Loading...
HomeMy WebLinkAbout1091-CPH WO7-Add Water Sites WORK ORDER No. 7 TO THE CITY OF SANFORD CONTRACT WITH CPH ENGINEERS, INC. FOR THE EVALUATION OF ADDITIONAL RECLAIMED WATER DISPOSAL SITES RFSOQ 01/02-28 This Work Order No. 7 dated this ,2. -? day of ;~./c~t_~.,,,¢%... ,2006 to a Contr=,"t previously entered into on the 15"' day of November, 2004 by and ~tween the C'ity of Sanfo'~' Florida, here nafter referred to as the CITY, and CPH Eng neers, inc., hereinafter referred to as the CONSULTANT, is mutually agreed upon and declared an extension of the original Contract entitled "City of Sanford Contract w th CPH Engrneers, nc., RFSOQ 01/02-28". It is the intent of this Work Order to provide for Engineering Services in connection with the evaluation of additional reclaimed water disposal sites. In the event of a conflict between this Work Order and the original Contract, the provisions of this Work Order shall apply for the work described herein. SECTION PURPOSE OF WORK ORDER 1.1. Introduction The City of Sanford has been operating a very successful and large reclaimed water system, including the Sanford North WRF and numerous disposal sites, since 1990. One of the larger reclaimed water sites currently in operation is an 1,800 acre agricultural site located near Lake Jesup identified as "Site 10". The site consists of restricted access irrigation of orange groves, hayfields and sod fields at an annual average daily flow rate of 2.84 MGD. The site also provides storage of 33 million gallons (MG) of reclaimed water via two large storage ponds. Site 10 is currently being considered for use by the State of Florida in its effort to restore Lake Jesup. If Site 10 is utilized by the State, alternative reclaimed water disposal capacity and reclaimed water storage capacity will need to be developed; To ensure that additional capacity and storage is developed, constructed and implemented prior to the initiation of the State of Florida's restoration of Lake Jesup, the evaluation of reclaimed water disposal and storage alternatives needs to proceed as soon as possible. 1.2. Purpose of the Work Order The purpose of this Work Order is to authorize the Consultant to provide additional professional engineering services for the evaluation of the following, as herein specified. The Consultant shall provide all services required to complete each task in accordance with regulatory requirements in effect on the date of execution of this Agreement to the extent of the scope of work as defined and set out in this Work Order. The Consultant shall perform professional services as hereinafter stated in accordance with good engineering practices. SECTION 2 PROFESSIONAL CONSULTING SERVICES 2.1 Professional Consultanting Services Under this Agreement, the Consultant shall provide the following professional engineering services for the evaluation of reclaimed water disposal and storage capacity alternatives. The specific services are identified below. 2.1.1 Review of Existinq Conditions A. Review of existing infrastructure both at the Sanford North WRF, Site 10, and within the reclaimed water distribution system. Review of the existing local and potential regional topography and hydrogeological conditions throughout using existing topographic surveys and hydrogeological evaluations. Review of existing regulatory conditions related to the application of reclaimed water in sensitive and non-sensitive environmental areas and potential waste load allocations (WLA's) to the St. Johns River based on the following: (1) Discharge of treated effluent from the current Sanford North WRF; and (2) Discharge of "highly-treated" effluent from the Sanford North WRF if it were converted to an Advanced Wastewater Treatment Facility. 2.1.2 Evaluation of Reclaimed Water Disposal Aiternativen A. Evaluation of reclaimed water disposal alternatives to provide an additional disposal capacity of 2.84 MGD throughout the "current" service area or an "expanded" service area. B. Evaluation of the following potential alternatives: 2 1. Public Access Reclaimed Water Irrigation 2, Restricted Access Reclaimed Water Irrigation 3. Exfiltration Trenches 4. Aquifer Storage and Recovery Systems 5. Surface Water Disposal Options 6. Groundwater Recharge Systems 7. Other Systems 2.1.3 .Evaluation of Reclaimed Storaqe Alternativec A. Evaluation of reclaimed water storage alternatives additional storage capacity of 33.0 million gallons (MG). B. Evaluation of the following potential alternatives: to provide an 1. Storage Ponds within the service area. 2. Additional ground storage tanks and infrastructure at the Sanford North WRF and Sanford South WRC. 3. Ground Storage Tanks and associated pumping systems and infrastructure within the service area. 4. Aquifer Storage and Recovery (ASR) systems. 2.1.4 Eva uation of the Wet Weather Disposal Alternatives A. Evaluation of the Wet Weather disposal alternatives if Site 10 is no longer available. B. Investigation of WLA's for St. Johns River based on current and future wastewater treatment facility unit operations and processes. 3 2.1.5 Evaluation of Upqradinq Existinq Treatment Facilities to AWT Standard, A. Evaluation of the need to upgrade the Sanford North WRF and Sanford South WRC to Advanced Wastewater Treatment (AWT) standards to facilitate additional reclaimed water disposal alternatives based on the current regulatory requirements for effluent disposal. B. Evaluation of the effect of an AWT effluent on the potential for increased wet weather discharges to the St. Johns River. 2.1.6 .!dent fication of all potential and future reclaimed water customers Identification of all potential and future reclaimed water customers within the existing Sanford Reclaimed Water Distribution Service Area, including, but not limited to, the Orlando-Sanford Airport, Orlando- Sanford Industrial Park, residential customers and commercial customers. Identification of all potential and future reclaimed water customers adjacent to the existing Sanford Reclaimed Water Distribution Service Area, including, but not limited to, adjacent community needs in Seminole County, the City of Lake Mary, the City of Winter Springs, the City of Casselberry and the City of Altamonte Springs. 2.1.7 Reclaimed Water Distribution System Hydraulic Modelinu A. Updating of the City's Reclaimed Water Distribution System Hydraulic Model for use in evaluating the proposed alternatives. Hydraulic Modeling of the Proposed Alternatives to determine feasibility of proposed options and the required upgrades and improvements required to facilitate the alternative. Determine the reclaimed water distribution system improvements required for implementation of the proposed alternatives. Provide the "current" updated model to the City of Sanford Utility Department. 2.1.8 Evaluation of Alternatives A. Evaluation of all potential alternatives for additional reclaimed water disposal capacity. 4 B. Evaluation of all potential alternatives for additional reclaimed water storage capacity. C. Development of a design matrix, utilizing rigorous design, construction, implementation and O&M criteria, to identify the most cost-effective and efficient reclaimed water disposal and storage alternatives. 2.1.9 Development of Alternative Costs A. Development of an opinion of probable construction cost and Qperation and Maintenance costs for the proposed alternatives. 2.1.10 Identification of the "Selected Plan" for the Sanford Wastewate~ Ma_~ement S_~tem A. Development of a "Selected Plan" for implementation. B. Development of potential phasing scenarios for implementation, as necessary. 2.1.11 Development of an Implementation Schedule for the "Selected Plan". 2~1.12 Generation of a Detailed Engineednq Report A. Generation of a detailed engineering report with respect to the above referenced task items. B. Meet with the City of Sanford Utility Department to review the report and discuss the options, alternatives, costs, implementation schedule, etc. C. Modify the report based on input and comments from the City of San ford. 2.1.13 Meet with the Local Regulatory Agencies (State of Florida, FDEP, SJRWMD, etc.) to discuss the "Selected Plan", Project Costs and Implementation Schedule. 5 SECTION 3 SUPPLEMENTARY SERVICES OF THE CONSULTANT 3.1. 3,2, 3.3 3,4. 3,5. 3.6, 3,7, If authorized by the City, the Consultant shall furnish or obtain from others, supplementary services, which shall be paid for by the City as an additional cost as outlined in Section 5. Additional services due to significant changes in the scope of the Project or its design including, but not limited to, changes in size, complexity, project characteristics and/or requirements, or due to time delays in initiating or completion of the work as described herein. Provide through subconsultants, environmental scientist services, or other specialist services including, but not limited to, real estate/right-of-way agents, surveying, geotechnical investigations, project/construction management, financial/budgetary consultant and bookkeeping/accounting services. If these services are subsequently determined advisable during the course of the Work, they may be considered for authorization as an additional service under this Section or separately provided by the City. Except as otherwise provided herein, services or additional costs associated with revising previously accepted studies, reports, or other documents prepared by the Consultant when such revisions are due to causes beyond the Consultant's control. Additional services resulting from public protests, administrative hearings, or similar matters. 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. Additional consulting services required by revisions to regulations (after the date of this Work Order) as applicable to the U.S. EPA, Florida Department of Environmental Protection (FDEP), SJRWMD or other regulatory agency requirements. 6 3.8 3.9. 3.10 Additional professional consulting services other than outlined in Section 2. 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 Agreement. Furnishing additional sets of the Engineering Report in excess of three (3) copies. 7 SECTION 4 ClI'Y RESPONSIBILITIES 4.1 In addition to the specific responsibilities hereinbefore described, the City will: Advise the Consultant of his requirements for the Project and designate a person to act as the City's representative with respect to the work to be performed under this Work Order, and such person 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 Work Order. Obtain and provide data requested that is reasonably available on the Project along with operational and maintenance requirements, discharge monitoring report data, wastewater, reclaimed water and domestic biosolids data, wastewater generators and reclaimed water users, other pertinent wastewater treatment facility data, easement and right-of-way requirements, etc. Guarantee access to and make all provisions for the Consultant to enter upon public and private lands as required for the Consultant to ~erform his work under this Work Order. Make all treatment facilities and associated sites accessible for ~nspection. Examine all studies, reports, sketches, schedules, and other documents presented by the Consultant and render decisions pertaining thereto within a reasonable time so as not to delay the work of the Consultant. F. Assist in obtaining approval of ail 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 Consultant, in writing, to provide at the City's expense, any subconsultant services not designated in Section 2, if advised by the Consultant and that the City concurs are necessary. H. Furnish, or direct the Consultant, in writing, to provide at the City's expense, necessary additional services as stipuJated in Section 3 of this Work Order, or other services as required. 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 Consultant 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 Consultant are to be as set forth below. The Consultant agrees to perform the work outlined in this Work Order for a lump sum fee of $345,000 as identified in the attached Plan of Study. Assuming a notice of project commencement prior to March 1, 2006, the work will be performed around the fiscal year budgeting of the Florida Fish & Wildlife Conservation Commission as follows: 5.2, 5.3. 5.4, The City will make prompt monthly payments in response to Consultant's monthly statements without retention for all categories of services rendered under this Work Order. Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding will be computed at a rate of $1,500 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). 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 Work Order shall be due and payable, and shall constitute total payment for services rendered. In addition, upon termination, the Consultant shall be paid for any additional services authorized and rendered under Section 3. 10 SECTION 6 GENERAL CONDITIONS 6,1, Since the Consultant 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 Work ©rder 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 Consultant cannot and does not guarantee that the construction cost will not vary from opinions of probable construction cost prepared by him. Similar limitations apply to construction schedules reviewed or prepared by the Consultant. 6,2, The City and the Consultant 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 Work Order. 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 Consultant. 6.3 The Consultant agrees to initiate work promptly upon receipt of authorization to proceed and to prosecute the work in a timely manner until the Project is completed. 11 IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order the day and year first above written. ATTEST & SEAL CITY: City of Sanford, Florida DATE TITLE ATTEST & SEAL O-bE.,. CONSULTANT: CPH Engineers, Inc B~Fries Vice-President DATE David A. Gierach, P.E. President 12