HomeMy WebLinkAbout205-CPH-Amendment 53 AMENDMENT NO. 53
TO
AGREEMENT FOR CONTINUING SERVICES
FOR THE DESIGN OF THE
SANFORD SOUTH WATER RECLAMATION FACILITY
BETWEEN
THE CITY OF SANFORD, FLORIDA
AND
CONKLIN, PORTER & HOLMES-ENGINEERS, INC.
SANFORD, FLORIDA (hereinafter called the CITY) and CONKLIN, PORTER & HOLMES-
ENGINEERS, INC. (hereinafter called the ENGINEER), is mutually agreed upon and declared an
authorized Amendment to an Agreement dated December 7, 1983, between the parties, herein
setting forth the scope, terms and conditions of the work herein authorized.
In case of any conflict between this Amendment and the aforementioned Agreement of December
7, 1983, this Amendment shall govern for the work described herein.
SECTION 1
PURPOSE OF AMENDMENT
1.1. Introduction
The City of Sanford Commission approved the Sanford Wastewater 201 Facilities
Plan Addendum, on September28, 1998, to proceed with obtaining State Revolving
Loan Funding (SRF) for a new Water Reclamation Facility. In order to be eligible
forfunding the final design plans and specifications must be complete by April 1999.
The purpose of this Amendment is to authorize final design and permitting services
for the Sanford South Water Reclamation Facility.
The growth within the City of Sanford Service Area is expected to be considerable
with the construction of the westem leg of the GreeneWay (SR-417) and expansion
of the Orlando-Sanford Airport. As growth continues, new collection and
transmission system improvements, wastewater treatment facility improvements,
and reclaimed water distribution system improvements will be required.
Population and wastewater flow projections have been revised as part of the
Sanford Wastewater 201 Facilities Plan Addendum through design y'ear 2020. The
projections indicate that various wastewater system improvements are currently
required to meet both wastewater and reclaimed water demands. The wastewater
management system improvements are identified in the 201 Facilities Plan
Addendum.
The Recommended Plan, as presented in the Facilities Plan Addendum, which is
in accordance with the City's Comprehensive Plan and Master Wastewater Plan,
includes the rereuting of various lift stations in the south and southeast quadrant of
the City and the construction of the "new" Sanford South Water Reclamation
Facility. The new water reclamation facility (W RF) will have an in itial capacity of 2.0
MGD and the high quality effluent produced, reclaimed water, will be suitable for
public access spray irrigation of residential lawns, golf courses, City parks and
properties, common areas, Site 10, etc.
The proposed 2.0 MGD Sanford South Water Reclamation Facility is necessary
to provide wastewatertreatment capacity and reclaimed water production due to the
growth within the Sanford service area. A preliminary layout for the facility is
presented in Attachment A.
Planning services are being completed for the collection and transmission systems
and water reclamation facility improvements in orderto obtain funding forthe project
under the State Revolving Fund (SRF) Loan Program. In order to maintain the
project on schedule, as shown in Attachment B, final design must proceed forthe
Sanford South Water Reclamation Facility. The proposed facility improvements are
described below:
· Phase I Improvements (2.0 MGD total capacity)
1. An Influent Structure containing a manual barscreen, mechanical
barscreen, and a "vortex-type" gdt removal system;
2. A Grease Removal System;
3. An Odor Control System to collect and treat odors from the Influent
Structure, Aerobic Digester and Sludge Treatment Facilities;
4. An energy efficient Oxidation Ditch Biological Treatment System (CSBR)
with automatic DO Control;
5. A two-story Office/Laboratory/Storage Building;
6. Two Motor Control Centers;
7. A Plant Lift Station;
8. A Generator Building;
9. Upflow, Deep-Bed Tertiary Filters;
10. A Chlorine Contact Chamber;
11. A Chlorine Facility for ton-cylinder storage, chlorination equipment and
instrumentation and chlorine gas scrubbing facilities;
12. An Aerobic Digestion System;
13. A Transfer Pump Station
14. A Sludge Building to house the Class "A" sludge treatment system,
chemicals, etc.;
15. A windows-based SCADA system for process control of the treatment
system, operation and maintenance, alarm and event annunciation,
alphanumeric paging of operators, generation of State Monthly Operating
Reports, etc.;
16. A Maintenance Building;
17. A Reclaimed Water Distribution Pump Station and Storage Building;
18. A 5.0 MG Reclaimed Water Storage Tank;
19. A 2.0 MG Reject Water Storage Tank; and
20. Internal (on-site) roadways, fencing, landscaping yard piping and
stormwater management.
Phase II and Phase I11 Improvements allow for the cost-effective expansion of the
Sanford South Water Reclamation Facility to 4.0 MGD and 6.0 MGD, respectively,
to provide adequate treatment capacity for the twenty year planning period.
1.2 Purpose
This Amendment work is to generally provide engineering services for the design
of the "new" Sanford South Water Reclamation Facility in accordance with the
approved Sanford Wastewater 201 Facilities Plan Addendum.
SECTION 2
DESIGN AND PERMITTING
2.1. The ENGINEER has assisted the CITY in applying for a low interest SRF Loan for
design and construction of a wastewater collection system, Water Reclamation
Facility and Reuse System forthe South Sanford Area in the vicinity of the O~ando-
Sanford Airport. The planning has been completed and approved by the CITY and
design must proceed to maintain eligibility of the project for funding. In order to
maintain eligibility of the project for funding under the SRF Program, all design and
permitting must be completed by April 15, 1999. In order to meet this schedule,
design and permitting need to proceed as soon as possible.
Under this Agreement, the ENGINEER is to provide the following design and
preparation of plans and specifications for a 2.0 MGD Water Reclamation Facility
expandable to 6.0 MGD capacity with minimal additional work. Through
subconsultants, the ENGINEER will provide needed surveying, geetechnical
investigations and electrical engineering design services forthe project, survey and
soils.
The project will be completed through four separate contracts since some of the
work is specialized and can be done by a separate contractor rather than one large
general contracting firm. This methodology should provide the City with a lower
overall cost by avoiding a "markup" on construction services by a larger general
contractor who specializes in major treatment facility work only.
2.1.1. Water Reclamation Facility (Contract "A")
Specific services of the ENGINEER shall include the following:
A. Coordinate with the surveyor employed by the ENGINEER to obtain
boundary and topographic survey to be used as a base for design.
B. Coordinate with the geetechnical firm employed by the ENGINEER for
obtaining borings and recommendations at the site of the water
reclamation facility for foundation stability and compaction requirements
for plant structures. Also included will be general classifications of soils
and recommendations regarding drainage and stormwater detention
pond peruelation rates and recovery periods.
II
C. Prepare a preliminary site layout for the water reclamation facility, on the
airport site with consideration for future expansion to 6.0 MGD.
D. Prepare hydraulic calculations for the water reclamation facility and set
preliminary grades for the facility structures.
E. Meet with City Engineering and Operating personnel and coordinate the
basis of design for the facility based on operational experience.
F. Prepareanevaluationofrequiredwetweatherstorageandrejectstorage
and prepare a preliminary layout for the storage facilities.
G. Prepare the following plan sheets:
1. Cover Sheet
2. General Notes Sheet
3. General Notes Sheet
4. Site Dimension Plan
5. Site Piping Plan
6. Site Piping Plan
7. Site Grading Plan and Stormwater Plan
~-, 8. Landscape Plan
9. Landscape Details
10. Reuse Water and Irrigation System Plan
11. Reuse Water and Irrigation System Details
12. Hydraulic Profile
13. Influent Structure ~ Mechanical Plan
14. Influent Structure - Mechanical Sections
15. Influent Structure - Structural Plan
16. Influent Structure - Mechanical Sections
17. Odor Control System Plan and Details
18. Oil and Grease Removal System - Mechanical Plan and Sections
19. Oil and Grease Removal System - Structural Plan and Details
20. Biological Treatment System - Mechanical Plan
21. Biological Treatment System - Mechanical Plan
22. Biological Treatment System - Mechanical Plan
23. Biological Treatment System - Mechanical Plan
24. Biological Treatment System - Mechanical Plan
25° Biological Treatment System - Mechanical Details
26. Biological Treatment System - Mechanical Details
27. Biological Treatment System - Mechanical Details
28. Biological Treatment System - Structural Plan
29. Biological Treatment System - Structural Plan
~ 30. Biological Treatment System - Structural Details
31. Tertiary Filtration System - Mechanical Plan and Details
~ 32. Tertiary Filtration System - Structural Plan
33. Tertiary Filtration System - Structural Details
34. Chlorine Contact Chamber - Structural Plan
35. Chlorine Contact Chamber - Structural Details
36. Chlorine Handling Building - Plan
37. Chlorine Handling Building - Details
38. Chlorine Handling Building - Equipment Plan and Details
39. Chlorine Gas Scrubbing System - Plan and Details
40. Transfer Pump Station - Mechanical Plan and Details
41. Transfer Pump Station - Structural Plan and Details
42, Reclaimed Water Storage Tank - Plan
43. Reclaimed Water Storage Tank - Sections and Details
44. Reject Water Storage Tank - Plan
45. Reject Water Storage Tank - Sections and Details
46. Reclaimed Water Distribution Pump Station - Plan
47. Reclaimed Water Distribution Pump Station - Details
48. Aerobic Digester - Mechanical Plan and Details
49. Aerobic Digester ~ Structural Plan and Details
50. Aerobic Digester Aeration System - Plan and Details
51. Solids Handling Building - Plan
52. Solids Handling Building - Details
53. Solids Handling Building - Belt Filter Press Plan and Details
~,-,,, 54. Solids Handling Building - BIOSET Process Plan and Details
55. - Solids Handling Building - Sludge Processing Equip. and Details
56. Operations Building - First Floor Plan and Details
57. Operations Building - Second Floor Plan and Details
58. Operations Building Elevations
59. Operations Building ~ Piping and Drainage/Roof Plan
60. Operations Building - Mechanical Details
61. Operations Building - Structural Details
62. Maintenance Building - Plan and Details
63. Maintenance Building - Sections and Details
64. Facility Lift Station - Plan and Details
65. Generator Building - Plan and Details
66. Motor Control Center No. 1 - Plan and Details
67. Motor Control Center No. 2 - Plan and Details
68. Elevated Walkways - Sections, Plans and Details
69. Stairways - Sections and Details
70, Handrailing - Sections and Details
71. Site Development Plan and Details
72. Piping Details
73. Piping Details
74. Miscellaneous Details
75. Miscellaneous Details
,,.,,,.,~, 76, Miscellaneous Details
H. Assist the CITY in obtaining Special Exception for the water reclamation
facility site and in obtaining CITY site plan approval.
I. Prepare stormwater calculations and assist the CITY in obtaining a
Stormwater Permit from FDEP for site improvements at the new water
reclamation facility.
J. Prepare structural calculations.
K, Prepare contract documents (specifications) for the proposed
improvements at the Sanford South Water Reclamation Facility.
L. Prepare quantities and an opinion of probable construction cost for the
proposed improvements at the Sanford South Water Reclamation
Facility.
M. Prepare a preliminary design report as required by Chapter 62-600.715,
F.A.C. and an abbreviated engineering report as required by Chapter 62-
610.310(2)(a), F.A.C.
N. Prepare the FDEP Permit Application for the Sanford South Water
Reclamation Facility and assist the City in permitting the project with
FDEP. To keep the project on schedule an engineering report will be
prepared and the facility will be permitted based on said report. This will
allow the City to obtain an FDEP Permit prior to April 1999. The plans
and contract documents (specifications) will continue to be worked on
during the permit review period.
O. Through an Electrical Subconsultant provide the Electrical Design forthe
Sanford South Water Reclamation Facility to meet Class I Reliability
Standards. Prepare facility lighting plan and building mechanical plans.
Prepare the facility SCADA System to be integrated with the City's
existing SCADA System. Remote terminals are to be provided at the
Sanford North Water Reclamation Facility to monitor the "new" Sanford
South Water Reclamation Facility and reduce operator staff time. Lift
stations will be remotely controlled to redirect flows to either the "new"
Sanford South Water Reclamation Facility or the existing Sanford North
Water Reclamation Facility.
P. Coordinate with Orlando-Sanford Airport officials, ortheirconsultants, as
directed, for approvals of the facilities to be constructed.
'2.1.2. Reclaimed Waterline (Contract "B")
An "off-site" Reclaimed Waterline will be designed to be extended from the
Sanford South WRF north on Beardall Avenue to SR 46, then east on SR 46
and will be connected to the existing 24" Reclaimed Waterline.
A. Prepare hydraulic analysis of existing reclaimed system to determine the
sizing for the proposed reclaimed water line and the pumping system
delivering flows from the WRF to the line.
B. Through a geotechnical subconsultant, employed by the ENGINEER,
obtain soils data along the route of the proposed reclaimed water line.
C. Employ a surveyor and obtain a route survey for preparation of Plans for
the reclaimed water line.
D. Utilize AutoCAD base drawings, at a 1 "= 20' scale, as a base for
preparation of construction plans for utility work. The ENGINEER shall
prepare the following plan sheets:
1 Cover Sheet
~ 2 - 3 General Notes Sheet / Quantity Sheet / Specifications
4 - 21 Single Plan and Profile Utility Improvement Plans
22 - 23 Miscellaneous Detail Sheets
E. Prepare Technical Specifications and Contract Documents,
F. Develop quantities and an opinion of probable construction cost.
G. Assist the City in the preparation of FDOT and Seminole County Right-of-
Way Utilization Permits.
2.1,3. Lift Station System Evaluation and Improvements (Contract "C')
A. Prepare and pefform hydraulic analyses on the existing forcemain and lift
station system and evaluate the diversion of existing lift stations to the
"new" Sanford South Water Reclamation Facility.
B. Based on the hydraulic analyses performed, determine the required
pumping system upgrades required at the various lift stations that may be
diverted to the "new" Sanford South Water Reclamation Facility.
C. Evaluate the lift stations capabilities in allowing the transfer of flows to
eitherthe Sanford South Water Reclamation Facility orthe Sanford North
Water Reclamation Facility.
D. Prepare lift station improvement plans for up to five lift stations, including
piping and valve modifications, to allow installation of remotely operated
electric valves to allow remote diversion of flows to either the Sanford
South Water Reclamation Facility or the Sanford North Water
Reclamation Facility. Plan Sheets shall include the following:
· 5 Lift Station Plan Views; and
· 2 Lift Station Detail Sheets.
E. Prepare permit applications and coordinate with FDEP to obtain permits
for these lift station improvements.
2.1.4 Offsite Road ImDrevements (Contract "D")
A. Prepare plans and specifications for roadway improvements to Beardall
Avenue from the East Lake Mary Boulevard Extension to the Sanford
South Water Reclamation Facility site, a distance of approximately 2300
feet. The read will be a two lane, 28-foot, rural section to allow truck
access to the water reclamation facility for chlorine delivery, sludge
hauling and other facility delivery and maintenance needs.
B. Utilizethebasesurveyobtainedfortheforcemainprojectandpreparethe
following plans:
· 5 Plan and Profile Road Sheets (1" = 20' (h); 1" = 2' (v)); and
· 1 Roadway Detail Sheet.
C. Prepare stormwater management calculations and a SJRWMD permit
report and application for the readway,
2.1.5 SRF Funding Program
Submit Plans and Specifications to FDEP Tallahassee for review and
approval and respond to any Requests for Additional Information (RAI).
Coordinate with FDEP Tallahassee regarding funding of the project under
the SRF Program,
SECTION 3
SUPPLEMENTARY SERVICES OF THE ENGINEER
3.1. If authorized by the CITY, the ENGINEER shall furnish or obtain from others,
supplementary services of the following types which will be paid for by the CITY as
an additional cost as outlined in Section 5.
3.2. Additional services due to significant changes in the scope of the project or its
design including, but not limited to, changes in size, complexity, character of
construction, or due to time delays in initiating or completion of the work as
described heroin.
3.3. Except as otherwise provided herein, services or additional costs associated with
revising previously accepted studies, reports, or other documents preparod by the
ENGINEER when such revisions aro due to causes beyond the ENGINEER's
control.
3.4. Additional services rosulting from public protests. administrative hearings, or similar
matters.
3.5, Preparing to serve and/or serving as an Expert Witness for the CITY in any
litigation, public hearing, condemnation proceeding, right-of-way or easement
acquisition or negotiation, or other legal / administrative proceeding.
3.6. Additional engineering services roquirod by revisions to rogulations (after the date
of this Amendment) as applicable to the U.S. EPA, Florida Department of
Environmental Protection (FDEP), or other rogulatory agency requiroments;
3.7. Additional services in connection with the project including services normally
furnished by the CITY as described in Section 4 herein and services not
otherwise provided for in this Agroement.
SECTION 4
CITY RESPONSIBILITIES
4.1 In addition to the specific responsibilities hereinbefore described, the CITY will:
A. Advise the ENGINEER of his requirements for the project and designate a
pereon to act as the CITY's representative with respect to the work to be
performed under this Amendment, and such pereon shall have complete
authority to transmit instructions, receive information, interpret and define the
CITY's policies and decisions pertinent to the work covered by this Amendment.
B. Obtain and provide data requested that is reasonably available on the project
along with operational and maintenance requirements and easement and right-
of-way requirements.
C. Guarantee access to and make all provisions forthe ENGINEER to enter upon
public and private lands as required for the ENGINEER to perform his work
under this Amendment including obtaining authorization for use of the property
located on the Orlando - Sanford Airport Site for the Sanford South Water
Reclamation Facility construction.
D. Make facilities accessible for inspection.
E. Examine all studies, reports, sketches, schedules, and other documents
presented by the ENGINEER and render decisions pertaining thereto within a
reasonable time so as not to delay the work of the ENGINEER.
F. Assist in obtaining approval of all governmental authorities having jurisdiction
over the project, and such approvals and consents from such other individuals
or bodies as may be necessary for completion of the Project.
G. Furnish or direct the ENGINEER, in writing, to provide at the CITY's expense,
any subconsultant services not designated in Section 2, if advised by the
ENGINEER and CITY concurs that they are necessary.
H. Fumish, or direct the ENGINEER, in writing, to provide at the CITY's expense,
necessary additional services as stipulated in Section 3 of this Amendment, or
other services as required.
I. Provide such legal, accounting, financial and insurance counseling services as
may be required for the project, and such auditing services as the CITY may
require.
J. Give prompt written notice to the ENGINEER whenever the CITY observes or
otherwise becomes aware of any defect in the Project.
SECTION 5
PAYMENT
5.1. Payment for services and expenses of the ENGINEER are to be as set forth below.
A. Principals and Employees of the ENGINEER
The ENGINEER agrees to perform this work on the basis of payroll cost times
a factor of 1.95 plus reimbursable expenses such as travel, long distance phone
calls, prints and copies, etc. Reimbursable expenses will be paid for at actual
cost thereof without increase. The ENGINEER agrees to perform the services
outlined in Sections 2 and 3 of this Amendment, and as outlined in the Plan of
Study (Attachment C), for the following not-to-exceed fee:
Survey Subconsultant $27,300
Soils Subconsultant $13,945
Electrical/Mechanical Subconsultant $65,000
Civil/Environmental Engineer $540,000
Total: $646,245
5.2. Reimbursed Expenses
A. Expenses for items not specifically valued herein are to be reimbursed to the
ENGINEER at the actual cost thereof. Said expenses shall include
transportation and subsistence of principals and employees, when traveling in
connection with the project, toll telephone calls, telegrams, prints,
photocopies, and similar project-related items.
B. Services for outside sub-consultant services, as required, will be charged at
cost without mark-up.
:5.3. The CITY will make prompt monthly payments in response to ENGINEER's
monthly statements without retention for all categories of services rendered
under this Agreement and for reimbursable expenses incurred.
5.4. Direct Personnel Expense used as a basis for payment shall mean the salaries
and wages paid to principals and employees of all classifications engaged
directly on the Project, plus the cost of fringe benefits including but not limited to,
social security contributions, worker's compensation, health and retirement
benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. For
purposes of this Amendment, Direct Personnel Expense shall be considered an
amount equal to 1.48 times applicable salaries and wages.
5.5. Charges for the services rendered by principals and employees as witnesses in
any litigation, hearing or proceeding will be computed at a rate of $1,200 per day
or any portion thereof (but compensation for time spent in preparing to appear in
any such litigation, hearing or proceeding will be computed in accordance with
the payment method as set forth herein).
~--,. 5.6 If this Agreement is terminated during prosecution of the services prior to
completion of the services of Section 2, payments to be made in accordance
with Section 5 on account of that and all prior work under this Amendment shall
be due and payable, and shall constitute total payment for services rendered. In
addition, upon termination, the ENGINEER~hall be paid for any additional
services authorized and rendered under Section 3..
SECTION 6
GENERAL CONDITIONS
6.1. Since the ENGINEER has no control over the cost of labor, materials, or
equipment or over any construction method of determining prices, any opinion of
probable construction cost which may be provided in the services of this
Amendment are made on the basis of his experience and qualifications and
represent his best judgment as a design professional familiar with the
construction industry, but the ENGINEER cannot and does not guarantee that
the construction cost will not vary from opinions of probable construction cost
propared by him. Similar limitations apply to construction schedules reviewed or
prepared by the ENGINEER.
6.2. The CITY and the ENGINEER each binds himself and his partners, successors,
executors, administrators and assigns to the other party of this Agreement and to
partners, successors, executors, administrators, and assigns of such other party
in respect to all covenants of this Amendment. Nothing herein shall be
construed as creating any personal liability on the part of any officer or agency of
any public body which may be a party hereto, nor shall it be construed as giving
any rights or benefits hereunder to anyone other than the CITY and the
ENGINEER.
IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment
' the day and year first above written.
CITY:
City of Sanford, Florida
ATTEST &~EAL ~°~Y~
DATE TITLE
ENGINEER:
Conkiln, Porter & Holmes-Engineers, Inc.
ATT ST & SEAL
M. Gardner David A. Gierach, P.E.
Secretary-Treasurer Senior Vice President
DATE
ATTACHMENT A
( (
ATTACHMENT B
kC"[' 5(* H l:D/_' IE CI'IY OF ~
:\N[~) WAI'I:I~:%IAIN / FORCETMAIN
AC]'IVITy COST DA'[ [
Secut~ W~ater Plant Site and apply for September 1998
1 SpeCial Exception for Zoning Approval
Complete Draft Facility Plan Capital Finance
2 Plan imd User Charge ~ystem September 1998
City .C. omr!qission .~Jeeting
3 · Pt~blic Honoring br Facility Plan
· Adopt Facility Plan by Resolution September 1998
· Authori;,e Financial Certification
Assoch~ted with CFP by Resolution
4 Submit Documentation=to FDEP September 1998
Authorize Final Design for Sanford South September 1998
5 Water Reclamation Fadlity $ 650,000
6 Environmental Information Documentation October 1998
Issued by FDEP
Complete Plans & Specification for
Watermain and Forceanain Work and submit October 1998
~ 7 to FDBP Tallahassee for Approval. Obtain
FDEP Construction Permits.
Obtain Authorization to Incur Costs for
Watermain and Forcemain work. Construct $ 12,338,850 October 1998
8 based on Road Schedule. (Depending on
Road Construction timing we may not be able
to obtain funding for all Watermain and
Forcemain work,)
Request Listing on Fundable or Contingency
9 Portion of Priority List for Watermain and October I998
Forcemain Work
Complete Plans and Specifications for South Sanford
10 Water Reclamation Facility and Submit for FDEP February 1999
Permitting and FDEP Tallahassee Approval
11 Issue of FDEP Construction Permit February 1999
Issue of Authorization to Incur Cost for South Sanford
12 Water Reclamation Facility February 1999
13 Request listing on Fundable or Contingency
Portion of SRF Priority List February 1999
14 Obtain SRF Loan September 1999
15 Bid South Sanford Water Reclamation Facility September 1999
Construction and Startup of South Sanford Water $ 9,832,000 November 1999-
~' 16 Reclamation Facility ' September 2001
17 First Loan Payment Due March 2002
· Opinion of Probable Construction Cost $ 12,810,850
ATTACHMENT C
~ I 8 I ~ I 8 I L leeqS salon le~aua9
i~ 8 t~ [ leeLtS JeAO0 '
000' L$ :sugld BU!MOIIOl eu.1 e~de~d pu~ ~M qlnoS
O0 ~$ ~ ~ e ~ ~ 'sa~l~lpe~ a~eJols Jo~ lno~el ~eu[mHeJd eJ~daJd pue
eOeJois $o~[aj pue a~eJols Jaqle~M leM peJ~nbeJ Jo uo~lenleAa aJedeJd
· (sgeoojd u~sGp eqi inoqenoJql Pleq ~uJlee~ emql uo pesee)
(. ~ ~L ~ eouepedxe leuo}leJedo uo peseq ~Jl~oeJ eql Joj ue!sep
eleuJpJoo3 poe leuuosjed ~u~lejed0 pub ~uEJeeu[eu9 ~0 ql~M lee~
O0 ~$ ~ g ~ 9 L O~ 9 'seJnlonJls ~l~oe~ eql JoJ sepeJ~ ~eujm~lejd
los pub ~H!oeJ Uo}JemeloeJ JeleM eql Joj suo~lelnoleo oElneJpAq ejedeJ8
00~$ ~ 9~ ~r ~ 9 'a9~ 0'9 ol uo~suedxe eJnlnJ
Joj uo~lejep~suoo HI[M ei}s lucid eql JoJ lnoAel ells ~eu~leJd e eJedeJd
gt,6'e I-$ Al!l!oe,~ Jot slueLuaJ!nbaJ uo!logdtuoo pug Al!l!qeLs uo!lepunot Jo~ iueld
~ ~ 8 9~ ~ luetulgaJi aq~, ~o el!s aql ~,e suo!lgpuetuLuooej pug sl~upoq 15u[u!elqo
Jot ~]]NIE)Nq aql Aq pa~oldLua tuj!l leo!uqoelo88 aql ql!M aleu!pJooO
'sAe/uns ales uogels ~!1 pue au!l peLu!epaj Jot ,~eAJns ainol:l
OOe'Z~$ ~ ~ 8 9~ t, 'uS!sap Jot esgq e se pesn aq ol/~e~uns o!qdejISodol pue fugpunoq
u!glqo ol Id:EINION] aqL Aq pe,~oldLue Jo/~aAJns eLl1 ql!M aleu!pJooO
( ,,V,, :l. oeJluoO - (=II:IM) Al!l!oe-I uo!letueloaH ,aleM qlnoS p, olueS
S.gSN:idX:; '[
Q3~INI.LS3. .S a .L . :9 . d NOI.LdlI:IOS:gQ
Aan s dO NVqd
( (
3. General Notes Sheet 1 8 8 8 4
4. Site Dimension Plan 2 8 8 12 1
5. Site Piping Plan 2 24 12 16
6. Site Piping Plan 2 24 12 16
7. Site Grading Plan and Stormwater Plan 2 24 12 16
8. Landscape Plan 2 24 12 12 1
9. Landscape Details 2 16 12 12 1
10. Reuse Water and Irrigation System Plan 2 24 12 8 I $5,000
11. Reuse Water and Irrigation System Details 2 16 12 8 1
12. Hydraulic Profile 2 18 16 24
13. Influent Structure - Mechanical Plan 2 24 16 16
14. Influent Structure - Mechanical Sections 2 16 ~ 16 16
15. Influent Structure - Structural Plan 2 24 16 16
16. Influent Structure - Structural Sections 2 16 16 16
17. Odor Control System Plan and Details 2 24 12 16
18. Oil and Grease - Mechanical Plan and Sections 2 12 12 20
19. Oil and Grease Removal System - Structural Plan & Details 2 12 12 20
20. Biological Treatment System - Mechanical Plan 2 24 16 24
21. Biological Treatment System - Mechanical Plan 2 24 16 24
22. Biological Treatment System - Mechanical Plan 2 24 16 24
:ITEM .: .~: · · DESCRIPTION P ....:E :.: T' "D .. ~ ~//~
23. Biological Treatment System - Mechanical Plan 2 24 16 24
24. Biological Treatment System - Mechanical Plan 2 24 16 24
25. Biological Treatment System - Mechanical Details 2 24 16 24
26. Biological Treatment System - Mechanical Details 2 24 16 24
27. Biological Treatment System - Mechanical Details 2 24 16 24 )!
28. Biological Treatment System - Structural Plan 2 24 16 24
29. Biological Treatment System - Structural Plan 2 24 16 24
30. Biological Treatment System - Structural Details 2 24 16 24
31. Tertiary Filtration System - Mechanical Plan and Details 2 18 16 18
32. Tertiary Filtration System - Structural Plan 2 16 16 18
33. Tertiary Filtration System - Structural Details 2 16 16 18
34. Chlorine Contact Chamber - Structural Plan 2 16 16 18
35, Chlorine Contact Chamber - Structu,ral Details 2 16 16 16
36. Chlorine Handling Building - Plan 2 30 16 20 )
37. Chlorine Handling Building - Details 2 30 16 20
38, Chlorine Handling Building - Equipment Plan and Details 2 18 16 16
39. Chlorine Gas Scrubbing System - Plan and Details 2 24 16 16
40. Transfer Pump Station - Mechanical Plan and Details 2 24 18 24
41. Transfer Pump Station - Structural Plan and Details 2 24 18 24
42. Reclaimed Water Storage Tank - Plan 2 16 16 20
8L 9L t~ ~ sl!elaO pue ueld - I~u!pl]n8 aoueua~,u]elAI '89
~ 8 L ~ ~ sl]eSaQ leJn$onJ$S - ~u!Pl!n8 suo]~eJadO ' L9
~ 8 ~ Oe ~ sl~ela~ les~ueqoa~ - 8u~pl~n8 suo~leJedO '09
9 l 9 L 9 ~ ~ uela ~ooe / a6eu~e~O pue 8u~d~d - 6uEPl~n8 suo~le~adO '6~
~ 9 L ~8 ~ suo]~eAaB 6u]pl~n8 suo~eJadO
~ 8 L 08 ~ sl~e~aO pue uela Joolj puooaS - 8u]plEn8 suoEleJadO
( 000'0~$ ~ eL 08 ~ sl~ela~ pue ueld JoolJ isJ~ - 6u~pl~n8 suo]~ejadO '9~
~ 81 ~a ~ sl~eleO l,~d~nb3 6u~ssaoojd e~PnlS- 5u~pl~n8 6u~lpueH sP~IoS
~ 8L Og ~ sl~ele~ pue uela sseoo~d 19S018 - ~u~pl~n8 ~u!lpueH sPHoS '~S
~ eL 08 a sl~eleO pus ueld ssa~a
~ 8L ~ ~ sl~e~e~ - 5uJpl~n8 5uHpueH spHoS '~
~ 8 L ~8 ~ ueld - 6u~pl~n8 6u~lpueH sp~loS '
~ 9 L ~ 8 sl~e)aO pue uela - ~a~s~S uo]leJaV Ja~sa6lO ogqoJaV '0~
~8 9 L ~ ~ sl~e)aO pue uela leJnlonJIS - Ja)sa6]O o~qoJaV '6~
~ 9 L ~ ~ slle)aO pue ueld leo~ueHoa~ - Ja)sa6]O oEqoJaV '8~
t(Z. ~ 9 L ~ 8 sHelaO - uo~lelS dmna uo~)nqpls~O JaleM pa~]eloa~
~8 9 L ~ ~ ueld - uo~)e)S d~nd uo~lnq~Jl~O JaleM pa~]eloa~ '9~
~ 9 L 9 L ~ sl]elaO pue suo~loaS - ~UE~ aSeJo~S JaleM loa[a~ '~
~8 9L 9L ~ uela - ~ue~aBejo)Sja)eM)oala~ '~
~8 9 L 9 L 8 SHe~aO pue suolloaS -
S]SN~dX]
.. ; ..
.. G9~v~l~$~. s ~ ~:" ' ~ d ·. ..'NOI~dlMOS~G' '.
· uo}mldwoo loa[oJd
00e$ 9 ~ ~[ %00[ pue %06 '%09 m AiD aql q[!M sluawnooG loeJluoO ~aIAeH
000' ~$ 09 ~ ~ ~ 0~ 09 ~ 0~ '~}l}oet pasodojd JoI (suoNeo~tpeds) slua~nooG mej~uoO eJedeJd
~ 9 L ~ L O~ 8 's}ueweAoJdw} el~s Jot d]a~ wojt l~w~ed ~em~wJolS
e 5u~u~e}qo u~ ~10 eq~ ~s~sse pue suo~mlnoleo ~e~eM~jols eJedeJd
~ 9 9 9 L ~ 'leAoJdde ueld ells ~10 8ulu!elqo u! pub ells ~ll!3eJ uo!le~eJoeJ
Jem~ eq~ Jol uo!ldeox] lepedS 8u!u!eiqo u! ~10 eq~ ls!ssV
9 ~ 9 ~ 9 ~ ~ sl}emG pue ueld lua~dolaAaG el}S ' ~Z
o~ 9~ ~ ~ sl}ema pue suo~maS - ~u~l~e~pueH '0Z
~ ~a o8 a sl~ema pub suo~ioaS - sAe~elS '69
~ ~ 08 ~ slJe]eO pus sueld 'suoJ~oeS - Ae~le~ paleAel9'89
k~ eL ~ 9L ~ slaBlea pub uela - ~ 'oN JelueO iojSuoO Jo$o~'Z9
eL ~ 9L ~ slEe]e~ pue ueld - L 'oN JelueO loJluoO Jolo~'99
eL ~ 9L ~ sl~e$eQ pue ueld - 5u~pHn8 ~oleJeue9 '~9
~ 9 [ ~E ~ sl~eme pUB Ueld - uoE~E~S ~R ~EIPB~ '~9
9L ~L 9L ~ sl~emG pue suo~oeS - 5u~pHne eoueuelu~e~
' Sgs gdXa. '... :...... ;;'..... · .
(
ITEM DESCRIPTION . ' ' P ..' E .. ' T D
:.. ,... .:
12 Internal Quality Control Reviews 32 48 24 16 12 $500
13 Field Check of completed Plans 2 8 12 $80
14 Prepare quantities and opinion of probable construction cost for 24 80 80 24 16
proposed improvements.
15 Preparation of a Preliminary Design Report for the Sanford South 16 80 16 12 16 $500
Water Reclamation Facility as required by Chapter 62-600.715, FAC )"
Preparation of an Abbreviated Engineering Report for the Sanford
16 South Water Reclamation Facility as required by Chapter 62- 16 80 16 12 16 $500
610.715(2)(a), FAC
17 Prepare FDEP Permit Application for the Sanford South Water
Reclamation Facility and assist the City in permitting the project with 4 24 12 8 8 $100
FDEP.
18 Incorporate City Review Comments into the Plans and 8 24 30 40 12 $250
Specifications
19 Provide the City with Final Sets of Plans and Specifications (3) 2 2 $200
Address Requests for Additional Information (RAI) from FDEP-
20 Tallahassee for the SRF Loan Program and FDEP-Orlando for 4 16 4 4 8 $200
permitting of the new Sanford South Water Reclamation Facility
Through an Electrical Subconsultant provide Electrical Design for the
Sanford South Water Reclamation Facility to meet Class I Reliability
Standards. Prepare facility lighting plan and building mechanical
21 plans. Prepare facility SCADA System to be integrated with the City's
existing SCADA System. Remote terminals to be provided at the 20 80 50 80 40 $65,000
Sanford North Water Reclamation Facility to monitor the new Sanford
South Water Reclamation Facility and reduce operator staff time. Lift
stations will be remotely controlled to redirect flows to the Sanford
South WRF or existing Sanford North WRF.
· fqunoO elou!LueS pue IO0-1 Luo.~j UO!],eLUJOJ, Ul leuo!l]ppV
001-$ 8 9 9 91- g JoJ slsenbe~ sse~ppe pue s~,uewwo3 N,e!AaEI fq!O el~e~od~ooul '9
s~,!tuJed uoJiez!l!lN
00 L$ g g t, 8 g fqunoO elou!LueS pub IO(]J jo uoj),e.ledejd eql u D eq~, ls!ssV 'J
001-$ t~ 9 9L t~i~ t~ lsoO 'J~,suoO elqeqoJd jo uoJu!dO us pus so!IEI 9nb doteAe{E] 'q
0~$ 81z 9 t,~ 08 8 (suop, eo!J!oedS) slueLunoo(] ~,oe.quoO eJedeJcl '(]
8 9 I- 9 I. 91- 1~ (8E~ - ~ s|eeqS) sleeqS I!e~,e(] snoeuelleos!~ ·
(I-~ - lz s~,eeqS)
E~I- 091- 091- t2Vl. 9~ suelcJ lUetUaAO~dLUl fq!l!|FI el!J.o~d 3uE uelcl ·
91- 91- 91- 9L ~ (C-E~s~,eeqS) s,oedS/se}~,!~.uenOp, eeqSse~,oNleJeue9 ·
8 8 8 ~ lee~ IS JBAO0 ·
'HJo~,~ Al!l!]n JoJ sueld uo!: 3n,qsuoo eLI1
00~cS Jo uoJieJedeJd JoJ eseq e se '(.0El == .. 1 ) SIeOLIS uHcl eleJeue9
9u!led!d ~eu
00~$ E~ ~ I- t' lz eql Jo Xe/uns e~,noj epj^o~d ]ue$lnsuooqns 8u!/~e/uns qBnoJq/
/{~ 'eu!l ~e~,e~ paLu!epej pasodoJd eq], Jo Oujz!s e[ ~ujLu~e~,ep o~,
00e$ ~1- ~1- et, 09 E~I. LUe~,SAS Je~,e,~ peLu!eloaj IEiu!~,s!xe ~.o sJsAIeue o!lne~pAq eJedeJcl 'V
'9V |JS o:10nUOAV Ilep~ea8 uo LII3OU JLI/V~
L,8 ,, i~
~'~a~Ta-~'a~a pue au!'l ~'l~'i:i"'~u!el3~::
:~ .,... s .. ~ ,~ 9 ... d . N0U-a!aOS9q ·
ITEM · DESCRIPTION P E T D
.:.
..
C. Assist the City in the preparation the appropriate regulatory 2 8 4 2 3 $100
agency permits for the proposed improvements.
D. Incorporate City Review comments and address Requests for 2 8 4 3 3 $100
Additional Information from the permitting agencies.
TOTALS 527 3266 2194 2281 581 $130,325
Hours Rate ..... Fee:=
P Principal = 527 x $92.90 $48,958.30
E Engineer = 3266 x $69.25 $226,170.50
T Technician = 2194 x $59.00 $129,446.00
D Draftsperson = 2281 x $41.30 $94,205.30
S Secretary = 581 x $29.50 $17,139.50
Subconsultant Expenses $121,245.00
Reimbursable Expenses $9,080.00
A:~uMENDMEN