HomeMy WebLinkAbout1102-CPH-WO 11 WORK ORDER No. 11
TO THE
CITY OF SANFORD CONTRACT WITH
CPH ENGINEERS, INC.
FOR THE
DESIGN OF THE NORTH SEMINOLE REGIONAL
RECLAIMED WATER AND SURFACE WATER
AUGMENTATION SYSTEM EXPANSION - PHASE
RFSOQ 01/02-28
This Work Or.der N,o. 7 dated this ~ , day of L'¢¢/7~ , 2006 to a Contra¢.
previously emere(3 into on the 15th day of November, 2004, by al~ between the City of Sanfor(~l
Florida, hereinafter referred to as the CITY, and CPH Engineers, Inc., hereinafter referred to as the
CONSULTANT, is mutually agreed upon and declared an extension of the original Contract entitled
"City of Sanford Contract with CPH Engineers, Inc., 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, Seminole County and the City of Lake Mary have developed
a consortium known as the "Tri-Party" to develop reclaimed/augmentation water
resources in the North Seminole County region to reduce groundwater withdrawals
associated with irrigation. CPH Engineers, recently completed a report for the Tri-
Party members and the St. Johns River Water Management District (SJRWMD)
entitled North Seminole Reqional Reclaimed Water and Surface Water
Auqmentation System, Expansion and Optimization Study (December 2004). The
existing reclaimed and augmentation water system was evaluated to optimize the
use of reclaimed water within the regional system and develop additional resources.
One of the projects identified as a "high priority" project involves the modification of
the augmentation system at the Sanford North WRF (SNWRF) such that it is
completely "independent" of the SNWRF reclaimed water system (produced from
the facility's wastewater stream). This will allow augmentation water to be produced
if the reclaimed water from the SNWRF is out of compliance and vice versa. This
project will increase the overall reclaimed water/augmentation system treatment
capacity, efficiency and reliability which all Tri-Party members agree is required.
To do so, a "phased" design of the following components is required:
· Phase I
o A pretreatment system (ACTIFLO) dedicated to the Augmentation System.
o A sludge management system to treat the sludge generated from the
Augmentation System.
o Sodium hypochlorite system modifications to provide disinfection capabilities
to the "new" Augmentation System CCC.
· Phasell
o A "new" Chlorine Contact Chamber (CCC) and Transfer Pump Station
dedicated to the Augmentation System.
Improvements to the Existing SNWRF Transfer Pump Station to facilitate the
pumping of wet-weather discharges directly to the St. Johns River and
thereby "dedicating" the existing 1.5 MG ground storage tanks to the
reclaimed water system only.
To meet the schedules indicated in the North Seminole Regional Reclaimed Water
and Surface Water Auqmentation System, Expansion and Optimization Study
(December 2004), and begin to increase the treatment" ·" ' · ,,
capacity, effc~ency and
"reliability" of the Augmentation System at the SNWRF, the proposed Phase I
improvements need to proceed as soon as possible. Phase II Improvements will
need to be designed and implemented in Fiscal Year 2007.
This project is part of the SJRWMD "Alternative Water Supply Projects" and is being
partially funded by the SJRWMD at a rate of up to forty percent (40%) of the
projects construction cost. The remainder of the construction costs (60%) and the
engineering and CEI costs are to be provided by the Tri-Party members in the
percentages previously agreed to in the Tri-Party Agreement.
1.2. Purpose of the Work Order
The purpose of this Work Order is to authorize the Consultant to provide
professional engineering services for the design of the Phase I Augmentation
System improvements at the Sanford North WRF, previously outlined in the North
Seminole Reqional Reclaimed Water and Surface Water Auqmentation System,
Expansion and Optimization Study (December 2004) and described above, and
"approved" by afl Tri-Party members, 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.
2
SECTION 2
PROFES81ONAL CONSULTING SERVICES
2.1
Professional Consulting Services
Under this Agreement, the Engineer shall provide the following professional
engineering services for the design of the proposed Phase I improvements,
permitting of the Reclaimed Water and Surface Water Augmentation System
Expansion with the FDEP and SJRWMD, preparation of Contract Drawings for the
proposed improvements and generation of technical specifications for the first
phase of the expansion only.
Through subconsultants, the Engineer will provide needed surveying, geotechnical
investigations and electrical engineering design services for the Project. The
specific services are identified below.
2.1.1
Professional Subconsultant Services associated with the Proiect
A. Surveying
1. Coordinate with the surveyor employed by the Engineer to obtain a
topographic survey and elevations of the proposed site
improvements, to be used as a basis for design.
B. Geotechnical Engineering
1. Coordinate with the geotechnical firm employed by the Engineer for
obtaining soil borings and recommendations at the SNWRF of the
improvements and compaction requirements for all proposed
improvements and structures.
3
C. Electrical/Instrumentation/Controls Engineering
1. Coordinate with the electrical engineering firm employed by the
Engineer to provide the electrical/controls/instrumentation design for
the proposed improvements to meet Class I Reliability Standards.
2. Prepare facility lighting plan and facility mechanical plans.
3. Prepare the proposed improvements to be integrated with the City's
"existing" SCADA System.
2.1.2 Des qn of Reclaimed Water and Surface Water Augmentation System
Im r~ents
Prepare a preliminary site layout for the pretreatment system (ACTIFLO),
sludge management system and sodium hypochlorite system
improvements, with consideration for future expansion.
Prepare hydraulic calculations for the proposed improvements and set
preliminary grades for the facility structures.
Meet with CITY Utility and Operating personnel and coordinate the basis
of design for the facilities, unit operations and unit processes and
coordination of the proposed and existing facilities based on operational
experience.
Prepare an evaluation of potential pumping, biosolids treatment,
pretreatment and disinfection systems to be used at the new facilities.
Design the Reclaimed Water and Surface Water Augmentation System
Improvements (Phase I construction plan only) and prepare the following
Contract Drawings:
1. Cover Sheet
2. Index of Sheets, Standard Abbreviations and Location Map
3. Survey
4. Site Dimension Plan
5. Site Piping Plan
6. Site Piping Details
7. Miscellaneous Site Details
8. Miscellaneous Site Details
9. Site Grading Plan
10. Landscape Plan
11. Irrigation Plan
12. Piping Details
4
13.
14.
15.
16.
Miscellaneous Details
Pretreatment System (Phase
Pretreatment System (Phase
Pretreatment System (Phase
Sludge Management System
Sludge Management System
Sludge Management System
Sodium Hypochlorite System
.- Plan
- Sections
- Details
I) - Plan
Phase I) - Sections
Phase I) - Details
'Phase I) Modifications
17.
18.
19.
20.
21. Sodium Hypochlorite System Phase I) - Sections and Details
22. Electrical Symbols, Notes and Abbreviations
23. Electrical Site Plan
24. Electrical Single Line Diagrams
25. Elementary Process Control Diagram
26. Lighting and Lightning Protection Plan
27. Electrical Details
28. Electrical Details
29. Instrumentation Legend
30. Process and Instrumentation Diagram
31. Control System Block Diagram
32. Control System Details
33. SCADA System Integration Details
F. Prepare structural calculations and design for the proposed facilities.
G. Prepare stormwater calculations and assist the City in obtaining a
Stormwater Management Permit from FDEP for the site improvements
at the Sanford North WRF.
H. Prepare and submit to the FDEP - Central Florida District a Preliminary
Design Report (PDR)as required by Chapter 62-600.715, F.A.C. and a
Final Engineering Report as required by 62-610.310(2)(a), F.A.C.
Prepare the FDEP Permit Modification Application for the Sanford North
Water Reclamation Facility and assist the City in permitting the project
with FDEP. To keep the project on-schedule, the above referenced PDR
will be prepared and the facility will be permitted based on said report.
Assist the City in responding to requests from the FDEP for additional
information concerning the proposed improvements.
J. Prepare a permit application package and assist the City in permitting the
Project with the SJRWMD.
K. Prepare the technical specifications for the Phase I construction of the
proposed Reclaimed Water and Surface Water Augmentation System
Improvements at the SNWRF.
5
Prepare quantities and an opinion of probable construction cost for the
Phase I construction of the proposed Reclaimed Water and Surface
Water Augmentation System Improvements at the SNWRF.
M. Coordinate with City FDEP and SJRWMD during the design and
permitting phase of the Project as required.
N. Meet with the Local Regulatory Agencies (State of Florida, FDEP,
SJRWMD, etc.) to discuss the Reclaimed Water and Surface Water
Augmentation System Improvements at the SNWRF, Project Costs and
Implementation Schedule.
6
SECTION 3
SUPPLEMENTARY SERVICE8 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 herein.
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, environmenta 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.
7
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 Contract Documents in excess of three (3) sets.
SECTION 4
CITY 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 perform his work under
this Work Order.
D. Make all treatment facilities and associated sites accessible for inspection.
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.
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.
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.
9
H. Furnish, or direct the Consultant, in writing, to provide at the City's expense,
necessary additional services as stipulated 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.
10
SECTION 5
PAYMENT
5.1.
Payment for services and expenses of the ENGINEER are to be asset forth below.
The ENGINEER agrees to perform the work outlined in this Work Order for the
Phase I Improvements for a "lump sum" fee as indicated in the following table:
Civil / Environmental Engineering Professional Services $243,000
ElectricallControlsllnstrumentation Design Subconsultant $35,000
Surveying Subconsultant $5,500
Geotechnical Engineering Subconsultant $4,500
Operations Permit Modification Fee to FDEP $5,000
SJRWMD Permitting Fee $2,000
5.2.
5.3
5.4
The City will make prompt monthly payments in response to the Engineer's monthly
statements without retention for all categories of services rendered under this
Agreement.
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 Engineer shall be paid for any additional services authorized
and rendered under Section 3.
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
TITLE
ATTEST & SEAL
CONSULTANT:
CPH Engineers, lnc
Lind'a M. Gardner
Secretary-Treasurer
Vice-President
DATE
President
E:/Proposals/Work Order No. 11.wpd
13