HomeMy WebLinkAbout*1387 CPH Engineers - Dis.By-ProductssI :�
PURCHASING DEPARTMENT
TRANSMITT'AL MEMORANDUM
To: City Clerk/
RE CPH Engineers Inc PO 32450 -5 Increase PO Change Order No. 1 $193,717.00
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
®
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
Resolution
❑
City Manager Signature
❑❑
❑
City Clerk Attest/Signature
Once completed, please:
❑ Return originals to Purchasing
❑ Return copies
El
Special Instructions:
Safe Keeping....
Marisol Ordonez
� )i I C�w
From
- � -A � � //, -�,
Date
T: \Dept forms \City Clerk Transmittal Memo - 2009.doc
0
X y — I r
ALL PACKAGES AND INVOICES ASSOCIATED WITH P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE /TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
Work Order (page 2) WORK ORDER
TERMS AND CONDITIONS
Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori-
zation for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the
Scope of Services which is attached as Exhibit "A," as well as all other exhibits attached to that certain Agreement cited
on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety
and as further delineated in the specifications, conditions and requirements stated in the listed documents which are
attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and /or services
pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order
conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided, however, that the
CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY
TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery,
inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein,
provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so b y the
CITY
METHOD OF COMPENSATION;
(i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the
CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee
Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the
CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs
of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee
Amount.
(ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method"
with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required
by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event
is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed
Amount without the express written consent of the CITY. Such consent will normally be in the form of an
amendment to this Work Order. The CONSULTANT /CONTRACTOR'S compensation shall be based
on the actual work required by this Work Order and the Labor Hour Rates established in the Master
Agreement.
(iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis
Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount
becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the
CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The
CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR
has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of
Funds amount. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work
required by this Work Order and the Labor Hour Rates established in the Master Agreement.
(iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price
Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the
amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish
amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project
Manager. Prior written approval by the City is required to adjust the not to exceed amount.
The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms
of the above - referenced Agreement.
It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the
CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY,
prior to its execution of the Work Order, reserves the right to authorize a party other than the
CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do
so is in the best interest of the CITY.
The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work
Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order
along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action.
It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order.
WORK ORDER TERMS AND CONDITIONS
1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and
Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the
"City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents,
volunteers, etc. Q
2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be
varied only by written amendment signed by the parties. All modifications in performance, including but
not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by
the parties. Time is of the essence of the lawful performance of the duties and obligations contained in
the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously
pursue Vendor /Contractor's obligations.
3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for
default by written notice to the Vendor /Contractor. The City shall have no liability to the
Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and
delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of
termination.
4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this
WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is
acknowledged by an authorized City representative"
5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or
quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the
Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be
allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted.
6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused
condition and free from defects in title, workmanship, defects in design and in full compliance with the
specifications defined by the City in the order. The goods or services furnished under this WO are
covered by commercial warranties for such goods or services and that the rights and remedies
provided therein are in addition to and do not limit those available to the City. A copy of these
warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery.
7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods
and /or services with the requirements of this Work order and to reject any delivery not in compliance If
any deficiency is not visible at the time of delivery the City reserves the right to take and /or require
appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect
8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City,
be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in
good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and
all liability of whatsoever type or nature for loss or damage to such property.
9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws,
ordinances, regulations, authority and codes and authority having jurisdiction over the purchase.
10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend
the City, its agents, servants, officers, officials and employees, or any of them, from and against any
and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other
legal costs such as those for paralegal, investigative, and legal support services, and the actual costs
incurred for expert witness testimony, arising out of or resulting from the performance or provision of
services required under this Agreement, provided that same is caused in whole or in part by the error,
omission, act, failure to act, breach of contract obligation, malfeasance of officers, officials, employees,
agents or subcontractors of Vendor /Contractor. Additionally, the Vendor /Contractor accepts responsibility
for all damages resulting in any way related to the procurement and delivery of goods or services
contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the City as set forth in Section 768.28, Florida Statutes.
11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to
become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior
written consent of the City.
WORK ORDER TERMS AND CONDITIONS -Page 2
12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the
City except as may be required to perform this WO.
13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance
with the City's shipping and packaging specification and good commercial practice. Each package shall
be labeled indicating the addressee of each package or shipment and the applicable WO number. All
shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations
published in 49CFR 1399, OSHA regulations 29 CFR 4999.
14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and
under no circumstances shall it be considered as agent or employee of the City.
15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and
City policies and procedures.
16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper
invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing
address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment
terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City
has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO.
Payment will be made only to the Vendor /Contractor identified on the WO and for received and
accepted goods /services. The City shall have right at any time to set -off any amounts due to the
Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the
case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best
interests of the City.
17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance
No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash
discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever
is later.
18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where
the City conducts operations, the Vendor /Contractor shall request information from the Purchasing
Manager regarding insurance coverage requirements. In circumstances where insurance is required,
Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to
cancel this Work Order, immediately suspend performance by the Vendor /Contractor at
Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is
verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to
disbarment from the City's Vendor /Contractor List.
19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the
City hereunder shall not constitute or be construed as a waiver of any such provision or right and the
same shall continue in force.
20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable
precautions, protective measures and provide any additional relevant information, including MSDS,
related to the Material being purchased herein.
21. The City shall have the right at no additional charge to use all or portions of material found in the
Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to
advise the City of any updated information relative to the foregoing literature and documentation with
timely written notice.
22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid
or transact business with the City in excess of Category Two for a period of thirty -six (36) months from
the date of being removed from the City's Vendor /Contractor List.
23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act
(INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally
cancel this WO with any contractor who knowingly employs unauthorized alien workers.
WORK ORDER TERMS AND CONDITIONS -Page 3
24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In
any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of
the Eighteenth Judicial Circuit in and for Seminole County, Florida
� II
WORK ORDER CHANGE FORM
Work Order No. W.O.# CPH -026, P.O.# 32450
Project Title Disinfection By Products Compliance Improvements WTP No. 2
Project Number DW 1101
Bid No.
Owner: City of Sanford. Florida
Contractor: CPH Engineers, Inc.
Work Order Date: March 17, 2011
This Work Order Change is necessary to cover changes in the work to be
performed under the Work Order referenced above. The GENERAL
CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued
STANDARD SPECIFICATIONS of the contract, work order, solicitation
indicated above of apply to and govern all work under this Work Order
Change.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
(1)
Current Contract Price (Adjusted by Previous Change Orders)
$ 2 83 , 752.00
(2)
Total Proposed Change in Contract Price
$ 193, 717.00
(3)
New Work Order Price (Item 2 + Item 3)
$ 477 ,469.00
(4)
Current Contract Time (Adjusted by Previous Change Orders)
397 Days
(5)
Total Proposed Change in Contract Time
120 Days
(6)
New Contract Time (Item 4 + Item 5)
517 Days
(7)
Original Contract Substantial Completion Date
4 /17 /12Days
(8)
New Contract Substantial Completion Date
8 / 15 / 12Days
Description of Change Perform additional services including coordination and evaluations
of the ozone / GAC process; preparation of PDR; Design of new chemical storage & pumping systems;
design for rehabilitat of existing ground storage tanks; design of new SCADA system for both
the main and auxiliary plant; new automatic control systems for water quality monitoring.
Reason for Change Requested by the City
Change in Contract Price: $193,717-00
Change in Contract Time: 120 days
WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for
the adjustment of the Work Order Price and Time as a result of increases or decreases in cost
and time of performance caused directly and indirectly from the change. Acceptance of this
Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order
Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall
waive all rights to file a Contract Claim or claim of any nature on this Work Order Change.
Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance
and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant
to this Work Order Change.
APPROVAL AND CHANGE ORDER AUTHORIZATION
ACKNOWLEDGMENTS
The aforementioned change, and work affected thereby, is subject to all provisions of the
original Agreement and specifically changed by this Work Order Change; and
It is expressly understood and agreed that the approval of the Work Order Change shall have
no effect on the original Agreement other than matters expressly provided herein.
ATTEST:
/.1✓ i
0L -ig- C�-bl --
D
(Corporate Seal)
CPH Engineers, Inc.
Contractor
David A. Gierach, P.E.
Printed Name and Title of Officer
By (Signature)
- �g
Date
ATTEST:
Owner
(Signs re) Printed Name a d Title
6 - z �"
Date By (Sign re)
(Seal) Date
END OF SECTION
Sanford Disinfection By-Product Design
SANFORD'S WATER PLANT - 2
GAC IMPROVEMENTS
PLAN OF STUDY PHASE - I, 2, & Amendments 1 & 2
SUMMARY FEE SCHEDULE
DESIGN AND PERMITTING
ITEM
DESCRIPTION
Cost by Task
PHASE - I GAC IMPROVEMENTS
Task 1 - Project Administrative and Coordination Services
$
3,590.00
Task 2 - Preliminary Design
$
53,149.00
Task 3 - Final Design - Plan and Specification Preparation
$
82,544.00
Task 4 - Penniffing
1$
18,170.00
Task 5 - Grant and SRF Assistance
$
10,000.00
PHASE 1 Sub -Total (GAC)
$
167,453.00
PHASE 2 MISC. IMPROVEMENTS Sub -Total
$
21,771.00
AMENDMENT 1 (Ozone)
Task 1 - Administrative Services
$
2,435.00
Task 2 - Preliminary Design
Is
19,558.00
Task 3 - Final Design (Plans and Specifications)
$
83,932.00
Task 4 - Permitting
$
Deletion of Restroom Improvements
$
(11,397.00)
AMENDMENT 1 Sub -Total
$
94,528.00
AMENDMENT2
Task 1 - Assistance with Coordination and Evaluation of Process
$
45,260.00
Task 2 - Preparation of Preliminary Design Report for Permitting
$
51,340.00
Task 3 - Design of New Chemical Storage and Monitoring Systems
$
26,522.00
Task 4 — Ground Storage Tanks Rehabilitation
$
10,01070
Task 5 — SCADA and Security Upgrades to WTP 2 and Main WTP
$
60,585.00
AMENDMENT 2 Sub -Total
$
193,717.00
TOTAL PROJECT`DESIGN A PERMITTING FEE
$
477,469.00
Estimate of Project Construction Cost $ 7,000,000.00
Design fee as percent of construction 6.82%
U)
F
000
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
In
c0
O
u)
)0
c0
c0
M
Cl)
N
O
c0
c-
O
O
O
O
J]
O
O
O
N
to
N
CO
O
O
r
N
'7
M
O
O
M
Oci
00
r
00
O
N
l0
a
M
00
O
M
N
`
0
—
N
V
O
N
O
n
Cl)
M
M
W)
ao
O
M
U
6
V93
V3
is
6i3
63
63
Efl
us
tF3
e9
63
691
03
to
6r3
613
coo
O
o
0
0
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
y
O
O
O
U')
L6
LC)
O
M
N
N
O
N
O
to
O
0)
cl C
x
w
tss
0%
to
w.
fR
61)
6%
d3
65
E9
t»
w,
6
6q.
61.1
0%
v3
0
�eaua��
0
N
N
N
IN
N
N
N
V
M
N
q
N
4381 OVo
O
O
N
--
O
N
M
N
O
N
O
0w
N
co
N
�
OO
w
N
—
m
Jau6isap J°ivag
0
0
O
(0
0
0
00
N
M
N
N
O
O
N
0
t0
fD
v
N
N
N
O
O
0. J
m O
;!:
JaaUi6U3
Ieuoissa ;oJd
N
N
CO
v
O
O
a
O
W
v
N
O
N
O
N
7
v
00
N
w
N
v
N
CD
CO
O
I- C =
Z
Z '- U
g� y�
IL 0 w
o
W C LL
W
Ja6euew;9afOJd
`
N
N
N
N
N
N
V'
N
O
N
LL 2
0
a
d3
"
W o O
Z
y
�Z aQ
ou
O d Q
a
fed. Pd
°
v
v
o
z E
h
m
W 0
O
O
II
N
r_.
°
v1
y
Af
r
CO C
t d
c
O
a
E O
Q a
•�
m
r.
O`
N
D
O
p
y
Cy.
3
En
G
r
n
L
N�
O
C
7
O)
-
m
O
a
d.
y
d
W E
U
y
p-
L >'
C
N
L
C
N
R
F-
W
y
C
N
N y
....
10
lO
m a
E
0 07
w
.0
N
in
U.
R
0
L
C
U y
O
H
3
p
O
C A
C
.
7
n7
C
y
w Q
m
C
L1 i
E
E
C1
C
t0
E
3
G U
O
0)
O
.0
C y
a
>
0)
>
E
N
7 y
U
C U
G
-,
7
C
3
G
O
C
°
O
U E
y
0)
O-
h fn
B
.a
03 3
y
m
C
U
C
d
j
m
y
` 7
N N
Q
0) 'O
C
7
U
O
C
0)
7
O y
tr N N
a
O
>
W
=_
y
>
C
a
0)
-O N
=
O @
C
R
N
C)
a.
y
7
O
N N
a7
•N
>
Lll
w >,
O
C
W 'C
0)
C "
'U U
O
O
N
V
m
° 0) M
y a
L
0 —
C
O
m
'D
-p =
7 ,
0)
a) O
E 0)
.3 O
N Z
y
m
U
N
w
C
O
III
W..
0
R O.
N
_
C
C
O
Z
cu
o
a,
C
0)
O-
E,
N L
C w C
�
E
C
`
C
-O
O
U
E O
CL
++
C
"O
@
7
W
- C
0
O
.L-.
0
N
O. 0)
•�, N
U
C •>
O O
° V '�
9
O
C
O
- O
o
a
O C V
-C� O
y
c0 C
a
'7 L
9
y
• E
o
O_ w
E
0)
30
• N m
O '8 U
'O
V
'O
C O
N
p
V
U y N
_U .y
E
�.
O
C
..
O
=
41
0)
�
0)
2'
—
w
O O
'y
w U
C N 'O
y
0) cO
N=
L.
N
c6
L
U
m
0 7
E 0)
O
O
y—
C
C O
O
=O N
O L
'O O
E
a
a C
w
•8
M
L
�'
C N N
U
O
.O N
t ~°
y
46
a)
O
N
0 f0
C
W
�' c0 C
O
a
O>
c- -
U
n
Q)
J0
3:
r E C
N
'C y
3
0�
O
D
�'
°-
mom -
d
°
m
�> m
°
oR
w
C
O
w
c0
03 O
C
U
O O
U E
L 'O
N
O
O
CO
y
CO
O
a
y O
E
O
O O
c0
3
0)
t6
,C
c0
E
0)
0) y
C9
c0 O
U
N U
_ y
d o@
>. O
N
>.
07 0)
o
C
E
'v
C
°-
O.
c
y
0) N C
a
c6
C _U
L
U
y
0
7
0 �
>
0)
7
Q
01
U
E
>
>
w
ns E
O
J0
O —
U
�
'j
0)
C
t2
Q1
7 +�
L U CO
E y
N 0)
0)
0) o
O2aT�
as
03
do
. o
a
3
c
a
O
V/
m
h
Dv
°
O°
r 2
'
�'-
N
N
Y
N
N
N
M
N
V
N
M.
Y
M
N
M
M
M
~
ld
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
O
O
O
coo
O
O
O
0
0
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
O
O
O
0
0
O
p
LO
co
N
to
O
N
N
N
O
O
N
N
N
1 4*
N
N
LO
O
0
0
l0
O
LO
O
O
O
O
LO
O
O
O
LO
O
N
m
00
M
LO
C
O
O
h
CO
G
O
to
(0
O>
r
O
(O
r
W
V
O
V•
V
W
CO
Co
V
N
V
00
O
V
Cl)
M
O
t-
co
00
N
UO
O
O
V
O
O
m
00
(n
T
N
M
co
0
0
N
N
M
N
_
_
(0
LO
p
n
1 6.!
N
t0
O
T
fR
(H
Efl
FA
Efl
to
Efi
V>
69.
69?
EH
Ffl
61)
(A
0f
69
W-
69
H>
Ef>
fA
69
W9
W9
tfi
6A
(A
EA
69
p
O
O
O
O
O
O
O
O
O
0
O
0
O
0
O
O
O
O
O
O
O
O
O
O
O
O
0
O
0
O
O
O
0
0000000
O
O
O
U)
N
O
N
T
LO
Ln
N
N
N
N
N
t0
LO
LO
O
LO
O
LO
O
LO
O
LO
0
(O
0000
LC)
Lo
to
LO
O
LO
O
LO
O
Lo
O
O
O
O
O
t(1
p
N
N
O
Ct
O
Ln
O
(u
n
LO
N
LO
o
M
O
M
f!3
EA
fR
6N
EA
(A
fA
(R
FR
EA
FA
Uh
EA
FA
ff!
EH
EJ?
be
t!)
69
(fl
6
to
H>
Vi
(A
69
(f)
VT
K>
O
in
R (o
R
N
N
N
N
N
N
M
N
M
wi
N
t0
O
Ld
N
V
V
co
M
N
V
co
v
O
N
w
v
C!
t0
Cl)
r
N
M
O
o
O
'C
Cl)
O
V
V
V
V
V
00
V
V
V
N
V
V
V
M
V
V
N
T
t0
Cl)
n
:
Ln CD
n
V
N
'L}'
N
N
O
O
O
co
O
O
a
N
N
N
N
V
N
N
N
N
V
V
V
V
V
N
V
N
co
M
O
le
N
N
a
00
0
V
V
V
V
N
.--
O
O
co
N
N
T
O
O
O
N
O
T
T
O
T
N
J
O_
N
A
w
10
E
•�
E
3
°
y
°
m
o
H
m
c
a
c�
d
°'
m
O
o
>
>
N
n
o
-0
C
m
c
m
v
M
0)
a
M
°
v
`m
m
3
H
CO)
(n
tT
d 0
Y
Y
a)
N
C
O
C
Y
C
h
y
la
9
c
°
N
to
N
D
w
y
'(6
a
O
y
'a
D y
~
C
y
a)
O
y
1
o
to
2
c
�
m
o
w
e m
w
a
o
ca
.
N
C W
U U
E
C0
N
•O
c
C..
R
'x
a)
L
�cj
c
o
N
=_
v
N
E
E y
t>)
c
E
E
.O
o=
C
t
to O
N
d
j(
w
O
Y
a
>>
W
VJ
U °
m
to
R
to
w U
E
1
L
O
y
m
E J
7
'O
o
c
O
C
°
o°°
—
C C
.2 . 2
3
a�
c
a ,
w
°_
m
E
E
�rn
v v
c
0
-0 U
U
U
E t1
0
O
N O
7
d
»>
t0
to
O`
C
U
U
U
0
y
_
d
.mW..
W
L
0
�..
to
(a
m N
U0
y
N C
7
C
N
7
D
O
U
LL
S,00
!E
0 '
U
.
y
i
7
Q)
y
to
O
�`
O
O
T
C
o
C
a
C
O (
atl
O
Q'
a) p
W
fl
CO
to
y
E
(0
. 0
N
J
C
O
Z
m
J
C
N
E
U
C
O
0
a- W
.2
U
n
O O
N
X
to
co
m y
�
J
C
C
m
J
O
C
N
C
U
a) to
C
La
C
C
c a)
S
a
w
a) tCp
>>�
a)
a)
E
N
d
N
C
a)
E
U
.O
O
U
C
O
d
LL
O
'7
w
U
:s
(n
y
E
F
N "'
- 0 C
�'
U 0
CD
U
r>
C
C
N
N
4_
E
�.
0
n '
U
al
E
t1
0
O-
2
a1
m
a
w
a)
E
o0
0
0 3
C
>
m
m
O
V
0 U
O C
N
O
N
D O
d
0
E
°\
rn
t1
N
O
E
y
D
_
V
o
o
c
7
(n
c c°
?
c
�°
o
(®
c
CO
y 3
w
y d
c
a�
m
o
°o
w
U
�
o
Lu
o
U
c
�.
a�
o
m
c
C
O 'O
C
y
a+
_
C
(o
C.0
C
O
O O
N
m
LL
Q
Q
U
z
N
Q
w
Q
V
U
O
C
y
m
O O
0
U
Q
L
`°
y
CF.
c
a7 ._
to
m E
O
E
a� `°
J
N
0
0
Q
c
L
N
—
J
❑
Q
7
O
Q
C
L
N
c
d
O
o
=
to U
C
c
c to
a m
o
r
m
U
U
a�
U
aUi
.x
°
U
m
U
o
o
m
a)
U
c
w
CD
o �?
o
=Y
Q
.
aye
in
o
(n
J)
cn
Q
in
(n
(n
U)
m
>
>'»
�r
C
o_
7
m
w
L
(7
1
d o
v 3
�
C O
wL
a7
� m
D
a)
3Q
of
a7
����NLLQ
aI
W
aI
V
UP
(fl
H
N
M
V
LO
O
N
aD
O
co
co
(`i
V
N
Ln
tC7
LO
tl)
L()
LO
LO
0
LO
F
H
SCOPE OF SERVICES
AMENDMENT 2
Engineering Design and Permitting Assistance
for
Disinfection By- Products Compliance Improvements
City of Sanford
Water Plant No 2
DESCRIPTION OF WORK
In order to meet the proposed project schedule for compliance with the Disinfection
Byproducts Rule the design of the subject project began while the City was performing
the pilot testing to verify the required treatment necessary to meet the DBP Rule. During
the pilot testing it was determined that the GAC should be operated in the biological
mode and ozone should be added for pretreatment prior to GAC. This proposed change
will result in significant operational cost savings by significantly extending the life of the
activated carbon which is very expensive to replace. In addition control systems are
proposed to be added which will reduce operations cost and will allow monitoring of the
Main Plant and Aux Plant for remote operation further reducing operational costs.
Upgrades were also determined necessary for the chemical storage and feed systems to
bring the systems into compliance with current regulatory standards and for operator
safety and to meet current spill prevention control and countermeasure requirements.
This proposed change order is necessary to include all the above items into the Auxiliary
Plant Upgrade project. The project design fee remains below the FDEP SRF Allowance
included in the City's SRF Loan for this project and the construction costs remain within
the SRF Project Construction Budget, so the Project is fully funded under the current
loan agreement. Included below is a more detailed description of the proposed changes.
General
A breakdown of the specific work items is as follows:
1. Further assistance with coordination and evaluation of the proposed ozone /GAC
process and to evaluate the impact on the current design when new process
procedures are determined by the pilot study to include GAC operating in
biological mode.
2. Preparation of a Preliminary Design Report to submit to FDEP for the purpose of
obtaining a permit to construct the proposed improvements.
3. Design of a new chemical storage, pumping, and, monitoring equipment.
4. Addition of rehabilitation work to be performed on both existing ground storage
tanks, as described in the inspection report for each tank.
5. Interconnection of new SCADA system and access security between both the
Main Water Plant and the Aux. Water Plant
6. Modification of new controls systems to automate controls and monitor water
quality.
5/24/2012
Task 1 — Assistance with Coordination and Evaluation of the Proposed Ozone
Process
1.1 CPH will meet with the City and review the results of the pilot Testing as well as
assisting with the comparison of nanofiltration with ozone and GAC for water
processing.
1.2 CPH will assist the City by providing reviews of the ozone pilot study /evaluation
for the purpose of developing and modifying the design drawings and
specifications, as well as coordinate with Reiss Engineers as directed by the City.
This item includes meetings with the City and Reiss Engineering to review the
Pilot Evaluation and design concepts.
Task 2 — Preparation of a Preliminary Design Report for FDEP submittal
CPH shall prepare a Preliminary Design Report to be submitted to FDEP to obtain a
permit to construct the improvements. The PDR is to be submitted in the place of a
complete set of plans and specifications in order to expedite the issuance of the
construction permit and help secure funding from the SRF Loan Program.
2.1 The preliminary design report will be based on the pilot evaluation performed by
the City and reviewed by CPH.
2.2 This phase of the work includes the work associated with summarizing the ozone
and GAC design for the purpose of FDEP review and permitting. The Preliminary
Design Report includes design evaluations and calculations, a layout for the
facility.
Included in the Preliminary Design Report:
• Description of all major pieces of equipment
• General layout of equipment and structures showing dimensions, sizes,
flow rates, and pressures
• Calculations for sizing equipment, pipes, channels, and the development
of a hydraulic profile
• Preliminary points of connection to existing facilities for process water,
chemicals, electrical services, and SCADA system and proposed piping
modifications
• Layout of proposed buildings to include piping, offices, laboratory
• Layout of proposed chemical storage and pump building, to include
piping, ventilation
2.3 Revise the FDEP construction permit per design changes resulting from the pilot
study completion.
Task 3 - Design of a New Chemical Storage, Pumping, and Monitoring Systems
Under this task CPH will prepare engineering design plans and specifications for the
new chemical storage, pumping, and monitoring systems to include the design
calculations and general technical specifications.
3.1 The design of the new chemical storage and pumping building shall include
safety measures and procedures which comply with current containment and
leak detection measures.
2 5/24/2012
3.2 This task includes the design of a new chemical storage building that will house
new chemical storage tanks sized for the new process, new chemical pump skids
to provide reliable delivery of chemicals at the required dose.
3.3 Monitoring equipment shall be added to read current water quality and to dose
chemicals, (sodium hypochlorite, polyphosphate, and fluoride)
3.4 Design and specification of chemical feed site piping and sampling.
3.5 Modifications to the process controls to receive water quality and flow signals
and pace the chemical fee systems.
Task 4 — Ground Storage Tanks Rehabilitation
Work on this task is for adding the rehabilitation items listed in the inspection report
performed by Crom Engineering and Construction Services.
4.1 The work associated with this task is to incorporate into the project the
rehabilitation of the tanks as designated by Crom during there inspection dated
March 21, 2011. CPH shall include in the specifications and show on the plans
the rehab work called out in the Crom inspection report.
Task 5 — SCADA and Security Upgrades to WTP 2 and Main WTP
Under this task CPH will prepare final engineering design plans and specifications for
the improvements to the main water plant with details of the proposed improvements
with the design calculations and general technical specifications. This work generally
consists of:
5.1 Engineering Services associated with existing server upgrade
5.2 Engineering Services associated with extending the fiber cable from the main
building to the reuse building
5.3 Renovations to the existing building to facilitate the server up grade at the main
water plant
5.4 Upgrade of the access and security systems at the main water plant
5.5 Improvements to the radio system from the main WTP to the Mayfair wells (6),
Oregon Wells (5), and Twin Lakes Wells (2)
Sub - Consultant Services
ELECTRICAL — (Bailey Engineering Consultants)
Expansion of the scope of work for the electrical design for the added work
associated with the ozone equipment, buildings, and controls. Also included is
work at the City's existing Main Water Plant for improvements to the SCADA
system, to improve monitoring and control of the operation at water plant 2 (Aux.
plant). Refer to Project Approach /Fee Schedule for details of scope and fee.
Reimbursable Expenses
In addition to the labor compensation outlined above, CPH shall be reimbursed directly
for project specific expenditures such as, but not limited to printing and reprographics,
meals, hotel stay, rental cars, postage, and telephone usage. Reimbursable expenses
will be billed at their actual cost, without increase. An estimate of the reimbursable
expenses is included in our fee schedule Exhibit A attached.
5/24/2012
SERVICES NOT INCLUDED
The following services are not anticipated and,
at this time:
❖ Sketch of Descriptions /Easement
Documentation.
❖ Preparation of Legal Descriptions.
❖ Platting.
❖ Expert witness for litigation.
❖ Construction staking.
❖ Off -site utility analysis and design.
❖ Off -site storm water analysis and
design.
❖ Any permits not identified herein.
❖ Special meetings with agencies,
other consultants or CITY not
normally required performing the
work described in the Scope of
Services, except those meetings
specifically identified in the above
Scope of Work.
❖ Permitting efforts relating to
obtaining variances for the site
therefore, not included in this Agreement
development including tree issues,
setbacks, parking, etc.
❖ Easement or right -of -way vacation or
dedication services or platting
services.
❖ Services resulting from changes
made by CITY following the
completion of specific project tasks
that require re -work by CPH.
❖ Flood Plain Analyses
❖ Site Specific Maintenance of Traffic
Plans
❖ Material testing during construction
i.e. (compaction and concrete
testing)
❖ Any other issues not specifically
described in this proposal
Should work be required in any of these areas, or areas not previously described, CPH will
prepare a proposal or amendment, at the CITY's request, that contains the Scope of Services,
fee, and schedule required to complete the additional work item.
4 5/24/2012
PAYMENT and SCHEDULE
Compensation paid to the CONSULTANT for the services described herein shall not exceed
$193,717.00 inclusive of out -of- pocket expenses. Please see the Project Approach / Fee
Schedule attached.
IN WITNESS WHEREOF, the parties hereto have made and executed this Proposal the
day and year first above written.
OWNER:
City of Sanford, Florida
ATTEST
_ 491 4_ 4 4
By:
ENGINEER: `�
CPH Engineers, Inc.
L ';TTEST
By: 'o�
Date:
CPH ENGINEERS, INC AUTHORIZATION
By:
D vid A Gierach, P.E.
Date: l
President / (L „ , /�� /
l
Page 5 5/24/2012
5 71
CITY COMMISSION MEMORANDUM 12.076.E
JUNE 1 1, 2011 AGENDA
TO: Honorable Mayor and Members of the C
PREPARED BY: Paul Moore, Utility Director
SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager
SUBJECT: Engineering Design and Permitting
Disinfection By- Products Project
Compliance Improvements — Amendmei
SYNOPSIS:
WS RM
Item No.
Approval of Amendment 2 to the existing CPH Engineers design for the disinfection by- products
project is requested.
FISCALISTAFFING STATEMENT:
This amendment from CPH Engineers is for $1 93,717. Funding will come from the State
Revolving Fund (SRF) loan program administered by the Florida Department of Environmental
Protection (FDEP).
BACKGROUND:
The work performed by Reiss Engineering and to be performed by CPH Engineers is in
compliance with City Procurement Policy through the use of existing CCNA Master Contracts
which established a process to enable the securing of professional services in a timely fashion.
The federal rule requires all potable water systems to meet the reduced limits for Trichloromethane
and haloacetic acids. This is known as the Disinfection By- Product rule. On October 11, 2010, the
City Commission approved a proposal from Reiss Engineering for water treatment evaluation. On
March 28, 2011, the City Commission approved a proposal from CPH Engineers to utilize the
results from the Reiss work to design the plans and specifications to construct the treatment
improvements.
Both proposals were progressing simultaneously in order to meet the federal implementation
deadline of early 2013. The original Scope of Services of the CPH work was based on the
preliminary results from Reiss to add granular activated carbon (GAC) as treatment.
During the course of the Reiss work it was discovered that in addition to GAC treatment ozone
was needed as pretreatment to the raw water. Additional engineering work was required
(Amendment 1) and was approved by the City Commission on 11/14/11.
Final design work by CPH discovered the existing chemical storage tank and piping were
inadequate and posed a safety risk. Also improvements to the SCADA including security and
monitoring were needed for proper operation. Attached is Amendment 2 from CPH Engineers
detailing the increased scope of work.
LEGAL REVIEW:
N/A
RECOMMENDATION:
It is staffs recommendation that the City Commission approve the amendment to the CPH work
order to accommodate necessary additional improvements to the chemical storage tank, piping and
to the SCADA resulting in the added amount of $193,717 to perform engineering design as
outlined in the attached Scope of Services.
SUGGESTED MOTION:
"I move to approve amendment 2 to the CPH work order in the added amount of $193,717 to
perform additional engineering design work as outlined in the attached Scope of Services."
Attachments: CPH Engineers Scope of Services Amendment 2