambria Emergency Water Supply project to get tbe MF equipment into fabrication prior to the 100% design completion, - reducing the overall project schedule by 4-months. Maintaining the project schedule is critical to meeting the Prop 84/SRF funding milestones. The primary plan- ning and scheduling management tool used by our firm is Oracle's Primavera Professional Project Management (P6) Software using the Critical Path Method (CPxM) and Precedence Diagram Method (PDM) techniques to generate the project schedule. A summarized version for the Carlsbad WRF Phase III expansion is included at the end of this section. We wfll provide comprehensive monthly progress reports; develop meaningful performance indicators with proposed corrective action to provide early warning and correction of potential problems during each phase of the project; provide a monthly P6 cost loaded schedule of values to accurately evaluate work in place and progress, and deliver frequent, consistent, data-driven performance reporting on a regular schedule. On time delivery will be facilitated by monitoring fabrication status on a weekly basis and inspecting equipment during the fabrication process. Supplier contracts will include explicit dates and time frames for submittals, fabrication, delivery, factory-witnessed tests, O&M manuals, and start-up. Our construction staff will work closely with our suppliers to track delivery of all equipment for the project. Suppliers wiU be required to notify CDM Smith immediately if there is a change in the anticipated delivery schedule. This type of early notification will allow the project team to evaluate options and develop the best contingency plan to ensure the project stays on schedule. Permitting CDM Smith has extensive experience securing permits for this type of project. That is why we do not foresee any significant difficulties in obtaining the permits required for this project. The anticipated construction permits include: • Construction General Permit/Storm Water Pollution Prevention Plan • City of Carlsbad Building Permit During start-up and testing CDM Smith will conduct water quality measurements and testing, and prepare required studies and a compliance report for submittal to the California State Water Resources Control Board and Regional Water Quality Control Board for final certificate to operate the CWRF expansion. Keep project team and plant staff safe Completing projects safely is a basic tenet of CDM Smith's operating philosophy and forms a founda- tion for all work performed. Translating an integrated safety management system into afl project actions promotes maximum personnel and environmental protection. CDM Smith's safety performance record is significantly better than industry averages and is derived from a total commitment to providing a safe work environment and from involving our employees in identifying and mitigating potential hazards. This com- mitment is evidenced by the numerous safety awards our projects have received. Over the past five years, CDM Smith has received more than 40 safety awards. CDM Smith completed the Southern Region Tertiary Treatment Plant project with nearly 200,000 total man-hours and zero lost-time injuries. The Stockton Delta Water Supply Project received the 2011 Occupational Excellence Achievement A ward from the National Safety Council for reaching more than 145,000person hours L worked without a lost-time accident. CDM Smith maintains a comprehensive corporate safety and health program which addresses all facets of construction. Our program was developed to comply with all federal and state OSHA requirements along with the specific requirements of our cUent agencies. We tailor the job specific site health and safety plan to the project needs and to keeping afl personnel, plant staff and visitors safe at all times. For this project, we will develop multiple activity hazard analysis plans for critical activities that wifl include such activities as: deep excavations, critical hfts, overhead hoisting of equipment, chemical handling, confined space entry, arc flash, lock-out-tag-out procedures, and fafl protection. 20 Smith Project Approach • Part 5 Each of CDM Smith's subcontractors are required to comply with CDM Smith's job-specific health and safety plan. CDM Smith reviews subcontractor safety programs and requires they provide their EMR prior to entering into a subcontract agreement. The adherence to these protocols helps ensure a safe project site. Deliver a quality product For each project CDM Smith performs, we have strict quality management procedures we follow. CDM Smith's Quality Management System has a specific quality program for design as well as construction with dedicated quality manuals that state guidelines for critical areas such as design reviews; field inspections; submittal reviews; deficiency identification, correction, and tracking; non-conformance; and subcontractor quality review. In addition to our company-wide quality program, we also work closely with CMWD to develop project-specific Quality Management Plan that wifl detail the policies and procedures for achieving CMWD's quality objectives. We have two dedicated quality managers who will be responsible for quality during design and construction. Bill O'Neil: Quality Manager - Design Carlos Melvin: Quality Manager - Construction These managers wifl provide unrestrained oversight and inspection on design, equipment and materials, construction methods, controls integration, functional startup, testing and training. They will also be respon- sible for documenting and communicating to the entire team, including all subcontractors, the progress and implementation of the QAQC plan through regular meetings and field inspections. Testing and Startup Plan CDM Smith routinely provides startup, testing, and commissioning services for the facflities that we design, as well as the facflities that we build. The criticality and challenges of this project phase are given the specific attention that they require, starting in the early phases of CDM Smith designs. We involve both the engineers who designed the facili- ties and engineers and technical specialists from our OScM division. In close coflaboration with CMWD, we wifl carefully plan each step during this project phase. As the designer-builder, CDM Smith's approach is to develop specific and detailed plans and step-by-step procedures for readiness and acceptance tests of each unit process and individual equipment, plant disinfec- tion, capture and recycle of test water, and switch over of unit processes from testing to production mode. These plans include: daily test logs, staffing needs, safety measures, specific day-by-day flow and chemical dosage rates, equipment rotation, water quality goals, chemical delivery schedules, and start-up and shutdown procedures. During startup test planning, operators provide input for developing daily test scenarios, such as power loss, interruption in communications, and equipment failure. Under controfled conditions we train operators on how to react and how to prevent water quality upsets during emergency conditions. "Problems" are anticipated especially during the initial startup test, and addressed through development of contingency plans, closing com- munication gaps, tuning control loops, refining operating setpoints, and providing focused follow-up training. A key concern during startup and testing is what to do with the test water, which in most cases is not suitable for transmission into the distribution system. CDM Smith recognizes this issue and evaluates and develops measures at the very start of the design process to aflow for the appropriate capture and recycling of test water. Another common challenge faced in acceptance testing occurs when demand is not high enough to fully load the facility. This is typically addressed by limiting process trains in service so that duty units and process trains are operated at design maximum conditions. Examples of projects in the past 10 years where CDM Smith has provided training, startup, testing, and/or commissioning services include the Stockton Delta Water Supply Project (30 mgd), the Sand City Brackish Desalination Facflity (0.3 mgd), the Vander Lans Water Treatment Facility (3 mgd), and the Groundwater Replenishment System (70 mgd), Cambria Emergency Water Supply project (1 mgd). Acceptance Testing After the 60% design is complete, we will begin prepar- ing a fully comprehensive startup and testing plan that complies with requirements in RFP Section E.7. The plan wfll be submitted to CMWD a minimum of 60 days prior to the first testing taking place. The plan wifl be coflectively developed by CDM Smith and the membrane system supplier's design engineers. Input will also be provided from CDM Smith's Operation and Maintenance group and the construction project team. Smith 21 Part 5 • Project Approach A key element of a successful startup and transition to normal operations is getting input from CMWD's plant operation staff during the development of the plan. This wifl be accomplished through review meetings with CMWD staff. The procedures wfll be managed by the Field QC Manager with support from the, membrane system supplier, the systems integrator, the mechanical. electrical and process design engineers, manufacturer's representatives, and CMWD representatives, including its operations staff and SCADA programmer. CDM Smith wifl have a licensed water operator present during the 30 day acceptance test period. Upon successful completion of the acceptance test CDM Smith will submit a final Acceptance Testing Report to CMWD for their approval. Technical Approach We have developed our technical approach to achieve flexibility for future expansion and advancements in membrane technology, to fully comply with all ofthe RFP requirements, and minimize impacts to on-going operations during construction. Flexible design that supports the ultimate expansion ofthe CWRF as additional recycled water demands or potable reuse opportunities arise Membrane filtration systems have historically relied on highly proprietary system designs, which prevented interchangeability of membranes and sometimes resulted in non-competitive pricing for membrane replacements and plant expansions. The proprietary designs also cre- ated challenges for facflities struggling with membrane fouling or membrane integrity problems that were often specific to the manufacturer that had been selected. Within the last few years, the industry has begun to move toward a more open platform or semi-universal design approach for membrane filtration systems. These systems are buflt to accommodate membranes from multiple manufacturers, allowing for competitive bidding of membrane replacements and greater flexibility for addressing unforeseen performance challenges. CDM Smith and H20 Innovation have both been pioneers driving this new direction for the industry Our first semi-universal design was incorporated side-by-side with a proprietary Pall system in 2011 at the San Diego Demonstration Plant, where the Toray UF membranes, which had been recently introduced to the U.S. market at that time, demonstrated reliable performance without any fiber breaks and with extended cleaning frequencies, exceeding 90 days. CDM Smith has subsequently incor- porated semi-universal skid designs into facilities for Santa Barbara, Cambria, and Bloomsburg, Pennsylvania. Two of these facflities are currently operating under Title 22 requirements in the State of California, utilizing Toray membranes and H^O Innovation skids. For the CWRF expansion, the CDM Smith team has proposed a semi-universal skid from H^O Innovation, which is capable of operating with membranes from Toray, Dow, or Scinor. It can also be adapted to use GE or Pafl (Asahi) membranes. This approach will allow the greatest control over the membrane vendor for technical issues and cost negotiation during membrane replace- ment. This approach also allows for system flexibility to adopt different membranes and new technology which might be avaflable in the future. We are proposing to use the Toray HFU-2020N membrane module as the base system offer. The Toray module is a mature and stable membrane product used in municipal potable water treatment applications with over 10 years of installed experience. This membrane has also been operating in a tertiary effluent installation in San Diego since 2011 with minimal fouling and no fiber breaks. The proposed skid will also be capable of operat- ing with membranes from at least 4 alternatives suppliers as presented in the adjacent table. While not all of these membranes meet the current RFP requirements, they do provide alternatives for future membrane change out. 22 Smith Project Approach • Part 5 Membranes Available for Open Platform UF Skid Supplier Membrane Description Experience with California Title 22 Meets RFP Requirements Toray HFS-220N 0.01 micron TIPS PVDF In operation at RWQCB approved facilities in Cambria and San Diego. V Pall Asahi UNA620A 0.1 micron TIPS PVDF In operation at multiple RWQCB facilities using previous versions of membrane arrays. Currently marketed membrane arrays have not yet been installed. V GE ZWl 500-600 0.02 micron NIPS PVDF Not currently in use at RWQCB approved facility. Previous Model ZWl 500-550 in use at facility in San Rafael. Dow SFD-2880 0.02 micron NIPS PVDF Not currently in use at RWQCB approved facility. Alternate Model IWI 02-1100 is installed at facility in Santa Barbara. Scinor SMT600-P80 0.1 micron TIPS PVDF No current installations in the US. The Toray HFU-2020N membrane is made of PVDF with a flow direction from outside to inside and a pore size of 0.01 microns. Unlike many other membranes in the industry, Toray's membranes have been manufactured with a Thermally Induced Phase Separation (TIPS) method of spinning, allowing the membrane to operate at a very high filtration flux with fewer fiber breaks when compared to the Non-Solvent Induced Phase Separation (NIPS). The TIPS technology offered by the Toray modules will result in better overall performance for the plant in terms of chemical resistance for aggressive cleaning and fiber integrity. Membrane System Configuration Tlie following summarizes the CDM Smith membrane system configuration. 1 Description Value Unit 3 Plant Capacity (N) 3 MGD Plant Capacity (N-1) 3 MGD Operating recovery 90% % Total # of trains installed 3 - Instantaneous Flux(N) 23 gfd Instantaneous Flux (N-1) 35 gfd # of modules installed per train 63 - # of module spaces per train 84 % spare space 33% % Membrane surface area 775 ft^ Membrane surface area per train 48,825 ft^ Total membrane surface area 146,475 ft^ The system has been proposed with over 30% spare space to allow for changes in flux should the influent raw water quality fluctuate. This allows for flexibility and safety within the MMF system without having to extend the membrane racks in the future should the water quality results in Phase 1 vary greatly from the available feedwater quality data. Smith 23 Part 5 • Project Approach c Outdoor protection We have taken into consideration the typical outdoor conditions that the UF membrane system that wifl be exposed to. For this reason, the following additional items have been included in the scope of supply as part of this base offer: • Each automatic valve that is skidded is equipped with stainless steel tubing from the solenoid to the actuator • Each digital input/output and analog input/output are equipped with surge protection for safety during any potential lightning strikes Permeate Water Quality The Toray membranes the following water quality objectives. \ Value I Membrane Integrity Test Pass 3-log Turbidity </ = 0.1 NTU Turbidity </=0.2NTU Turbidity </=0.5 NTU SDI15 <5 In addition to the above, we have proposed a system capable of meeting the guaranteed performance criteria in Table 2.2 of Attachment E.2 in the Carlsbad Phase III Expansion Project No. 5029 RFP Water quality sampling A critical step in confirming that the membranes will meet the performance requirements is water quality sam- pling to be performed in Phase I. The RFP included water quality for cBOD, TSS, Turbidity, TDS, and pH. Our sampling will confirm these water quality parameters and we wfll also conduct weekly TOC and oil and grease samples to provide data needed for optimization of the membrane performance. Our proposal includes a conser- vative flux at this stage that may be able to be increased based on the results of the water quality sampling. We have assumed weekly sampling will be done for eight weeks, including cBOD, TOC, and ofl and grease using a composite sampler. It is assumed that pH and turbidity data can be obtained using existing online meters. Our sampling phase will also include an assessment of the chemicals used at the Encina Wastewater Pollution Control Facflity to determine if any pose a potential risk to the proposed membranes. CMWD can then use this information to determine if there are opportunities to work with the Encina Wastewater Authority to mitigate any risks identified and reduce the fouling potential of the source water. Equipment Layout Our proposed layout maximizes the use of existing facili- ties on the site, many of which were built with sufficient capacity for this expanded plant. The original design included stub-outs for future equipment, oversized piping, and blind flanges at the end of piping manifolds, which our design will utflize in order to minimize the impacts to existing facilities and avoid unnecessary redundancies in the buried piping. The new membrane skids will be located between the existing MF units and the RO equipment, entirely within the footprint of the existing treatment area pad. This location minimizes the impact to existing equipment, while maintaining forklift access to the new chemical storage totes. Our layout builds on the approach used in the preliminary design, with the following modifications and as shown in the figure provided at the end of this section: 1. A new UF Feed Tank will be fed from a new 16-inch feed pump connected to the south end of the exist- ing MFF header. This tank will serve to equalize flow between the existing MF units and new UF units and wfll serve for surge control in the event that the existing submerged membrane system is decommis- sioned at any time in the future. 2. Two UF Booster Pumps (1 duty, 1 standby) wifl be located adjacent to the UF Feed Tank and wfll supply flow to the three new UF trains. 3. Three new UF skids wifl utilize an open platform, semi-universal design to allow future membrane change-out using membranes from alternative suppliers. The plant will include membranes manu- factured by Toray Membrane, which are currently in use in San Diego and Cambria treating wastewater effluent in compliance with Title 22 standards and permit conditions. 4. UF Effluent wifl be conveyed in a new header to the south end of the existing MFE header. Water will then be conveyed to the existing MF Break Tank using existing buried piping. 24 Smith Project Approach • PartS 5. Two UF Backpulse Pumps (1 duty, 1 standby) wifl be located south of the UF skids and wifl draw water from the new MFE header. 6. UF backwash waste wifl be conveyed to the existing cross at the south end of the existing BW waste header. This will allow conveyance of the backwash waste into the existing Backwash Equalization Basin without modifications to this Basin. 7. The MFE inlet pipe on the MF Break Tank will be re-routed to fill the tank from the existing flange near the bottom of the tank. This will allow the volume in this tank to be used for backwashing of the new UF membranes. 8. A new overflow will be added to the MF Break tank at a center line of 71.5 feet. This overflow will be connected to the existing MFE Bypass, allowing this existing piping to convey UF Effluent from the break tank to the chlorine contact basins. The existing overflow on the MF Break Tank will be reworked to remove the butterfly valves, proving waste overflow capabilities for the tank without the risk of valves being unintentionally closed. Existing Membrane System Replacement We have also evaluated an option that would provide a total 3.8 mgd of tertiary filtration capacity within the new UF skids. This alternative allows for the elimination of the existing submerged UF system with minimal impacts to the overall design. A fourth UF skid would be provided, and the capacity of each skid would be decreased from 1.0 mgd to 0.95 mgd under normal operating conditions. Other anciflary equipment would remain unchanged. This option can be further explored during Phase 1. Procurement of membranes that reliably and cost effectively produce a water quality customers expect As discussed above, we are providing a semi-universal which wifl allow the greatest control over the membrane vendor for technical issues and cost negotiation during membrane replacement. The following table provides detafled information for three different membrane options that could be utilized with the H20 Innovation semi-universal skid: Membrane Microfiltration System Supplier H20 Innovation Model Number Toray HFU-2020N with 10 year membrane warranty (2 years full warranty -i- 8 pro-rated warranty) Membrane Material PVDF Estimated Daily Energy Consumption (continuous normal operation) ^includes 3 trains in normal operation, N condition. Therefore the feed booster pumps (included in calculation) will operate only 20.71 hours per day (taking into account offline time for BWs) 1966kWh/d Estimated Daily Chemical Consumption Sodium 16.1 gallons/day Hypochlorite Caustic N/A (no maintenance cleans performed with caustk. Caustic is used for neutralization only) Citric Acid 0.62 gallons/day (no maintenance cleans for citric performed, only recovery cleans every 30 days) Maintenance schedules/Equipment Replacement Intervals Membranes Replacement: 10 years With proper maintenance under the guidance and recommendations ofthe manufacturer Process Control/SCADA System SCADA integration is done by CDM Smith's I&C department, which is a fully integrated UL approved panel shop. By utilizing our in-house I&C team means the integrators and panel builders wifl directly interface with the team during Phase I, where as if this work is subcontracted, this part ofthe integrators are often not involved until Phase 2, which could impact schedule and quality of work. The preliminary design cafls for Remote Input/Output (RIO) PLC to control the MF Feed Pumps. Our intent is to remove the Remote Input/Output (RIO) PLC and control the New MF Feed Pumps via integral Ethernet Communication Module. ^yrmth 25 Part 5 • Project Approach Integration into the existing system that minimizes impact on current plant operations and is consistent with the existing CWRF and the EWPCF During Phase I, CDM Smith wifl develop a detailed Maintenance of Plant Operations (MOPO) plan which identifies key tie-ins and incorporates them into the design and construction of the project. CDM Smith wfll utilize the MOPO plan and work with CMWD to ensure that the plant remains operational and meets the water quality regulatory requirements with minimal interruption during construction. We will work with the operators to ensure we have a thorough understanding of the operators' routine activities and allowable plant shutdown durations. Investigations will be conducted in advance to pothole and locate critical utility crossings and tie-ins. The MOPO Plan will include a detailed overaU construction schedule that clearly indicate the date(s) and durations for all critical activities affecting plant operation such as, temporary shutdowns required to tie-in new work with existing facilities, or significant construction material/equipment deliveries that may have a temporary impact on plant access to chemical delivery trucks or operator vehicles, emergency repair plan. The MOPO plan is a critical tool used to maintain communication. During construction, MOPO shutdowns and tie-ins will be detailed in the 3 week look ahead schedule at each weekly progress meeting and closely coordinated with CMWD and the operators. Some of the key tie-ins include: Tie in of 3 new MF transfer pumps to existing MFF transfer discharge manifold Tie-in the existing MFF influent feed piping to the new MFF influent feed to 3 MGD MF process facflity Tie-in MF permeate effluent from new 3 MGD MF process facility to chlorine contact basin influent Tie-in to existing drain systems for MF waste discharge Relocation of existing electrical manhole that is in conflict with expansion of second CCB process train MF discharge to existing MF filtrate tank for RO influent feed CCB effluent tie-in with existing storage basins and storage basin bypass for discharge operational flexibility CCB influent chamber and effluent chamber knockout wafls interconnections to second CCB process train. Electrical cutovers for new process pumps and process systems Integration of new chemical feed system pumps to existing systems Instaflation of new static mixer for system chemical mixing and removal of old static mixer. Systems integration for SCADA plant communica- tions and controL 26 Smith Project Approach • Part 5 UF Skids Three new UF skids will use open platform design, allowing future membrane change-out with membranes from multiple different vendors. Chemical Storage Totes New process equipment will be located between the existing MF units and the RO equipment within the existing treatment pad, maintaining forklift access to chemical storage totes. Process Piping UF effluent will be conveyed to the existing MF break tank using the existing MFE header. Our design utilizes existing piping and equipment, where appropriate, for the expanded flows, taking advantage of CMWD's original plans for expansion. Carlsbad Water Recycling Facility Proposed Phase III Process Area Layout CDM ith 27 Project Approach • PartS lAdivityiD ' Activity Name Duration Start Finish Carlsbad Water Recycling Facility Phase III 509 Cfl-May-15 20-Sep-16 Milestones 509 03-May-15 20-Sep-16 A1220 Conlract Awarded 0 01-May-15 A1000 Notice to Proceed - Phase 1 0 01-Jun-15 A1010 60% Design Submittal 0 06-Sep-15 A1090 Submit Maximum Guaranteed Price 0 06-Sep-15 All 20 Notice to Proceed - Phase 2 0 11-Sep-15 A1050 Procure MF System 0 i;>-Sep-15 A1020 90% Design Submittal 0 08-NOV-15 A1030 Final Design Complete / Issue for Construction 0 13-Dec-15 A1040 Construction Start 0 14-Dec-15 A1130 Deliver MMF System 0 09-Mar-16 A1060 Construction Complete 0 27-May-16 A1080 Start Acceptance Test 0 28-May-16 A1070 Acceptance Test Complete 0 26-Jun-16 A1230 Substantial Completion 0 26-Jun-16 A1240 Prpject Complete 0 20-Sep-16 Design 1 422 Design Meetings 180 01-Jun-15 27-NOV-15 Site Investigation 15 01-Jun-15 15-Jun-15 60% Design 98 01-Jun-15 06-Sep-15 90% Design 58 12-Sep-15 08-NOV-15 Final Design 35 09-NOV-15 13-Dec-15 Record Drawings 30 27-Jun-16 26-JUI-16 Pre-Construction 222 01-Jul-15 07-Feb-16 Project Plans 222 01-Jul-15 07-Feb-16 Permitting 42 02-NOV-15 13-Dec-15 Procurement 203 j 0|^Sep-l5j 27-Mar-16 || Yard Piping and Valves 98 09-NOV-15 14-Feb-16 Canopy 84 09-NOV-15 31-Jan-16 Process Mechanical 175 07-Sep-15 28-Feb-16 MMF System 180 12-Sep-15 09-Mar-16 Electrical 112 09-NOV-15 28-Feb-16 Instrumentation & Controls 140 09-NOV-15 27-Mar-16 Construction Site Civil Structural Concrete Canopy Mechanical/Equipment Electrical and l&C Finishes 109 14-Dec-15 18-May-16 65 60 10 47 30 20 14-Dec-15 17-Mar-16 21-Dec-15 17-Mar-16 24-Mar-16 06-Apr-16 16-Feb-16 20-Apr-16 1C-Mar-16 20-Apr-16 21-Apr-16 18-May-16 Startup, Commissioning, & Training 67 1 2t-Apr-16 26-Jun-16 Systems Controls Integration 5 21-Apr-16 27-Apr-16 System Commissioning 5 28-Apr-16 04-May-16 Functional Test 7 05-May-16 13-May-16 System Test 10 16-May-16 27-May-16 Performance/Acceptance Test 30 28-May-16 26-Jun-16 Project Close Out eo j 27-Jun-16 2G-Sep-16 1 A2670 Closeout Activities 60 27-Jun-16 20-Sep-16 May Jun Jul Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct C3 mith Forecast Work • Critical Work • Milestone Carlsbad Water Recycling Facility Phase Proposal Schedule (^City of Carlsbad California Data Date = 0 May-15 Page 1 of 1 Smith 28 ^Srmth ^Srmth 1925 Palomar Oaks Way, Suite 300 Carlsbad, California 92008 tel: (760) 438-7755 fax:(760)438-7411 Contract Administration Kevin Davis City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: Price Proposal for Project No. 5209 Carlsbad Water Recycling Facility Phase III Expansion Dear Mr. Davis: Enclosed is our cost proposal for Design-Build Services for the Carlsbad Water Recycling Facility (CWRF) Phase III Expansion, Project No 5209. We have included the following information as required in the Request for Proposals: • Part 1- Price Proposal • Appendix A- Price Proposal Forms CDM Smith greatly appreciates the opportunity to work with CMWD on this very important project. Please contact us if you have any questions regarding our technical and cost proposals. Sincerely, f—1?. Michael Dzubnar, P.E., DBfc^ Lanaya Voelz,l'TEr Principal-in-Charge, CDM Smith Associate, CDM Smith 9220 Cleveland Avenue, Suite 100 Rancho Cucamonga, California 91730 T: (760) 710-4683/ Email: dzubnarmd(a)cdmsmith.com WATER + ENVIRONMENT +TRANSPORTATION + ENERGY + FACILITIES "5. rt, -O -i o ^^^^^^^^^^ Part 1 Price Proposal Part I- Price Proposal CDM Smith's lump-sum fee proposal is based upon the Project Design Report and Project Preliminary Drawings as detailed in the Request for Proposals (RFP) Design Build Services for the Carlsbad Water Recycling Facility Phase III Expansion. This lump-sum price proposal includes the scope of Design Builder services as defined in RFP Attachment B and meets the Project Performance and Technical Requirements as detailed in the RFP. -4Slik 4 Appendix A Price Proposal Forms 3> •o Cc Carlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 PRICE PROPOSAL FORM FOR DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILIIT (CWRF) PHASE IH EXPANSION PROJECT NO. 5209 CARI.SBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA FEBRUARY 2015 PROPOSAL TO: Contract Administration Kevin Davis City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 PROPOSAL FROM: CDM Contractors Inc. (Name of Firm Submitting F*roposal) 1925 Palomar Oaks Way, Suite 300 (Address) Carlsbad, California 92008 (City, State, Zip Code) T: (760)438-7755 F: (760) 438-7411 (Telephone & Fax Number) April 15,2015 (Date Submitted) Note: All portions of this Price FYoposal Form must be completed and must include the signed Declaration on the last page of this form before the Price Proposal is submitted. Failure to execute the Declaration will result in the Proposal being rejected as nonresponsive. Page 1 3/30/15 ^Carlsbad CWRF Phase III Expansion Municipal Water District Project No. 5209 Section 1 Proposer's Representations Proposer, represents that a) it has the appropriate active ConU-actor's license required by the State of Califomia; b) it has carefully read and examined the Proposal Documents for the proposed Work on this Project; c) it has examined the site of the proposed Work and all information available to Proposers; d) it has become familiar wilh all the condilions related lo the proposed Work, including the availability of labor, materials, and equipment; e) lhal all informaiion and submittals provided as part of the Proposal process are accurate and correct. Proposer hereby offers lo fumish all labor, materials, equipmeni, tools, transportation, and services necessary lo complele the proposed Work on this Projecl in accordance with the Request for Proposal and Contract Documents for the sums quoted. Proposer further agrees lhal il will nol withdraw its Proposal wilhin 60 days after the Proposal Deadline, and that, if il is selecled as the apparent "best value" responsive and responsible Proposer, lhat it will, wilhin 20 days afler receipt of notice of selection, sign and deliver lo CMWD the Agreemenl and fumish lo CMWD all items required by the Request for Proposal and Contract Documents. If awarded the Contract, Proposer agrees lo complele the proposed Work wilhin the Contract Time specified in the Agreemenl in conformance wilh all provisions oflhe Request for Proposal and Contract Documents. Section 2 Addenda Proposer acknowledges that it is Proposer s responsibility to ascertain wheiher any Addenda have been issued and if so, lo oblain copies of such Addenda from CMWD's facilily al the appropriale address staled on Page 1 of this Price Proposal Form or from the CMWD website. Proposer Iherefore agrees lo be bound by all Addenda lhal have been issued for this Proposal. Section 3 Total Project Cost The Tolal Project Cost shall include all costs lo complele the Work and shall include all allowances (CMWD provided and Design/Builder provided) and any involuntary changes lhal impaci the Tolal Projecl Cost. The Total Project Cost shall be the sum of Phase 1 and Phase 2 costs. The Tolal Projecl Cost shall NOT include any voluntary Projecl Enhancemenls/Innovalions/Energy Efficiency Voluntary Altematives submilled in the Technical Proposal or any Altematives defined herein. Page 2 3/30/15 Cc Carlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 Section 4 Price Proposal PRICE PROPOSAL PHASE I COST $ 4 8 2 7 9 0 * (Place figures in appropriate boxes) PHASE 2 COST $ 6 8 1 0 2 7 8 * (Place figures in appropriate boxes) TOTAL PROJECT COST $ 7 • 2 9 3 0 6 8 * (Place figures in appropriate boxes ) Section 5 Alternatives Provide all design, engineering, coordination, labor, materials, equipmeni, accessories, and Design Build Entity and subcontractor overhead, mark-up, and profit required for the following Altemates. Indicale by marking only one of the three boxes ("Add", "Deduct", or "No Change") and slale the amounl by placing figures in the corresponding boxes. Check the "No Change" box when there is no change in the Price Proposal. Failure lo quote an amount or check "No Change" or the insertion of any words that qualify the Price Proposal will result in the Proposal being rejected as nonresponsive. No extension of lime will be granted if the Altemate is accepted. CMWD PROPOSED ALTERNATE Alternate No. boxes) (Place figures in appropriate boxes) CMWD reserves the right to accept this altemate concurrent with the Notice to Proceed for Phase 1. ADD DEDUCT NO CHANGE 3/30/15 Page 3 C: Carlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 Section 6 Proposer Infortnation TYPE OF ORGANIZATION: Corporation (Corporation, Partnership, Individual, Joint Venlure, etc.) IF A CORPORATION. THE CORPORATION IS ORGANIZED UNDER THE LAWS OF: THE STATE OF: NAME OF PRESIDENT OF THE CORPORATION: NAME OF SECRETARY OF THE CORPORATION: Massachusetts (Slale) Stephen ]. Hickox, CEO (Insert Name) Tim Wall, President and Chief Operating Officer (Insert Name) IF A PARTNERSHIP, NAMES AND TFTLES OF PERSONS SIGNING THE BID ON BEHALF OF PROPOSER AND ALL GENERAL PARTNERS: PERSONS SIGNING THE BID ON BEHALF OF PROPOSER: (Insert Name and Title) GENERAL PARTNERS; (Insert Name) (Insert Names Continued) CALIFORNIA CONTRACTORS LICENSE(S): CDM Constructors Inc. A HAZ CIO B Name of Licensee 671513 05/31/2015 (Classification) (License Number) (Expiralion Date) (For Joint Venlure, list Joint Venture's license and licenses for all Joint Venture partners.) Pages 3/30/15 Ccarisbad '''^''^'''proS''io9 Municipal Water District rrujeu /VO. O^L/y Section 7 Required Completed Attachments The following documents are submitted with and made a condition ofthe Proposal: 1. Proposal Bid Security in the form of Bid Bond (Bid Bond or Certified Check) Section 8 Declaration I, "^SLOf^t^/^-^ (Printed name), hereby declare that 1 am the 4a<rd^ or2_\/l<^jeL lfa6rt»tT3fe>^itle) of Ct'Z^ ^ttt-Wrf^OCT <!»tg.*> \ t4c.. (Name of Proposer) submitting this Price Proposal Form; that I am duly authorized to bind the Proposer and execute this Price Proposal Form on behalf of Proposer; and lhat all information set forth in this Price Proposal Form and all attachments hereto are, to the best of my knowledge, true, accurate, and complete as of its submission date. I hereby attest lo and will abide to the Proposer's Representations described in the Price Proposal. I declare, under penalty of perjury, thai the foregoing is Hue and correcl and lhal this declaration was subscribed at: Carlsbad (Location and city). County of San Diego , Slate of California , on April 14. 2015 (Date). (Signature) (Print Name and Title) Page 6 3/30/15 Ccarlsbad Municipal Water District CWRF Phase III Expansion Project No. 5209 DESIGN PROFESSIONAL RATE SCHEDULE FOR ADDmONAL SERVICES DISaPUNE HOURLY RATE CivO Principal Civil $200 Senior Civil $180 Civil $145 Junior Civil $110 CAD Operator $130 Mechanical Principal Engineer $200 Senior Engineer $180 Engineer $145 Junior Engineer $110 CAD Operator $100 Electrical Principal Engineer $200 Senior Engineer $180 Engineer $145 Junior Engineer $110 CAD Operator $100 Structural Principal Engineer $200 Senior Engineer $180 Engineer $145 Junior Engineer $110 CAD Operator $100 I&C Principal I&C $200 Senior I&C $180 I&C $145 $110 Junior I&C $110 CAD Operator $100 Other SCADA $180 3/30/15 Page 7 Ccarlsbad Munitapai Wate.' District CWRF Phase III Expansion Project No. 5209 BIDDER'S BOND (To Accompany Proposal) KNOW ALL PERSONS BY THESE PRESENTS: That we. CDM Constructors Inc. as Pnncipal, and Fidelity arxj Deposit Company of Marylarwj , as Surety are held and firmly bound unto CMWD, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent of Amount Bid(io%) for which payment, well and tmly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH diat if the proposal of die above-bounden Principal for. DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FAdLITY (CWRF) PHASE IU EXPANSION CONTRACT NO. 5209 in the City of Carlsbad, is accepted by CMWD, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days fiom the date of award of Contract b}' tbe CMUT), being duly notified ofsaid award, then this obhgation shall become null and void; otherwise, it shall be and remain in fiill force and effect, and the amount specifiied herem shall be forfeited to CMWD. In the event Principal executed this bond as an indi\'idual, it is agreed that the death of Principal shall not exonerate the StJi«t>' from its obhgations imder this bond. Execute by PRINCIPAL this lOtti day of Apnl ,2015 Principal: CDM Constructors Inc. (name of Principal) (sign here) (print name here) (Title and Organization of Signatory) Bv: : ^br. , (sign here) Mario J. Marcaccio (print name here) Secretary (title and organization of signatory) Executed by SURETi' this of April ^ 2015 10th day SURETY: Fidelity and Deposit Company of Maryland (name of Suret\-) 14O0 American Lane. Tower I. 18th Roor, Schaumburg. IL 60196-1056 (address of Surety) (847) eos-eooo" • (pnnted name of Attomey-in-Fact) 2/17/15 Page 8 Ccarlsbad ^^^f^^ ^^^se /// Expansion MurricipaJ V.;elgi Oist^kX Project A/o. 5209 (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PR1NC1P.AL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary musl sign for corporations. If only one officer signs, tbe corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORlvl: RONALD R. BALL City Attomey By: Deputy City Attorney Page 9 2/17/15 arlsb ad CWRF Phase III Expansion Proyecf No. 5209 (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, tbe corporation must attach a resolution certified by tlie secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO F0R:M: RONALD R. BALL City Attomey By: Deputy City Attomey Page 2/'! 7/15 r CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT Civil Code §1189 A notary public or other officer completing this certificate verifies only ttie identity of the individual who signed the document to which this certificate is attached, and not the truthfuliness, accuracy or validity of that document. State of CT County of Hartford } On April 10, 2015 personally appeared Stacy Rivera before me, Danielle M. Bechard , Notary Public Name and Trtle of NoCsry Nam and or Names of Signaf^) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instmment the person(s), or the entity upon behalf of which the person(s) acted, executed the instmment. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is tme and correct. Witness my hand and offici Signature OPTIONAL Donlelle M. Bechard Notary Public-Connecticut My Commission Expires June 30. 201 5 Place Notary Public Seai ACixe Though the /nformaf/on betow is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this fonn to ancrfrier document. Description of Attached Document Title or Type of Document Document Date Signer's Name: • Individual • Corporate Officer - Tltle(s): • Partner - • Limrted • General • Guardian or Cionservator S Attomey-In-Fact • Trtjstee • Other Signer is representing Fidelity and Deposit Gjnpany of l^faryland mtiHTTHUVbPHINT Top of Ihumb Number of Pages: • individual • Corporate Officer - Title(s): • Partner - • Limited • General • Guardian or Conservator • Attomey-in-Fact • Tnjstee • Other Signer is representing RIGHnnUWaPB NT SKiNfcH Topotttiumb ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomeys in Fact. The Chief ExecuUve Officer, the President, or any Executive Vice President or Vice President may, by writlen instrument under the attested corporate seal, appoint attomeys-in-fact with authority lo execute bonds, policies. rccogni?.ances, stipulations, undertakings, or other like instiuments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I. the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY' AND SURETY COMPANY, and die nDELFTY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify thai ihe foregoing Power of Attorney is sull in full force and effect on the date of this cemficate; and I do further certify lhat Article V. Secfion 8. of the By-Laws oflhe Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following re.<?oIuiion of the Board of Directors of ihe ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15lh day of December 1998. RESOLVED: "That the signalure of the Pre.sident or a Vice President and the attesfing signature of a Secretary or an .Assistam Secretary and ihe Seal of the Company may be affixed by facsimile on any Power of .Allorney. Any such Power or any certificale thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Auomey and Certificate may be signed by facsimile under and by audiority of the following resolution oflhe Board of Directon; of die COLONIAL AMERICAN CASUALTY AND SURETY COMPANY' at a meeung duly called and held twi the .'5lh day of May. 1994. and the following resolufion of the Board of Directors of the FIDELITY AND DEPOSPT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: That tbe facsimile or mechanically reproduced seal ofihe company and facsimile or mechanically reproduced signature of any Vice-President. Secretary, or Assistant .Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of allorney issued by the Company, shall be vafid and binding upon the Company wilh die same force and effect as ihough manually affixed. IN TE.STIMONY WHEREOF. I have hereunto subscribed my name and affixed ihe corporate seals ofthe .said Companies, this lOthdav of April , 2015_. •'i '^/ (J Gerald F. Haley, Vice President ZURICH A\reRICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That die ZURICH .AMERICAN INSURANCE COMPANY, a corporation of the Stale of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation ofthe Stale of Maryland, and the FIDELITY AND DEPOSrr COMPANY OF MARYLAND a corporation of the Slale of Maryland (herein collectively called the "Companies"), by THOM.\S O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V. Section 8. of the By-Laws of said Companies, which arc set forth on the reverse side hereof and are hereby certified to be in fiill force and effect on the dale hereof, do hereby nominate, consfimie. and appoint Jeannette PORRINI, Stacy RIVERA, .Mza LOPEZ, Elana V. SANCHEZ and Erin L. KIERNAN, all of Hartford, CunntM:ticut, EACH its true and lawful agent and Atiomey-in-Facl, lo make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bunds and undertatungs, and the execution of such bonds or undertakings in pursuance of ihese presents, shall be as binding upon said Compames, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York. New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills. Maryland., and die regulariy elected officers of the RDELITY AND DEPOSIT COMP.ANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a lme copy of Ardcle V, Seclion 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice President has hereunto subscribed his/her names and affixed ihe Corporate Seals of the said ZURICH AMERICAN INSURANCF COMPANY. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY' AND DEPOSIT COMPAN Y OF MARYLAND, this 8th day of December, A.D. 2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELnr AND DEPOSIT COMPANY' OF MARYLAND BY. Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland Couniy of Bald more On this 8th day of December. A.D. 2014. bcforc the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified. THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrament, and acknowledged the execution of same, and tjeing by mc duly swom. deposeth and saith. that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument arc the Corporate Seats of said Companies, and that tbe said Coiporate Seals and the signature as such officer were duly affixed and subscribed to the said in.<!trament by the authority and direction of the said Corporations, IN TESTIMONY WHEREOF, 1 have hereunto set ray hand and affixed my Official Seal ihc day and year firsl above written. '''IIHl»»' Maria D. Ad.imski, Notary Public My Commission Expires: July 8, 2015 POA-F 142-0587E FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condrtion As Of December 31,2013 ASSETS Bonds „ $ 139^72,722 Stocks 22,258,887 Cash and Short Term Investm«its 6,595,113 Reinsurance Recoverable ] 7,970,134 Other Accounts Receivable ...„ 33,409,916 TOTAL ADMIITED ASSETS $ 219,506,772 UABILITIES, SURPLUS AND OTTEER FUNDS Reserve for Taxes and Expenses $ 1,787,480 Ceded Reinsin^noe Premiums Payable „ 42,146,005 Securities Lending Collateral Liaiility _ 6,613,750 TOTAL LL«iBILITfES $ .50,547,235 Capital Stock, Paid Up $ 5,000,000 Snrphis 163.959,537 Suiplus as regards Policyholders 168,959,537 TOTAL J 219,506,772 Securities carried at $58,378,690 in Ae above .statement are deposited witii various states as requht^d by law. Seciu-ilies carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for ail bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. I, DE>TNIS F. KERRIGAN, Corporate Secretary of die FIDELITY AND DEPOSn" COMPANY OF MARYLAND, do hereby ceitify that the foregoing statement is a correct exhibit oUhe assets and liabilities of the said Company on the 31st day of December, 2013. / | / / ' / Secretaiy State of Illinois -v City of Schaumburg j Siibsoribed and swom to, before me, a Notar>' Pubiic of il»c State of lllinoi.s, in tiic City of Schaumburg. Ihij; 15lh day of Mnrcli. 2014. MVuri' Piiblrc OFFICIAL SEAL DARRYL JOINER Notary Public - State of Illinois My Commission Expires May 3, 2014 SUBCONTRACTOR DESIGNATION (To Accompany Price Proposal) DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY (CWRF) PHASE III EXPANSION PROJECT NO. 5209 The Proposer certifies that it has used the following listed subcontractors in preparing this Proposal for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification Amount of Work by Subcontractor in Dollars Gerdau Specially Contractor Rebar 3880 Murphy Canyon Rd. 00974202 $210,122 San Diego. CA 92123 S&S Masonry 661467 Masonry 2588 - F El Camino Real $72,090 Carisbad, CA 92008 Pascal Steel 886991 Structural Steel 555 2nd Street $75,000 Encinitas, CA 92028 Prada 742112 Painting & Coatings 14281 Palisades Drive $95,129 Poway, CA 92068 Page of pages of this Subcontractor Designation form BIDDER'S STATEMENT REGARDING DEBARMENT (To Accompany Price Proposal) DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY (CWRF) PHASE III EXPANSION PROJECT NO. 5209 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name{s) of the agency (ies) and what was/were the period (s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment party debarred agency period of debarment BY CONTRACTOR: (name of Contractor) (sign here) (print name/title) Page ^ of _J pages of this Re Debarment form BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Price Proposal) DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY (CWRF) PHASE III EXPANSION PROJECT NO. 5209 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. N/A (If needed attach additional sheets to provide full disclosure.) Page ^ of ^ pages of this Disclosure of Discipline form BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Price Proposal) DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACILITY (CWRF) PHASE lil EXPANSION PROJECT NO. 5209 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A (If needed attach additional sheets to provide full disclosure. BY CONTRACTOR: COM <:^^v-UgrT3<^^OfZiS> (name of Contractor) By (sign here) (print name/title) Page 1 of 1 pages of this Disclosure of Discipline form NON-COLLUSION AFFIDAVIT (To Accompany Price Proposal) DESIGN-BUILD SERVICES FOR THE CARLSBAD WATER RECYCLING FACIUTY (CWRF) PHASE III EXPANSION PROJECT NO. 5209 The undersigned declares: ^ ^ . n n - -i 4\vic-' I am the^^"**Pft>^T of , the party making the foregoing Price Proposal. The Price Proposal (Proposal or Total Project Cost) is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Proposal is genuine and not collusive or sham. The Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal. The Proposer has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or to refrain from proposing. The Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the price of the Proposal or any other Proposer, or to fix any overhead, profit, or cost element of the price, or of that of any other Proposer. All statements contained in the Proposal are true. The Proposer has not, directly or indirectly, submitted his or her proposed Total Project Cost or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Proposal, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a Proposer that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Proposer. I declare under penalty of perjury under the laws of the State of Califomia that theforegoing is true and correct and that this declaration is executed on f^asKZAX^ \ Ar^ , 20\^ at [city], [state]. Signature of Proposer o