1. FORM A
REQUEST FOR QUALIFICATIONS
RFQ-09-08
PROGRESSIVE DESIGN-BUILD SERVICES FOR ON SCHEDULE DELIVERY OF
THE NORTH LEE COUNTY WTP EXPANSION PROJECT
DUE 2:00 P.M. – TUESDAY, JULY 28, 2009
FIRM INFORMATION:
NAME OF FIRM: CDM Constructors Inc. (CDM)
ADDRESS: 12501 World Plaza Lane, Building 51
(Street Address)
(PO Box)
Fort Myers, Florida 33907-3991
(City, County, State, Zip)
PHONE: 239.938.9600
FAX: 239.275.6755
AUTHORIZED SIGNATORY: Richard A. Slovarp (Print Name) TITLE: Senior Vice President
SIGNATURE:
CONTACT’S E-MAIL ADDRESS: slovarpra@cdm.com
IDENTIFICATION OF BUSINESS ORGANIZATION:
Check the appropriate box that describes the organization of the firm proposing:
[ ] Sole [ ] Partnership [ ] Joint Venture [xx] Corporation
Proprietorship
State of Incorporation: Massachusetts
The Firm represents that the following persons are authorized to sign and/or negotiate Contracts and
related documents to which the Firm will be duly bound:
Name Title Phone Number
Richard A. Slovarp Senior Vice President 407.660.2552
July 2009 FORM A-1
2. ADDENDUM ACKNOWLEDGEMENT:
The Firm shall acknowledge receipt of any addenda issued to the solicitation by
completing the blocks below or by completion of the applicable information on the
addendum and returning it not later than the date and time for receipt of the SOQ.
Failure to acknowledge an addendum that has a material impact on the solicitation may
negatively impact the responsiveness of your SOQ. Material impacts include but are
not limited to changes to scope of work, delivery time, performance period, quantities,
bonds, letters of credit, insurance, qualifications, etc.
Addendum No. 1 Date: 7/21/09 Addendum No. Date:
Addendum No. Date: Addendum No. Date:
July 2009 FORM A-2
3.
4. DATE(MM/DD/YYYY)
ACORD TM CERTIFICATE OF LIABILITY INSURANCE 05/11/2009
PRODUCER
Aon Risk Services, Inc. of Massachusetts THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
One Federal Street AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
Boston MA 02110 USA CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIC #
PHONE -(866) 283-7122 FAX - (847) 953-5390
Holder Identifier :
INSURED INSURER A: American Guarantee & Liability Ins Co 26247
CDM Constructors Inc INSURER B: American Zurich Ins Co 40142
555 17th Street
Denver CO 80202 USA INSURER C: Lloyd's of London 0005FI
INSURER D: ACE American Insurance Company 22667
INSURER E: American International Specialty Lines 26883
COVERAGES SIR applies per terms and conditions of the policy
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OF INSURANCE POLICY NUMBER LIMITS
DATE(MMDDYY) DATE(MMDDYY)
A GLO837663213 01/01/09 01/01/10 EACH OCCURRENCE $2,000,000
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $100,000
PREMISES (Ea occurence)
CLAIMS MADE X OCCUR MED EXP (Any one person) $5,000
570034391788
PERSONAL & ADV INJURY $1,000,000
GENERAL AGGREGATE $4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $4,000,000
POLICY X PRO- LOC
JECT
A
Certificate No :
AUTOMOBILE LIABILITY BAP837663113 01/01/09 01/01/10 COMBINED SINGLE LIMIT
X ANY AUTO (Ea accident) $2,000,000
X ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS ( Per person)
X HIRED AUTOS
BODILY INJURY
X NON OWNED AUTOS (Per accident)
X Comp ded - $1000 PROPERTY DAMAGE
(Per accident)
X Coll ded - $1000
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT
ANY AUTO EA ACC
OTHER THAN
AUTO ONLY :
AGG
D EXCESS /UMBRELLA LIABILITY XOOG23890999 01/01/09 01/01/10 EACH OCCURRENCE $5,000,000
X OCCUR CLAIMS MADE AGGREGATE $5,000,000
DEDUCTIBLE
X RETENTION $100,000
B WC837663314 01/01/09 01/01/10 X WC STATU- OTH-
WORKERS COMPENSATION AND TORY LIMITS ER
7777777707070700077763616065553330770615577204545607750335553636012073743557265033100766661624147575007475507737035555072610110606311130756641537667451607166237572076330077727252025773110777777707000707007
6666666606060600062606466204446200622200604204200006002026262040220062200240620400200620220626204020006220204262062000062222062400420020620000606226022006220224262002400066646062240664440666666606000606006
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT $1,000,000
ANY PROPRIETOR / PARTNER / EXECUTIVE
OFFICER/MEMBER EXCLUDED? E.L. DISEASE-EA EMPLOYEE $1,000,000
If yes, describe under SPECIAL PROVISIONS E.L. DISEASE-POLICY LIMIT $1,000,000
below
C QK0901367 01/01/09 01/01/10 Each Claim USD $3,000,000
OTHER
Aggregate USD $3,000,000
Archit&Eng Prof
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Evidence of Insurance.
CERTIFICATE HOLDER CANCELLATION
Evidence of Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
For Proposal Purposes Only DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
Denver CO 80202 USA 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2001/08) ACORD CORPORATION 1988
5. Attachment to ACORD Certificate for CDM Constructors Inc
The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage
afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy.
INSURER
INSURED
CDM Constructors Inc INSURER
555 17th Street
Denver CO 80202 USA INSURER
INSURER
INSURER
If a policy below does not include limit information, refer to the corresponding policy on the ACORD
ADDITIONAL POLICIES
certificate form for policy limits.
POLICY POLICY
ADD'L POLICY NUMBER
INSR EFFECTIVE EXPIRATION
INSRD TYPE OF INSURANCE POLICY DESCRIPTION LIMITS
LTR DATE DATE
OTHER
CPO1213030 01/01/09 01/01/10 Each Loss
E Contractor Poll $20,000,000
SIR/Deductib
le $500,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Certificate No : 570034391788
6.
7. As required by the RFQ we have provided below information regarding our bonding company including
name, contact person, address, and telephone number.
Steve Grant (617) 351-7406
Willis North America
Three Copley Place, Suite 300
Boston, MA 02116-6501
United States of America
8. LOCATION
Firms shall complete and submit the information below to clearly identify the location and applicable
percentage of the work to be performed at each location listed.
DESIGN-BUILDER % OF WORK
CITY COUNTY STATE ZIP
(Name & Address) ASSIGNED
CDM
12501 World Plaza Lane,
1. Fort Myers Lee Florida 33907
Building 51
Fort Myers, FL 33907
CDM
2301 Maitland Center
2. Maitland Orange Florida 32751
Parkway, Suite 300
Maitland, FL 32751
3.
SUBCONSULTANT/
% OF WORK
SUBCONTRACTOR CITY COUNTY STATE ZIP
ASSIGNED
(Name / Address / Phone)
TKW Consulting
Engineers, Inc.
1. Fort Myers Lee Florida 33912
5621 Banner Drive
239.278.0922
Barraco and
Associates, Inc.
2. 2271 McGregor Fort Myers Lee Florida 33901
Boulevard, Suite 100
239.461.3170
RKS Consulting
Engineers, Inc.
3. Fort Myers Lee Florida 33912
15400 Shamrock Drive
239.481.6775
BCI Technologies
6540 Corporate Park
4. Fort Myers Lee Florida 33966
Circle, Suite #3
239.433.9600
5.
Use additional pages if necessary – Total percentage must equal 100%
July 2009 FORM B-1
9. LOCATION (continued)
Current domicile of Project Manager.
Name of Project Manager David J. Prah, P.E., BCEE
City & County New Smyrna Beach, Volusia County
State Florida
1. Will Project Manager relocate to a Lee County address to facilitate contract performance?
(check appropriate line)
No Not Applicable
If Project Manager will not relocate, explain how the Project Manager will manage the project and
maintain close communication with the County.
Yes Not Applicable
If yes, please explain when relocation will occur in relationship to contract award.
CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project.
Our Project Manager, David J. Prah, P.E., BCEE, will locate to the Lee County area and will work from our well-staffed local office,
located in Fort Myers, for the duration of the work.
July 2009 FORM B-2
10. LOCATION (continued)
Current domicile of Project Engineer.
Name of Project Engineer Donald M. Thompson, Ph.D., P.E.
City & County Jacksonville, Duval County
State Florida
1. Will Project Engineer relocate to a Lee County address to facilitate contract performance?
(check appropriate line)
No Not Applicable
If Project Engineer will not relocate, explain how the Project Engineer will manage the project and
maintain close communication with the County.
Yes Not Applicable
If yes, please explain when relocation will occur in relationship to contract award.
CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project.
Our Project Engineer, Donald M. Thompson, Ph.D., P.E., will locate to the Lee County area and will work from our well-staffed local
Office, located in Fort Myers, for the duration of the work.
July 2009 FORM B-3
11. LOCATION (continued)
Current domicile of Project Construction Manager.
Name of Project Construction Manager Dennis A. Mucha
City & County Palm Bay, Brevard County
State Florida
1. Will Project Construction Manager relocate to a Lee County address to facilitate contract
performance? (check appropriate line)
No Not Applicable
If Project Construction Manager will not relocate, explain how the Project Manager will manage the
project and maintain close communication with the County.
Yes Not Applicable
If yes, please explain when relocation will occur in relationship to contract award.
CDM will provide Lee County with a substantial local presence throughout the design and construction phase services of the project.
Our Construction Manager, Dennis A. Mucha, will locate to the Lee County area and will work from our well-staffed local
Office, located in Fort Myers, for the duration of the work.
July 2009 FORM B-4
12. LOCATION (continued)
AFFIDAVIT
Under penalties of perjury, I swear affirm that the preceding location information is true and
correct. I also acknowledge that any material misrepresentation will be grounds for
terminating for default any contract, which may have been awarded due in whole or part to
such misrepresentation. I also understand that false statements may result in criminal
prosecution for a felony of the third degree per Section 92.525(3), Florida Statutes.
CDM Constructors Inc. (CDM)
Authorized Signatory Name of Proposer
Richard A. Slovarp July 27, 2009
Typed or Printed Full Name Date
Senior Vice President
Title
On this 27th day of July , 2009, before me appeared
Richard A. Slovarp
(name)
, to me personally known, or who produced identification
(type of ID) who being duly sworn, did execute the foregoing
affidavit, and did state that he or she was properly authorized by (name of firm)
CDM Constructors Inc. to execute the affidavit and did so as his or her free
act and deed.
Notary Public Virginia O. Bonocore
Commission Expires August 30, 2010
(seal)
Date July 27, 2009
State of Florida
County of Orange
July 2009 FORM B-5
13. FORM C
SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT MANAGER
1. Name of Project Manager: DAVID J. PRAH, P.E., BCEE
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR WATER TREATMENT PLANT NO. 3
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed an expansion of an existing 10 mgd
nanofiltration (membrane softening) facility to 30 mgd. CDM conducted preliminary and final design
services. CDM also administered the construction management contract for the membrane facility
expansion, including on-site services, shop drawing review, project meeting attendance, and other
related services. The facility came on-line in September 2005. A partial release to maintain existing
plant capacity of 9.4 mgd was permitted in may 2004
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design fee: $2,168,576
Construction engineering services fee: $2,191,618
Change orders: 12 total – 85% were owner requested change orders
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 11/1999
Design completion date: 01/2002
Original estimated construction completion date: 7/2005
Any change orders to schedule: yes – see above
Actual project completion date: 09/2005
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
July 2009 FORM C-1
14. Summary of Work: Mr. Prah served as project manager for the nanofiltration membrane softening WTP expansion focusing on
permitting, budget monitoring and management, and complying with internal and external Quality Review requirements. Mr. Prah
was also the project engineer for the mechanical design and responsible for coordinating the design layout and drafting with other
disciplines. In addition to the plant expansion, Mr. Prah was responsible for the design to demolish the existing lime softening plant
and the addition of a sodium hypochlorite generation system, replacing the existing chlorine gas system. Mr. Prah contributed to
the overall success of this project by having a strong commitment to construction budget limitations, assembling a top CDM
design team, conducting monthly progress meetings with team and client, assigning team leaders for each major task and
discipline, coordinating to provide a design that would allow for the demolition of the existing lime softening plant while placing the
new plant online without disruption in service, providing continuity of design through construction phase, and discussing potential
issues with regulatory agencies prior to permit submittals. Mr. Prah was also significantly involved in the construction management
services for the 3-year construction project.
In the early 1990s, Palm Beach County (County) began adopting nanofiltration, or membrane softening technology to simultaneously soften
and decolorize the aquifer water. Water Treatment Plant No. 3 (WTP No. 3) was the first facility in the County to employ nanofiltration. WTP
No. 3 is one of five Palm Beach County Water Utilities Department (PBCWUD) drinking water treatment plants operating 24 hours a day,
seven days a week. It utilizes state-of-the-art membrane softening filters, which are fine plastic sheets through which pressurized water is
pumped. After filtration, the water is degasified and disinfected. The membrane-softened water is then blended with filtered raw water before it
is distributed to the surrounding suburban Delray and Boynton areas. The plant has the capacity to produce approximately 30 mgd of drinking
water, and its raw water source is the underground surficial aquifer. The 30-mgd finished water capacity makes WTP No. 3 one of the
largest operating nanofiltration plants in the United States.
CDM provided a pilot plant study, preliminary design, a final design and construction services for the expansion from 9.4-mgd to 25.5-mgd of
permeate production. In addition, a 4.5-mgd raw water by-pass and blend was added to create a total plant capacity of 30-mgd. CDM
participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment
condition. Significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to
membrane permeate ratio. Key features of the facility include: One of the largest operating nanofiltration facilities in the United States;
Innovative approach to raw water blending resulting in lowered capital and operational costs; Site-enhancing landscaping utilizing native
South Florida vegetation and fully automated and secured facility.
In response to the rapidly developing needs of the mid County area, PBCWUD identified the need to significantly expand the treatment
capacity of WTP No. 3. This facility has been operated since the mid-1990s using 9.4-mgd of nanofiltration and 7-mgd of lime softening water.
A phase-out of the existing lime facilities was desired with the full treatment capacity to be delivered by nanofiltration. CDM was retained to
provide preliminary and final design services as well as subsequent construction management services.
Due to changes in utility philosophy PBCWUD desired to significantly alter the configuration of the existing plant and add an entirely new
membrane process building while maintaining full use of the existing treatment capacity. This approach allowed all membrane treatment to be
consolidated and the existing buildings to be re-used for associated pretreatment and pumping functions. CDM carefully crafted a
construction sequence that allowed orderly startup of new capacity without existing facility operation interruption. Other significant preliminary
design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate ratio. This situation
allowed the 30-mgd facility to blend 4.5-mgd of relatively inexpensive pretreated raw water with 25.5-mgd of membrane permeate to minimize
capital and operational costs. In addition, CDM participated in membrane pilot plant studies that greatly facilitated membrane element
selection and identified necessary pretreatment condition.
The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation,
acid addition, and cartridge filtration; membrane treatment including feedwater pumping, nanofiltration treatment, and associated membrane
cleaning facilities; post-treatment including degasification, off gas odor control, blended water clearwell storage, on-site sodium hypochlorite
disinfection, chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration;
chemical storage and feed facilities; new membrane process building and extensively renovated existing process buildings: concentrate
disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water
storage and pumping improvements including two 5 mg ground storage tanks and new high service pumping, landscaping and irrigation; yard
piping and process piping; civil site work including stormwater control; instrumentation and controls include automated facility control and
operation; demolition of certain existing facilities; and related appurtenances required to provide a complete and fully functional plant.
CDM was also contracted by PBCWUD to provide extensive construction management services including on-site representation, shop
drawing review, project meeting attendance, and other related duties. The facility came fully on-line in November 2005.
“The recent Open House and Ribbon cutting marked an important milestone in the County’s commitment to safe and reliable
drinking water for our residents. We are proud of the facility’s recent upgrades that give it the capacity to provide 30 mgd of high
quality and great tasting drinking water for our community.” ~Bevin A. Beaudet, P.E. Director of Palm Beach County, Water Utilities
July 2009 FORM C-2
15. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT MANAGER
2. Name of Project Manager: DAVID J. PRAH, P.E., BCEE
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR LAKE REGION WATER TREATMENT PLANT
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed a new 10-mgd finished water capacity
LPRO regional facility to provide a reliable, and safe potable water source for the cities of Belle Glade,
South Bay and Pahokee. CDM conducted preliminary design, final design, and bidding services. The
project includes a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping,
associated pipelines to deliver water to the individual Lake Region communities, and deep well injection
for concentrate (brine) disposal.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build
project, list design fee and construction fee separately, and any change orders)
Design fee: $2,178,087
Construction engineering services fee: $450,900
Change orders: yes, but many were owner requested changes; total dollar amount was $1,579,000.00 (250,728 was for a owner
changed fuel tank to below grade, $600,000 was for accelerating the schedule requested and paid by the WMD).
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 02/2003
Design completion date: 02/2005
Original estimated construction completion date: 11/2008
Any change orders to schedule: yes
Actual project completion date: 11/2008
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
July 2009 FORM C-3
16. Summary of Work: Mr. Prah served as project manager for the new 10.0-mgd LPRO WTP focusing on permitting, budget
monitoring and management, and complying with internal and external Quality Review requirements. He was also the project
engineer for the mechanical design and responsible for coordinating the design layout and drafting with other disciplines. In
addition to the design for the new plant, Mr. Prah was responsible to design for modifications to the three existing surface WTPs for
each city, a raw and finished water pipeline, and the addition of a 750 lb/day on-site sodium hypochlorite generation system.
South Bay (collectively known as the “Lake Region”), located in western Palm Beach County on the south/southeast shore of Lake
Okeechobee, and has utilized the lake as a surface water supply for their potable water demand. This surface water supply has a high
organic carbon content, high color values, and widely varying alkalinity and hardness values. The current conventional surface water
treatment facilities operated by the individual cities (Lake Region utilities) have relatively long service lives and do not have the necessary
treatment processes to meet the stringent requirements of the Interim Surface Water Treatment Rule, the Long Term 2 Enhanced Surface
Water Treatment Rule, or the Stage 2 Microbial Disinfectants and Disinfection By-Product Rule. Also, the allocation of surface water from the
lake has become an issue relating to the Comprehensive Everglades Restoration Plan.
In order to assist these communities in providing fully regulatory compliant potable water to sustain residential, tourism, commercial, and
industrial development, the PBCWUD agreed to construct a new 10-mgd treatment facility to provide potable water on a wholesale basis to
the Lake Region communities. To eliminate the surface water supply and associated need for a surface water plant, the PBCWUD elected to
use brackish water from the Upper Floridan aquifer (UFA) as a supply source to a facility using low pressure reverse osmosis (LPRO) as the
primary treatment process. This Lake Region Water Treatment Plant (LRWTP) LPRO facility is the first in-land membrane facility in Florida
and taps an essentially unused supply source. The project included a new UFA wellfield, a new treatment facility, on-site storage and
distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate
(brine) disposal. CDM was contracted by the PBCWUD to provide a conceptual analysis, a preliminary engineering report, a preliminary
design report, final design services, and limited construction management services.
For this project, CDM completed a Conceptual Analysis Report (October 2001), a Preliminary Engineering Report (PER) for the LRWTP (April
2003), a Preliminary Design Report (October 2004), and Final Design Drawings and Specifications (July 2005). Other associated work
products have included the LRWTP – Financial Analysis Letter Report (September 2002); the City of Belle Glade Water Accountability, Billing
and Collection Study (September 2003); Belle Glade Injection Well Conversion Feasibility Investigation (April 2004); and Preliminary Design
Report Palm Beach County LRWTP Deep Injection Well System for Concentrate Disposal (August 2004). CDM also provided an extensive
amount of public outreach to the communities by supporting the County in both public information meetings and focused meetings with the
various City leaders in the Lake Region communities. The facility went to bid in August 2005 and had a groundbreaking ceremony in
September 2005. As of September 2008, the facility was approximately 99 percent complete with punch-list work remaining. The facility
began producing and delivering potable water in April 2008.
In general, CDM designed a new 10-mgd finished water capacity LPRO facility, as well as associated raw water, finished water, and
concentrate water transmission mains and UFA wells. Design services related to the various components of the concentrate disposal system
(transmission main and other appurtenances) were also included in the design scope of services. For the PBCWUD-requested 10-mgd
finished water capacity, the following flows or capacities were established, based upon water quality and quantity parameters: (1) a
membrane permeate treatment capacity of 9.5-mgd, (2) a pretreated raw water blending flow of 0.5-mgd, (3) a firm raw water production
capacity of 12.375-mgd, and (4) a concentrate flow rate of 2.375-mgd. The LPRO process resulted in a membrane permeate water with low
hardness, low alkalinity, and moderate chloride concentrations. To provide a more stable finished water and reduce post-treatment chemical
needs, a certain amount of pretreated raw water will be combined with the permeate water to form the finished water. The desired blend ratio
was established using taste and odor panel testing as well as estimated blended water quality analysis.
The new LRWTP is located on land acquired by PBCWUD near Belle Glade. Four LPRO membrane skids are used for the 9.5-mgd permeate
capacity, each with a permeate production capacity of 2.375-mgd. Pretreatment processes for the membrane feed water include pH
adjustment for calcium carbonate scaling control, possible scale inhibitor addition for mineral scaling control, and 5-micron cartridge filtration.
Pretreatment processes for the raw water to be used for blending include pH adjustment and cartridge filtration. Post-treatment processes
include degasification for carbon dioxide and hydrogen sulfide reduction, chlorine addition for primary disinfection, ammonia addition for
monochloramine formation for the distribution system disinfectant, carbon dioxide addition to increase carbonate alkalinity upon pH
adjustment, pH adjustment with caustic soda, corrosion inhibitor addition, and, in the future, lime addition for calcium hardness addition. The
finished water is transferred from the degasifier clearwell to an on-site 3.0 million gallon (MG) ground storage tank (GST).
A high service pump (HSP) station provides pressure for transmission to the various utilities. A 30-inch diameter finished water main leaves
the plant. A 16-inch diameter main branches from the 30-inch diameter main and delivers up to 1.5-mgd of finished water flow to Pahokee.
The 30-inch diameter main continues towards Belle Glade and South Bay with a 24-inch diameter main branching off to Belle Glade and a 16-
inch diameter main branching off to South Bay. The 16-inch diameter transmission main carries up to 1.5-mgd of finished water to South Bay.
Up to 7.0-mgd of finished water from the LRWTP is to be delivered to Belle Glade via a 24-inch diameter transmission main.
July 2009 FORM C-4
17. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT MANAGER
3. Name of Project Manager: DAVID J. PRAH, P.E., BCEE
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR WATER TREATMENT PLANT NO. 9
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Design and construction management services of a
new 27 mgd finished water capacity membrane softening reverse osmosis filtration facility, associated
pre-treatment, post treatment, storage, and high service pumping systems.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design fee: $2,180,000
Construction engineering services fee: $891,121
Change orders: yes
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 1997
Design completion date: 06/1998
Original estimated construction completion date: 07/2002
Any change orders to schedule: yes
Actual project completion date: 11/2002; demolition completed in 2004
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
Summary of Work: Mr. Prah served as project manager for the design and construction services, which involved the
replacement of the existing lime softening plant with a 27.0-mgd membrane softening expansion. Mr. Prah was also the project
manager during construction, which involved a three-year construction project replacing the existing lime softening plant while
maintaining the existing plant operations. Mr. Prah contributed to the overall success of this project by having a strong
commitment to construction budget limitations, assembling a top CDM design team, conducting monthly progress meetings with
team and client, assigning team leaders for each major task and discipline, coordinating the design, providing continuity of design
through construction phase, and discussing potential issues with regulatory agencies prior to permit submittals.
July 2009 FORM C-5
18. Over the course of five years, CDM successfully provided engineering services related to alternatives analysis, pilot plant testing, preliminary,
and final design, bidding services, and services during construction for Water Treatment Plant No. 9 (WTP No. 9). The project involved the
construction of a new 27 mgd finished water capacity nanofiltration (membrane softening) facility associated pre-treatment, post treatment,
storage, and high service pumping systems. The design and construction of the new facilities was complicated by the fact that the existing
WTP No. 9 lime softening facility was required to remain in constant operation during the new construction. Given that the new facilities were
immediately adjacent to golf course fairways and homes, extraordinary care also had to be given to noise abatement and landscaping as well
as providing advanced security protection measures.
• The 27-mgd finished water capacity WTP No. 9 is one of the largest operating NF plants in the United States
• The design utilized extensive well investigations, side-by-side membrane element pilot tests, and taste and odor panel evaluation to
establish rigorous pretreatment processes
• Extraordinary noise abatement, landscaping and advanced security features
• The project was completed with a non-owner requested change order rate of less than 1.0 percent, substantially below Palm Beach
County Water Utilities Department’s benchmark value of 3.0 percent.
Key Features
• One of the largest operating nanofiltration membrane treatment facilities in the United States
• Unique location totally within golf course, neighborhood-friendly architecture
• The preliminary and final design, and bidding service milestones were achieved on-time and within budget
• Fully automated and highly secured facility.
Originally constructed in 1971, WTP No. 9 was operating near its 14-mgd permitted capacity. CDM’s initial ser-vices involved the performance
of a treatment process alternative analysis study. This study evaluated nanofiltration (membrane softening), low pressure reverse osmosis,
anionic exchange, and lime softening with ozonation for a 20 mgd facility on a cost and performance basis. The study demonstrated that the
nanofiltration process would be the optional treatment technology due to the ability of the process to simultaneously soften the water, reduce
color and disinfection by-products to very low levels, and remove microbiology contaminants. Subsequent evaluation including taste and odor
panel testing demonstrated that up to 4-mgd of pretreated local surficial aquifer water could be blended with 23-mgd of nanofiltration
permeate to produce 27-mgd of high quality finished water.
Extensive pilot plant testing was conducted to evaluate competing membrane softening elements, on a side-by-side basis. This testing proved
highly valuable for the membrane procurement effort for which CDM prepared technical specifications and warranty documents. The pilot
testing revealed a previously unknown sand and well debris problem with the well water. The testing also revealed a potential fouling problem
with the use of certain antiscalants with the high organic carbon raw water source.
CDM was retained to provide preliminary and final design, bidding, and services during construction for a new 27-mgd finished water capacity
nanofiltration membrane treatment facility. The improvements for which CDM provided contract drawings and specifications included:
pretreatment systems including sand separation; acid addition, and cartridge filtration; membrane treatment including feedwater pumping;
nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification; off-gas odor control; blended
water clearwell storage; disinfection; chemical addition for water stabilization, and transfer pumping; raw water blending including separate
cartridge filtration; chemical storage and feed facilities; new membrane process building and post-treatment process building; concentrate
disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water
storage and pumping improvements including two 5 million-gallon ground storage tanks and new high service pumping; landscaping and
irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls with automated facility
control and operation features; demolition of existing lime softening facilities; and related appurtenances required to provide a complete and
fully functional plant.
Beginning in 1999, CDM provided general construction services that included periodic site visits, shop drawing reviews, reviewing vendor
supplied operation and maintenance manuals responding to Request for Interests and attending monthly progress meetings. CDM
subsequently assisted with plant startup. The facility started up in Fall 2001 with the final demolition work completed in 2004.
July 2009 FORM C-6
19. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT MANAGER
4. Name of Project Manager: DAVID J. PRAH, P.E., BCEE
Project Name: ORMOND BEACH WATER TREATMENT PLANT MEMBRANE PROCESS EXPANSION
Owner: City of Ormond Beach, FL
Reference Name, Address, Phone Number, Fax Number:
City of Ormond Beach
22 South Beach Street, Ormond Beach, FL 32174
John Noble, P.E., Acting City Engineer; Tel: 386.676.3302; Fax: 386.676.3304
Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Expansion up to 12-mgd, 8-mgd lime softening
capacity, and 4-mgd capacity Low Pressure Reverse Osmosis (LPRO) membrane treatment facility
including design and permitting activities for the City’s water treatment plant.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design fee: Engineering fee – $990,660
Construction fee: $11,460,000; construction engineering services fee – $132,530
Change orders: 4 change orders; net (-$1,137,576) decrease
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: Design – 05/2005; Construction – 06/2006
Original estimated completion date: Design – 12/2005; Construction – 02/2008
Any change orders to schedule: Design – added 30 days; Construction – added 31 days
Actual project completion date: Design – 01/2006; Construction – 03/2008
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Meadors Construction Company, Inc.
Summary of Work: Mr. Prah served as the project manager/director for the pilot plant testing and preliminary and final design
of a 4-mgd LPRO expansion to an existing 8-mgd lime softening plant. The total plant capacity of the plant after the expansion is
10-12 mgd. This project also included the design of an 1,800 lb/day on-site sodium hypochlorite generation system, replacing an
existing chlorite gas system.
July 2009 FORM C-7
20. Preliminary Design and Pilot Testing – CDM was retained by the City to prepare a water supply system evaluation and a water master plan
update. Our recommendations included the use of low pressure reverse osmosis (LPRO) membrane technology for the initial 2-mgd
expansion based on its (1) ability to effectively reduce chloride concentrations well below the 250 mg/L secondary drinking water standard
enforced in Florida, (2) amenability to blending with lime softened water, and (3) potential to allow future use of a deeper, more brackish
aquifer. To proceed towards successful project implementation, CDM performed further services relating to the preparation of an Initial Raw
Water Supply and Treatment Alternatives Analysis (including significant hydraulic modeling of the raw water wellfield and concentrate
disposal alternatives analysis), performing pilot plant testing and producing a report detailing the findings, and producing a Preliminary Design
Report for the facility capacity expansion.
The Preliminary Design Report provided design and operating criteria for two, 1.0 mgd permeate capacity LPRO skids as well as assorted
pretreatment (acidification, antiscalant addition and cartridge filtration), membrane feed pumping, and post-treatment (degasification,
off gas odor control primary disinfection with chloramines using ammonia addition, pH adjustment for water stabilization using sodium
hydroxide addition, phosphoric acid addition for corrosion control, and fluoridation using fluorosilicic acid addition). The facility improvements
will also include a new Membrane Process Building, new transfer and high service pumping, emergency generator upgrades, new bulk
chemical storage and feed facilities including a conversion to bulk sodium hypochlorite solution from gaseous chlorine, and a membrane
cleaning system.
A key component of the Initial Raw Water Supply and Treatment Alternatives Analysis and the Preliminary Design Report was the detailed
evaluation of the various concentrate treatment and disposal options. CDM recommended that the concentrate be blended with the
wastewater effluent in an equalization basin subsequent to chlorination. As such, the concentrate water will serve to augment the reclaimed
water demand while allowing a surface water discharge that meets permitting requirements. Other services performed by CDM included the
completion and submittal of necessary permit applications for construction of the WTP improvements and modification of the wastewater
facility operations permit to accommodate the concentrate water blending.
Engineering Services and Financial Feasibility Study – The City of Ormond Beach (city) retained CDM to provide design and permitting
activities for the city’s water treatment plant (WTP) expansion. Also included is the preparation of a Utility System Comprehensive Financial
Planning and Rate Study. The project consists of two major tasks: Task 1 – Final Design and Task 2 – Utility System Comprehensive
Financial Planning and Rate Study. In August 2007, CDM was selected to perform comprehensive engineering services for the wastewater
plant expansion.
Final Design – The proposed improvements to the Ormond Beach WTP were designed to accommodate future facilities expansion up to
12-mgd, 8-mgd lime softening capacity and 4-mgd LPRO capacity. During early construction activities, the City of Ormond Beach re
evaluated projected potable water demands and, as a result of this re-evaluation, the city decided to proceed with the installation of the
complete 4.0 mgd of LPRO treatment capacity in lieu of providing an initial installed capacity of 2.0 mgd as originally planned. Therefore,
CDM revised the final design to incorporate the full 4.0 mgd LPRO capacity.
CDM provided engineering services for the following improvements: demolition and site preparation; entrance relocation; lime softening odor
control scrubber; disinfection system conversion; raw water supply system; pre-treatment system; LPRO membrane system; membrane
process and administration building; degasification/clearwell complex; post-treatment facilities; high service pumping; electrical system;
instrumentation and control system; bulk chemical containment area; sulfuric acid system; antiscalant system; on-site sodium hypochlorite
generation system; ammonia system; sodium hydroxide system; phosphoric acid system; fluorosilicic acid system; and storage building
concentrate disposal. CDM provided general construction and inspection services for the water treatment plant expansion. Construction
services included: log, process and review shop drawings; conduct periodic visits to the job site; and attend monthly meetings to discuss and
agree on construction scheduling, problems and/or techniques. Construction inspection services included providing a Resident Project
Representative that is a certified Professional Engineer registered in the State of Florida for construction observation.
“Providing safe drinking water is the most important service the City provides. This low pressure reverse osmosis treatment
system expansion provides the City with a 50 percent increase in capacity at the water plant. The low pressure reverse osmosis
process is the best technology currently available and will allow the City to meet future regulatory requirements and treat lower
quality water in the future. The project team of CDM, Meadors Construction Company, Inc., and the City, with the assistance of the
SJRWMD, have created a state-of-the-art facility with which to serve Ormond Beach. It has been a pleasure to work with all the
individuals on this project team.” ~Judy Sloane, Public Works Director, City of Ormond Beach
July 2009 FORM C-8
21. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT MANAGER
5. Name of Project Manager: DAVID J. PRAH, P.E., BCEE
Project Name: TAMPA BAY WATER DBO, SURFACE WTP DESIGN AND UPRATING PROGRAM
Owner: Tampa Bay Water
Reference Name, Address, Phone Number, Fax Number:
William Mayer, Project Manager/Construction
2301 Regional Water Lane, Tampa, Florida 33619
Construction Field Office
Tel: 813.621.9024; Fax: 813.627.0814
Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN-BUILD – Design portion and uprating of a Design, Build, Operate, Maintain, Manage
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design Fee: $300,000 (includes services during construction and startup)
Construction Fee: $2,500,000
Change Orders: None
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project Start Date: March 2005
Original estimated completion date: July 2006
Change Orders to Schedule: None
Actual project completion date: July 2006
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM as a member of the Veolia Water North America Team
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Veolia Water North America (Construction Manager, Contract Operator)
Summary of Work: Mr. Prah served as project manager for the final design and uprating program to the 66-mgd surface WTP.
The program documented and uprated WTP capacity from 66 mgd to 72 mgd, including the addition of a ninth dual media filter.
July 2009 FORM C-9
22. The state-of-the-art Regional Surface Water Treatment Plant came on-line in September 2002, introducing the first non groundwater supply
into the regional drinking water system. The plant, which is the hub of Tampa Bay Water’s interconnected Master Water Plan, treats water
harvested from the Tampa Bypass Canal, and Alafia and Hillsborough rivers. Tampa Bay Water is the largest wholesale water supplier in
Florida, providing high-quality drinking water to its members, who in turn supply water to nearly two million residents of the Tampa Bay area.
As part of a team led by USFilter (now Veolia), CDM was awarded a contract to design a 60 mgd, state-of-the-art regional surface water
treatment plant for Tampa Bay Water. The design was one component of a 15-year DBO contract awarded to USFilter for the project.
The $144 million agreement was one of the largest water treatment DBO contracts in the United States and an essential component of
Tampa Bay Water’s plan to meet the region’s need for new water supplies. The contract included approximately $88 million in capital costs
and $56 million in operation and maintenance fees over the initial 15 year term and a five-year option period.
Because of the accelerated schedule for the project, CDM was tasked with completing water treatment plant design drawings for permit
submittal in less than six months. In addition, Tampa Bay Water decided to increase the capacity of the facility from 60 mgd to 66 mgd about
halfway through the project without modifying the contract completion date. CDM mobilized additional design staff to assure Tampa Bay
Water that the design capacity changes would get made without impacting the overall project schedule. The CDM team met all design
schedule commitments required by the USFilter contract with Tampa Bay Water.
Design plans called for using the ACTIFLO® high rate ballasted flocculation process. This process is particularly advantageous when treating
large flow rates with variable raw water quality, the conditions anticipated for the regional WTP. The facility is required to meet water quality
standards that exceed the current EPA Safe Drinking Water Act requirements for potable water. Additional processes used in the design
include ozonation as the primary disinfection process and biologically active filters using a deep bed granular activated carbon medium. The
ozone system is a Fuji Ozone system using liquid oxygen as the feed gas. This high efficiency, chilled-water cooled system has a nominal
capacity of 2,000 lbs/day ozone at 10 percent concentration or 4,000 lbs/day at 8 percent concentration.
A large-scale pilot testing program executed by CDM and USFilter at the Lake Manatee WTP demonstrated that CDM’s process design
offered better finished water quality, improved process reliability, reduced treatment costs and reduced space requirements over the
conventional flocculation-sedimentation design specified in the base bid requirements for the project.
In 2006, CDM completed uprating studies that expanded the facility to 72-mgd. March 2008, CDM finalized the design to expand the facility to
120 mgd finished water capacity with a 100 percent increase in ozone generation capacity.
Tampa Bay Water member governments include the cities of New Port Richey, St. Petersburg, and Tampa, and the counties of Hillsborough,
Pasco and Pinellas.
CDM received a Grand Award in the Design Category from the American Academy of Environmental Engineers for this project.
“Eighty million dollars represents compelling savings. These savings translate into lower water rates for our residents. Forward-
thinking utilities have to consider the benefits of working with a private-sector partner that provides access to the latest technology
and operational economies of scale." ~ Jerry Maxwell, General Manager, Tampa Bay Water
July 2009 FORM C-10
23. FORM D
SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT ENGINEER/ARCHITECT
1. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E.
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR WATER TREATMENT PLANT NO. 3
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed an expansion of an existing 10 mgd
nanofiltration (membrane softening) facility to 30 mgd. CDM conducted preliminary and final design
services. CDM also administered the construction management contract for the membrane facility
expansion, including on-site services, shop drawing review, project meeting attendance, and other
related services. The facility came on-line in November 2005.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design fee: $2,168,576
Construction engineering services fee: $2,191,618
Change orders: 12 total 85% were owner requested change orders
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 11/1999
Design completion date: 01/2002
Original estimated construction completion date: 7/2005
Any change orders to schedule: yes see above
Actual project completion date: 09/2005
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
July 2009 FORM D-1
24. Summary of Work: Dr. Thompson served as the Design Director for the 30-mgd WTP #3 Nanofiltration Membrane Treatment
Plant. He was responsible for designing all process and mechanical improvements for the conversion of the existing nanofiltration
facility to a far greater capacity nanofiltration facility or 25.5 mgd of nanofiltration in combination with 4.5 mgf of raw water
blending. Dr Thompson also oversaw the preparation of the Preliminary Design Report and provided oversight of the pilot plant
testing being performed by County employees. Dr. Thompson also assisted the Project Manager, Mr. Dave Prah, in the oversight
and coordination of the specialty design functions.
In the early 1990s, Palm Beach County (County) began adopting nanofiltration, or membrane softening technology to simultaneously soften
and decolorize the aquifer water. Water Treatment Plant No. 3 (WTP No. 3) was the first facility in the County to employ nanofiltration.
WTP No. 3 is one of five Palm Beach County Water Utilities Department drinking water treatment plants operating 24 hours a day, seven
days a week. It utilizes state-of-the-art membrane softening filters, which are fine plastic sheets through which pressurized water is pumped.
After filtration, the water is degasified and disinfected. The membrane-softened water is then blended with filtered raw water before it is
distributed to the surrounding suburban Delray and Boynton areas. The plant has the capacity to produce approximately 30 mgd of drinking
water, and its raw water source is the underground surficial aquifer. The 30-mgd finished water capacity makes WTP No. 3 one of the
largest operating nanofiltration plants in the United States.
CDM provided a pilot plant study, preliminary design, a final design and construction services for the expansion from 9.4-mgd to 25.5-mgd of
permeate production. In addition, a 4.5-mgd raw water by-pass and blend was added to create a total plant capacity of 30-mgd. CDM
participated in membrane pilot plant studies that greatly facilitated membrane element selection and identified necessary pretreatment
condition. Significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to
membrane permeate ratio.
Key features of the facility include:
• One of the largest operating nanofiltration facilities in the United States
• Innovative approach to raw water blending resulting in lowered capital and operational costs
• Site-enhancing landscaping utilizing native South Florida vegetation
• Fully automated and secured facility.
•
In response to the rapidly developing needs of the mid County area, Palm Beach County Water Utilities Department (PBCWUD) identified the
need to significantly expand the treatment capacity of WTP No. 3. This facility has been operated since the mid-1990s using 9.4-mgd of
nanofiltration and 7 mgd of lime softening water. A phase-out of the existing lime facilities was desired with the full treatment capacity to be
delivered by nanofiltration. CDM was retained to provide preliminary and final design services as well as subsequent construction
management services. Due to changes in utility philosophy PBCWUD desired to significantly alter the configuration of the existing plant and
add an entirely new membrane process building while maintaining full use of the existing treatment capacity. This approach allowed all
membrane treatment to be consolidated and the existing buildings to be re-used for associated pretreatment and pumping functions. CDM
carefully crafted a construction sequence that allowed orderly startup of new capacity without existing facility operation interruption. Other
significant preliminary design activities included taste and odor panel testing that set a 0.15:0.85 pretreated raw water to membrane permeate
ratio. This situation allowed the 30-mgd facility to blend 4.5-mgd of relatively inexpensive pretreated raw water with 25.5-mgd of membrane
permeate to minimize capital and operational costs. In addition, CDM participated in membrane pilot plant studies that greatly facilitated
membrane element selection and identified necessary pretreatment condition.
The improvements for which CDM provided contract drawings and specifications included: pretreatment systems including sand separation,
acid addition, and cartridge filtration; membrane treatment including feedwater pumping, nanofiltration treatment, and associated membrane
cleaning facilities; post-treatment including degasification, off gas odor control, blended water clearwell storage, on-site sodium hypochlorite
disinfection, chemical addition for water stabilization, and transfer pumping; raw water blending including separate cartridge filtration;
chemical storage and feed facilities; new membrane process building and extensively renovated existing process buildings: concentrate
disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water
storage and pumping improvements including two 5 mg ground storage tanks and new high service pumping, landscaping and irrigation; yard
piping and process piping; civil site work including stormwater control; instrumentation and controls include automated facility control and
operation; demolition of certain existing facilities; and related appurtenances required to provide a complete and fully functional plant.
CDM was also contracted by PBCWUD to provide extensive construction management services including on-site representation, shop
drawing review, project meeting attendance, and other related duties. The facility came fully on-line in November 2005.
“The recent Open House and Ribbon cutting marked an important milestone in the County’s commitment to safe and reliable
drinking water for our residents. We are proud of the facility’s recent upgrades that give it the capacity to provide 30 mgd of high
quality and great tasting drinking water for our community.” ~Bevin A. Beaudet, P.E. Director of Palm Beach County, Water Utilities
July 2009 FORM D-2
25. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT ENGINEER/ARCHITECT
2. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E.
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR LAKE REGION WATER TREATMENT PLANT
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D, and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – CDM designed a new 10-mgd finished water capacity
LPRO regional facility to provide a reliable, and safe potable water source for the cities of Belle Glade,
South Bay and Pahokee. CDM conducted preliminary design, final design, and bidding services. The
project includes a new UFA wellfield, a new treatment facility, on-site storage and distribution pumping,
associated pipelines to deliver water to the individual Lake Region communities, and deep well injection
for concentrate (brine) disposal.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders) (if not a design-build
project, list design fee and construction fee separately, and any change orders)
Design fee: $2,178,087
Construction engineering services fee: $450,900
Change orders: yes, but many were owner requested changes; total dollar amount was $1,579,000.00 ($250,728 was for an owner
changed fuel tank to below grade, $600,000 was for accelerating the schedule requested and paid by the WMD).
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 02/2003
Design completion date: 02/2005
Original estimated construction completion date: 11/2008
Any change orders to schedule: yes – see above
Actual project completion date: 11/2008
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
July 2009 FORM D-3
26. Summary of Work: Dr. Thompson directly participated in and directed the activities relating to the conceptual alternatives
analysis report, preliminary engineering report, preliminary design report, and final design efforts. The new facility, substantially
completed in April 2008 includes a new wellfield; complete treatment facility including on-site generation of sodium hypochlorite,
alkalinity and hardness adjustment, and degasification with off-gas odor control; and a new deep injection well for concentrate
disposal. Dr. Thompson also provided input into the design and construction of new pilot plant facilities providing side-by-side
testing of three sets of membranes, each on a full-pilot scale basis.
South Bay (collectively known as the “Lake Region”), located in western Palm Beach County on the south/southeast shore of Lake
Okeechobee, and has utilized the lake as a surface water supply for their potable water demand. This surface water supply has a high
organic carbon content, high color values, and widely varying alkalinity and hardness values. The current conventional surface water
treatment facilities operated by the individual cities (Lake Region utilities) have relatively long service lives and do not have the necessary
treatment processes to meet the stringent requirements of the Interim Surface Water Treatment Rule, the Long Term 2 Enhanced Surface
Water Treatment Rule, or the Stage 2 Microbial Disinfectants and Disinfection By-Product Rule. Also, the allocation of surface water from the
lake has become an issue relating to the Comprehensive Everglades Restoration Plan.
In order to assist these communities in providing fully regulatory compliant potable water to sustain residential, tourism, commercial, and
industrial development, the PBCWUD agreed to construct a new 10-mgd treatment facility to provide potable water on a wholesale basis to
the Lake Region communities. To eliminate the surface water supply and associated need for a surface water plant, the PBCWUD elected to
use brackish water from the Upper Floridan aquifer (UFA) as a supply source to a facility using low pressure reverse osmosis (LPRO) as the
primary treatment process. This Lake Region Water Treatment Plant (LRWTP) LPRO facility is the first in-land membrane facility in Florida
and taps an essentially unused supply source. The project included a new UFA wellfield, a new treatment facility, on-site storage and
distribution pumping, associated pipelines to deliver water to the individual Lake Region communities, and deep well injection for concentrate
(brine) disposal. CDM was contracted by the PBCWUD to provide a conceptual analysis, a preliminary engineering report, a preliminary
design report, final design services, and limited construction management services.
For this project, CDM completed a Conceptual Analysis Report (October 2001), a Preliminary Engineering Report (PER) for the LRWTP (April
2003), a Preliminary Design Report (October 2004), and Final Design Drawings and Specifications (July 2005). Other associated work
products have included the LRWTP – Financial Analysis Letter Report (September 2002); the City of Belle Glade Water Accountability, Billing
and Collection Study (September 2003); Belle Glade Injection Well Conversion Feasibility Investigation (April 2004); and Preliminary Design
Report Palm Beach County LRWTP Deep Injection Well System for Concentrate Disposal (August 2004). CDM also provided an extensive
amount of public outreach to the communities by supporting the County in both public information meetings and focused meetings with the
various City leaders in the Lake Region communities. The facility went to bid in August 2005 and had a groundbreaking ceremony in
September 2005. As of September 2008, the facility was approximately 99 percent complete with punch-list work remaining. The facility
began producing and delivering potable water in April 2008.
In general, CDM designed a new 10-mgd finished water capacity LPRO facility, as well as associated raw water, finished water, and
concentrate water transmission mains and UFA wells. Design services related to the various components of the concentrate disposal system
(transmission main and other appurtenances) were also included in the design scope of services. For the PBCWUD-requested 10-mgd
finished water capacity, the following flows or capacities were established, based upon water quality and quantity parameters: (1) a
membrane permeate treatment capacity of 9.5-mgd, (2) a pretreated raw water blending flow of 0.5-mgd, (3) a firm raw water production
capacity of 12.375-mgd, and (4) a concentrate flow rate of 2.375-mgd. The LPRO process resulted in a membrane permeate water with low
hardness, low alkalinity, and moderate chloride concentrations. To provide a more stable finished water and reduce post-treatment chemical
needs, a certain amount of pretreated raw water will be combined with the permeate water to form the finished water. The desired blend ratio
was established using taste and odor panel testing as well as estimated blended water quality analysis.
The new LRWTP is located on land acquired by PBCWUD near Belle Glade. Four LPRO membrane skids are used for the 9.5-mgd permeate
capacity, each with a permeate production capacity of 2.375-mgd. Pretreatment processes for the membrane feed water include pH
adjustment for calcium carbonate scaling control, possible scale inhibitor addition for mineral scaling control, and 5-micron cartridge filtration.
Pretreatment processes for the raw water to be used for blending include pH adjustment and cartridge filtration. Post-treatment processes
include degasification for carbon dioxide and hydrogen sulfide reduction, chlorine addition for primary disinfection, ammonia addition for
monochloramine formation for the distribution system disinfectant, carbon dioxide addition to increase carbonate alkalinity upon pH
adjustment, pH adjustment with caustic soda, corrosion inhibitor addition, and, in the future, lime addition for calcium hardness addition. The
finished water is transferred from the degasifier clearwell to an on-site 3.0 million gallon (MG) ground storage tank (GST).
A high service pump (HSP) station provides pressure for transmission to the various utilities. A 30-inch diameter finished water main leaves
the plant. A 16-inch diameter main branches from the 30-inch diameter main and delivers up to 1.5-mgd of finished water flow to Pahokee.
The 30-inch diameter main continues towards Belle Glade and South Bay with a 24-inch diameter main branching off to Belle Glade and a 16-
inch diameter main branching off to South Bay. The 16-inch diameter transmission main carries up to 1.5-mgd of finished water to South Bay.
Up to 7.0-mgd of finished water from the LRWTP is to be delivered to Belle Glade via a 24-inch diameter transmission main.
July 2009 FORM D-4
27. SIMILAR PROJECTS/EXPERIENCE OF THE
PROPOSED PROJECT ENGINEER/ARCHITECT
3. Name of Project Engineer: DONALD M. THOMPSON, PH.D., P.E.
Project Name: DESIGN AND CONSTRUCTION MANAGEMENT FOR WATER TREATMENT PLANT NO. 9
Owner: Palm Beach County, FL
Reference Name, Address, Phone Number, Fax Number:
Palm Beach County Utilities Department
8100 Forest Hill Boulevard, West Palm Beach, FL 33413
Brian Shields, P.E., Deputy Director; Tel: 561.493.6081; Fax: 561.493.6113
Note: The contact person(s) listed as a reference on Forms C, D and DD shall be someone who has personal
knowledge of the Proposer’s performance during the referenced project. Contact persons must have been
informed that they are being used as a reference and that the County may be calling them. More than one
person can be listed but all must have knowledge of the project. DO NOT list principals or officers who will not
be able to answer specific questions regarding the project. Failure of references listed to respond to the
County’s inquiries may negatively impact the evaluation of the SOQ. The reference shall be the owner or a
representative of the owner. An owner’s representative is defined as a firm or individual hired by the owner to
oversee the design or construction oversight services of the specific project performed by the prime consultant
for the County.
Project Type: DESIGN AND CONSTRUCTION MANAGEMENT – Design and construction management services
of a new 27 mgd finished water capacity membrane softening reverse osmosis filtration facility,
associated pre-treatment, post treatment, storage, and high service pumping systems.
Design-Build Costs: (list initial GMP(s), final GMP(s) balances and any change orders)
(if not a design-build project, list design fee and construction fee separately, and any change orders)
Design fee: $2,180,000
Construction engineering services fee: $891,121
Change orders: yes
Design-Build Schedule: (list project start date, original estimated completion date, any change orders to
schedule, and the actual project completion date. Date format to be as follows month and year) (if not a
design-build project, list design and construction completion dates separately, list start date, original estimated
completion date, any change orders to schedule, actual completion date for either activity. Date format to be as
follows month and year)
Project start date: 1997
Design completion date: 06/1998
Original estimated construction completion date: 07/2002
Any change orders to schedule: yes
Actual project completion date: 11/2002; demolition completed in 2004
Design Firm:
(if not a design-build project, list design and construction firms separately)
Design Firm: CDM
Construction Firm:
(if not a design-build project, list design construction firms separately)
Construction Firm: Poole & Kent
Summary of Work: Dr. Thompson completed a treatment process alternatives analysis for WTP No. 9 that involved the
conceptual design and cost estimate for a 20-mgd treatment facility utilizing both low pressure reverse osmosis (RO) and
nanofiltration. The alternatives analysis also involved lime softening with ozone and granular activated carbon (GAC) treatment and
ion exchange for organic carbon reduction. The anticipated use of Upper Floridan aquifer water as a raw water source for this
facility represents a new water supply approach in the Palm Beach County area.
July 2009 FORM D-5
28. Over the course of five years, CDM successfully provided engineering services related to alternatives analysis, pilot plant testing, preliminary,
and final design, bidding services, and services during construction for Water Treatment Plant No. 9 (WTP No. 9). The project involved the
construction of a new 27 mgd finished water capacity nanofiltration (membrane softening) facility associated pre-treatment, post treatment,
storage, and high service pumping systems. The design and construction of the new facilities was complicated by the fact that the existing
WTP No. 9 lime softening facility was required to remain in constant operation during the new construction. Given that the new facilities were
immediately adjacent to golf course fairways and homes, extraordinary care also had to be given to noise abatement and landscaping as well
as providing advanced security protection measures.
• The 27-mgd finished water capacity WTP No. 9 is one of the largest operating NF plants in the United States
• The design utilized extensive well investigations, side-by-side membrane element pilot tests, and taste and odor panel evaluation to
establish rigorous pretreatment processes
• Extraordinary noise abatement, landscaping and advanced security features
• The project was completed with a non-owner requested change order rate of less than 1.0 percent, substantially below Palm Beach
County Water Utilities Department’s benchmark value of 3.0 percent.
Key Features
• One of the largest operating nanofiltration facilities in the United States
• Unique location totally within golf course, neighborhood-friendly architecture
• The preliminary and final design, and bidding service milestones were achieved on-time and within budget
• Fully automated and highly secured facility.
Originally constructed in 1971, WTP No. 9 was operating near its 14-mgd permitted capacity. CDM’s initial ser-vices involved the performance
of a treatment process alternative analysis study. This study evaluated nanofiltration (membrane softening), low pressure reverse osmosis,
anionic exchange, and lime softening with ozonation for a 20 mgd facility on a cost and performance basis. The study demonstrated that the
nanofiltration process would be the optional treatment technology due to the ability of the process to simultaneously soften the water, reduce
color and disinfection by-products to very low levels, and remove microbiology contaminants. Subsequent evaluation including taste and odor
panel testing demonstrated that up to 4-mgd of pretreated local surficial aquifer water could be blended with 23-mgd of nanofiltration
permeate to produce 27-mgd of high quality finished water.
Extensive pilot plant testing was conducted to evaluate competing membrane softening elements, on a side-by-side basis. This testing proved
highly valuable for the membrane procurement effort for which CDM prepared technical specifications and warranty documents. The pilot
testing revealed a previously unknown sand and well debris problem with the well water. The testing also revealed a potential fouling problem
with the use of certain antiscalants with the high organic carbon raw water source.
CDM was retained to provide preliminary and final design, bidding, and services during construction for a new 27-mgd finished water capacity
nanofiltration membrane treatment facility. The improvements for which CDM provided contract drawings and specifications included:
pretreatment systems including sand separation; acid addition, and cartridge filtration; membrane treatment including feedwater pumping;
nanofiltration treatment, and associated membrane cleaning facilities; post-treatment including degasification; off-gas odor control; blended
water clearwell storage; disinfection; chemical addition for water stabilization, and transfer pumping; raw water blending including separate
cartridge filtration; chemical storage and feed facilities; new membrane process building and post-treatment process building; concentrate
disposal system including repump station; electrical improvements including emergency generator and diesel fuel storage; finished water
storage and pumping improvements including two 5 million-gallon ground storage tanks and new high service pumping; landscaping and
irrigation; yard piping and process piping; civil site work including stormwater control; instrumentation and controls with automated facility
control and operation features; demolition of existing lime softening facilities; and related appurtenances required to provide a complete and
fully functional plant.
Beginning in 1999, CDM provided general construction services that included periodic site visits, shop drawing reviews, reviewing vendor
supplied operation and maintenance manuals responding to Request for Interests and attending monthly progress meetings. CDM
subsequently assisted with plant startup. The facility started up in Fall 2001 with the final demolition work completed in 2004.
July 2009 FORM D-6