Loading...
1387 CPH Engineers disinfection by products compliancep lt- n%i94 PURCHASING DEPARTMENT T RANSMI TTAL MEMORANDUM To: City Clerk RE: Water Plant No. 2 Disinfection by Products Compliance Improvements CPH The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ ❑ Final Plat (original mylars) ❑ ❑ Letter of Credit ❑_ ❑ Maintenance Bond ❑ Ordinance ❑ Performance Bond ❑ ❑ Resolution ❑ ❑ I. Once completed, please: 1 Return original ❑ Return copy Special Instructions: Mayor's signature Recording Rendering Safe keeping (Vault) Payment Bond City Manager Signature City Clerk Signature Plea advise if you have any questions regarding the above. Thank you... �t From ate i Y TADept_forms \City Clerk Transmittal Memo - 2009.doc EXHIBIT A WORK ORDER FORM Work Order Number CPH -026 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Q1 1306.116R00 Dated: March 17, 2011 Contract/Project Title Water Plant #2 Disinfection By-Products Compliance Improvements Solicitation No: ISanford Project No. I Purchase Order No. Consultant/Contractor: CPH Engineers, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 500 West Fulton Street, Sanford, FL 32771 Phone: 407-322-6841 Fax: 407-330-0639 Email: ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X IFIXED FEE BASIS X SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 106 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $189,224 Dollar Amount Written Out: One Hundred Eighty Nine Thousand Two Hundred Twenty Four Dollars In Witness Whereof, the parties hereto have made and executed this Work Order ,o, he The City through its City Commission taking the�` respective dates under each signature: action on , and the Consultant/Contractor by and through its duly authorized corporate officer having the full and comple authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: ++ Signature, Corporate Officer Signature, Corporate President H. Larry Wray, Vice President March 17, 2011 David A. Gierach, President March 17, 2011 Corporate O fficer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD ignature, urchasing Manager ; A fM / / Purchasing Mana er, Printed Name and Date 4M ' d. Signature, 6fty Clerk v nature, Mayor City Clerk, Prihtdd Nameafid Date Mayor, Pri ted Name and Date Revised: 1 -6 -2011 1) ORIGINAL DATE: 05/02/11 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 219 TO: CPH ENGINEERS, INC 500 WEST FULTON ST P.O. BOX 2808 SANFORD, FL 32772 -2808 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 PO NUMBER 032450 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62696 ACCOUNT NO.: 451- 4563 - 536.63 -03 PROJECT NO.: DW1101 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 DISINFECTION BY PRODUCTS WATER 189224.00 NA 1.00 189224.00 PLANT NO. 2 COMPLIANCE IMPROVEMENTS SUB TOTAL 189224.00 TOTAL 189224.00 APPROVED BY: APPROVED BY: CITY MAN ER ALL PACKAGES40dINVOICES ASSOCIATED WITH THIS 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 - -Z877— Ws RM Item No. /R . N CITY COMMISSION MEMORANDUM 11-055 MARCH 28, 201 1 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Tom George, Interim City Manager _ SUBMITTED BY: Tom George, Interim City Manager SUBJECT: Consent Agenda SYNOPSIS: Approval of items on the consent agenda is requested. A) APPROVAL OF CHEM /CAL PURCHASE AT TREATMENT FAC /L!T /ES, B/D #/FB IO /1 Y -3. FISCAL/STAFFING STATEMENT: The cost is based on the quantity of material ordered. For the remainder of this fiscal year, the cost is estimated at $208,952.20. Funds were budgeted for these materials. BACKGROUND: The City water reclamation facilities utilize various chemicals in the water treatment process. A bid package was developed and a bid opened on 1/25/11 for the purchase of specific chemicals. Bids were received from two vendors with the lowest cost submitted by Harcros Chemicals. The bid pricing is firm for the next three years, enabling an annual purchase each of those years at the same pricing, terms and conditions. LEGAL REVIEW: N /A. RECOMMENDATION: It is staff's recommendation to award the bid to Harcros Chemicals. D) AUTHORIZATION TO PURCHASE SIX MOTORCYCLES. FISCAL/STAFFING STATEMENT: The 2011 capital budget has allocated $90,000 for the purchase of police motorcycles. To keep this transaction within the allocated budget, the currently used Harley- Davidson police motorcycles will be traded in for the new motorcycles. After having received quotations from three different vendors, it has been determined that this purchase will be made within the City of Sanford. BACKGROUND: The two -year manufacturer's warranty on our currently used Harley- Davidson motorcycles has recently expired, causing maintenance costs to dramatically increase. We intend to replace these motorcycles with six Kawasaki police motorcycles. The purchase of these motorcycles will save maintenance costs due to the fact that they will come with a three -year manufacturer's warranty. LEGAL REVIEW: N /A. RECOMMENDATION: It is staff's recommendation that the City Commission authorize the expenditure of $90;000 in budgeted capital funding for the purchase of six Kawasaki police motorcycles. APPROVAL OF ENGINEERING DESIGN AND PERMITTING ASSISTANCE FOR DISINFECTION BYPRODUCTS COMPLIANCE IMPROVEMENTS. FISCALISTAFFING STATEMENT: The CPH Engineers proposal is for $189,224. Funding will come from the State Revolving Fund (SRF) loan/grant program administrated by the Florida Department of Environmental Protection (FDEP). BACKGROUND: The Federal rule requires all potable water systems to meet the reduced limits for trihalomethane and haloacetic acids. This is known as the Disinfections By- Products Rule. The City has had two engineering consultants working on this project, Reiss Engineering and CPH Engineers. Reiss has been performing the required distribution system hydraulic modeling and the treatment process evaluation. On October 11, 2010, the City Commission approved a proposal from Reiss Engineering for treatment evaluation. The attached proposal from CPH Engineers utilizes the results from the Reiss Engineering work for design and permitting with plans and specifications ready for bidding. This work includes site SCOPE OF SERVICES Engineering Design and Permitting Assistance for Disinfection By- Products Compliance Improvements City of Sanford Water Plant No 2 PROJECT DESCRIPTION In an effort to meet the Disinfection By- Products Rule the City has evaluated several options to modify their current water treatment and distribution systems. Based on preliminary evaluations performed by City staff and Reiss Engineering Inc. Granulated Activated Carbon (GAC) appears to be the most efficient and effective means of achieving this goal. This scope of the CPH work on this project includes the design, permitting, with plans and specs ready for Bidding. A detailed description of each Task is provided below. General CPH will serve as the CITY's engineer of record for the design, permitting, and construction of the proposed improvements. The basis of the design will be as determined by the ongoing pilot evaluation being performed by Reiss Engineering Inc. The scope of CPH's services also includes coordination with the City and Reiss Engineering during the design and permitting process. PHASE 1 The general scope of work is for locating the site of the new GAC equipment, design of the foundation for GAC equipment, design and details for booster pumps, piping and valves of the RAW water into and out of the GAC equipment, site piping modifications to accommodate GAC equipment, electrical SCADA modifications as required to support GAC equipment, backwash pump station and connection to existing sanitary forcemain in front of WTP 2, grading and stormwater system and sidewalks. CPH shall not be responsible for the acts or omissions of work provided by Reiss or any of their sub - consultants, agents, employees or other persons performing any of the work described in Reiss's contract, or of others. PHASE 2 Phase 2 work is work needed at the water plant but may not be directly associated with the GAC improvements. This work includes rehabilitation of aerators, adding a restroom to the pump building, making improvements to the appearance of the pump building exterior, and adding landscaping and irrigation along the entrance fronting on US 17 &92. Phase 1 Task 1.1 — Project Administrative and Coordination Services 1.1 CPH will attend "Progress and Coordination" meetings with the City and Reiss to discuss the status of compliance modeling process as well as specific design activities. It is anticipated that no more than 2 monthly meetings will be required to accomplish this task. 1.2 CPH will assist the City by providing reviews of the evaluation for the purpose of developing the design drawings and specifications as well as coordinate with Reiss Engineers as directed by the City. Phase 1 Task 1.2 — Preliminary Design 30% CPH shall prepare preliminary design documents for submission to the City. The purpose of the preliminary design submittal is to provide the City with the conceptual approach of the design, piping, hydraulics for the facility and an index of the proposed specifications for the project. 2.1 The preliminary design will be based on the evaluation furnished by Reiss Engineers. This item includes a kick -off meeting with the City and Reiss Engineering to review the Pilot Evaluation and design concepts. 2.2 This phase of the work includes preparations and investigations through preliminary design (30 %). Preliminary engineering will include design evaluations and calculations, a layout for the facility accounting for setbacks, site access, future expansion needs, and security. CPH will review the existing plant hydraulics to determine the available capacity of the existing pumps and piping when the proposed improvements are installed. The City will be advised if the current rated capacity of the facility will be impacted by any of the proposed improvements. There are two design meetings anticipated for this phase of the project. See Project Approach and Fee Schedule for detailed manhours allocated for each phase of the design. 2.3 Included in the Preliminary Design submittal: • Selection of all major pieces of equipment • General layout of equipment and structures showing preliminary dimensions, sizes, flow rates, and pressures • Perform all design calculations for sizing equipment, GAC booster pumps, backwash pump station, pipes, channels, and the development of a hydraulic profile • Preliminary site grading and walkway alignment • Storm water modeling and /or analysis of the existing storm water pond system for retrofitting of the existing site. • Preliminary points of connection to existing facilities for process water, chemicals, electrical services, and SCADA system and proposed piping modifications. • Service road improvements to the proposed GAC system. 2.4 Sub - consultant services required for preliminary design include foundation design, preliminary electrical, instrumentation, and controls for the review of the existing service and proposed electrical loads, environmental assessment survey, and site boundary and topographic survey for the placement of proposed improvements. A. Included in this phase of the work are surveying services. The surveying shall consist of a boundary survey, location survey for existing buildings, structures, paving, tress, and wetlands areas. B. A geotechnical engineering firm will be a direct sub - consultant to CPH for sub - surface geotechnical survey of the area of the proposed improvements to determine the foundation requirements. The findings shall assist in determining the acceptability of the proposed site and provide recommendations for site preparation. C. A preliminary ecological assessment will be performed to delineate potential wetlands areas and provide a preliminary species survey. 2.5 Preliminary cost estimate based on preliminary design Phase 1 Task 1.3 - Final Design Under this task CPH will prepare final engineering design plans and specifications with details of the proposed improvements along with the design calculations and general technical specifications. 3.1 The design beyond 30% shall be based on the review comments of the preliminary design from the City. See Project Approach and Fee Schedule for detailed manhours allocated for each phase of the design. 3.2 Definition of 60 %, 90 %, and 100% designs. • 60% - Final Design shall consist of the following: Confirmation on the selection of equipment, placement, and the addition of details. Preparation of final base drawings to be used for structural and electrical design and equipment placement. Finalizing design calculations to add detail to work performed in preliminary design phase Identify potential conflicts with existing facilities and show solutions Finalize drainage permitting, grading and site improvements. Complete structural calculations and provide general details of structural design. Provide layout of electrical services, location of control panels, lighting, and instrumentation schemes. Include data required for development review by the City. Submit for Preliminary Development review if appropriate. Prepare technical specifications for all major components and general site work. Revise estimated cost of construction and design schedule • 90% - Final Design shall consist of the following: Revising the plans and specifications per 60% design comments by City Make the revisions needed for submission to City for Development Review. Finalize details on plans and specifications Plans should be construction ready at this point Finalize Engineers Opinion of Probable Construction Cost • 100% - Final Design shall consist of revisions made to the plans and specifications in response to City comments 3.3 Contract documents shall be ready for bidding to include, plans, technical specifications, Front end documents (per City requirements), and the final Opinion of Probable Construction Cost. 3.4 Internal reviews for QA/QC will be performed prior to each submittal to the CITY. 3.5 With each submittal at 60 %, 90 %, and 100% CPH will provide a revised construction cost estimate and design schedule to track the projects progress. 3.6 CPH will then provide completed ready for construction, bidding documents. Front end documentation shall be provided by or coordinated with the CITY. Throughout the design process CPH will work closely with CITY staff to ensure we provide the quality product the CITY is looking for. 3.7 Sub - consultant services required for final design include foundation design, electrical, instrumentation, and controls (SCADA) for the proposed improvements. A. Final design of the controls and electrical systems improvements will be performed by our sub - consultant. Recommendation for improvements and subsequent design of authorized work will be provided along with a cost estimate for the GAC improvements. B. Structural design for proposed GAC and associated improvements. Phase 1 Task 1.4 - Permitting 4.1 Based on comments from the City CPH will prepare an application for construction for FDEP submission. 4.2 A submittal meeting will be scheduled to review the project with FDEP review staff prior to the application submission. The FDEP permit application shall be modified as directed by the City following the FDEP meeting. 4.3 CPH will respond to all RFI's per discussions and as instructed by the CITY. Two (2) RFI's are anticipated. 4.4 CPH will review the construction permit with the City and respond to any conditions general or specific that the City is not in agreement with. 4.5 CPH will prepare any stormwater permit modifications to the existing SJRWMD permit as required for the proposed improvements. 4.6 Permitting through the City's land development department will be submitted at the preliminary design stage and at 90% complete. Submissions shall meet the City's requirements for preliminary and final site plans. Submissions to include stormwater improvements, landscaping, setbacks, etc. as required. Phase 1 Task 1.5 — Grant and SRF Assistance CPH shall assist the City with technical matters associated with the Grants and SRF Loans for this project. An allowance of $10,000.00 has been included in this proposal to cover fees associated with CPH assistance. This fee shall be used when authorized by the City. Phase 2 Task 2.1 — Rehabilitation of Aerators This task includes the inspection of the existing aerators (2) and makes recommendations for rehabilitation. The inspection would be for structural and sanitary deficiencies as well as maintenance items. Plans and specifications will be developed based on the City's acceptance of the recommendations and directions to proceed. An estimate of probable construction costs is included in this work item. Phase 2 Task 2.2 - Add New Restroom This task includes modifications to the interior of the existing pump building in the area of the chemical storage and pumping. The existing facilities would be moved within the current area to make room for an ADA accessible restroom facility. The pumping would be modified to provide for water and sewage. The drain lines will be extended to the proposed site lift station and pumped into the City's force main system along the front of the facility. The bathroom will be equipped with a sink and water closet and tiled floor and walls. Electrical modifications will be provided to install lighting and ventilation. Phase 2 Task 2.3 — Building Exterior Improvements This task consists of improvements to the exterior appearance of the pump building. Elevations of the improvements will be provided for City review and comment. It is anticipated that three sides of the building will be coated with stucco to create an updated architectural appearance. All existing roof lines and openings in the building shall remain the same. Phase 2 Task 2.4 — Landscaping and Irrigation This task is to add landscaping and irrigation to the entrance of the facility to comply with City DRC requirements. CPH will develop a landscaping plan using locally native water wise plants for the City to review. The irrigation system will be designed to help assist the plants to get established and for use in periods of draught. Sub - Consultant Services SURVEYING — (CPH) CPH will perform a Boundary and Topographic Survey of Water Plant No. 2 site, located off of US 17 & 92, City of Sanford, Florida as per Rule Chapter 5J -17 of the Florida Administrative Code in compliance with the minimum technical standards of surveying and mapping of the State of Florida of Parcel Identification No. 11- 20 -30- 300 - 0030 -0000, located in Seminole County, Florida containing approximately 8.5± acres. • Topographic data to be collected only on the south 600' of subject site. • Topographic data collection at 50' grid in improved areas (100' in unimproved) to include above ground evidence of utilities and improvements. • Trees 6" diameter at breast height (dbh) and greater (in heavily wooded areas only the woods line will be depicted). • The area will be referenced to state plane coordinates. • Set site benchmarks. • Deed(s) for the site to be provided by the City. Note: Approximate wetlands mapping shall be provided by CPH Environmental as part of the Preliminary Ecological Assessment being prepared for this project and is not included in this phase of the project. 2 3 GEOTECHNICAL ENGINEERING SERVICES — (Andreyev) Geotechnical investigations will be provided to aid in foundation design for the new improvements. Refer to Exhibit B for scope and fee schedule. PRELIMINARY ECOLOGICAL ASSESMENT — (CPH) Aerial Photography: CPH will obtain Digital Ortho Quarter Quadrant (DOQQ) electronic files and construct a composite color infrared aerial (CIR) covering the project site. Habitat and Land Use: CPH will prepare a Habitat and Land Use Map covering the project site. The mapping will follow Level III nomenclature of the Florida Land Use Cover and Forms Classification System (FLUCFCS). The approximate acreage of each classification will be tabulated for the site. The map will be digitized in Arch GIS 9.3 based on desk top" interpretation of features evident on the DOQQ aerial photography, correlation with soil types (SCS Soil Survey of Seminole County) and field verification for each mapped classification. The dominant vegetation and land use of each classification will be recorded. Wetland Mapping: Ground truth the site and interpret aerial photographs to provide the approximate extent and configuration of wetlands located on the site, the approximate wetland limits shall be identified in accordance with methodologies outlined in the US Army Corps of Engineers (ACOE) Wetland Delineation Manual (1987) and the Florida Unified Wetland Delineation Methodology (Chapter 62 -340, F.A.C.). Mapping will follow the Florida Land Use Cover and Forms Classification System (FLUCFCS) (FDOT 1999). CPH shall preliminarily identify wetlands on the SER WTP site and the Lynwood site. CPH will utilize the wetland delineation as determined by Malcom Pernie in a reported dated May 8, 2009 (PS- 1529- 06 /DDR Work Order # 25) for wetland mapping purposes on the Country Club site. Threatened and Endangered Species Public Records Data Search: CPH will review Florida Fish and Wildlife Conservation Commission (FFWCC) and U.S. Fish and Wildlife Service (USFWS) web based files and distribution mappings and review the Atlas of Breeding Sites of Herons and Their Allies (FFWCC) to identify recorded listed species within the project site. Preliminary Species Survey: CPH will conduct a preliminary survey by general reconnaissance of the site for the occurrence or potential occurrence of protected species (threatened, endangered, or special concern). The approximate location of all observed protected species shall be identified on the FLUCFCS map or aerial photograph prints. Those species referred to as protected are listed under Florida Administrative Code 68A and Florida Statue 581.185 and Code of Federal Regulation (50 CFR 17.11 and 17.12). Report_ Prepare a report summarizing the Habitat & Land Use Mapping, Regulatory Considerations, Special Environmental Designations and Protected Species issues to assist with project approvals. The Client shall receive an electronic copy of the report and figures. 4 ELECTRICAL — (BEC) Refer to Exhibit C for scope and fee schedule. 5 STRUCTURAL DESIGN — (Harold Higgenbotham) Refer to Exhibit D for scope and fee schedule. 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. SERVICES NOT INCLUDED The following services are not anticipated and, therefore, not included in this Agreement at this time: ❖ Sketch of Descriptions /Easement ❖ Permitting efforts relating to Documentation. obtaining variances for the site ❖ Preparation of Legal Descriptions. development including tree issues, ❖ Platting. setbacks, parking, etc. ❖ Expert witness for litigation. ❖ Easement or right -of -way vacation or ❖ Construction staking. dedication services or platting ❖ Off -site utility analysis and design. services. ❖ Off -site storm water analysis and ❖ Services resulting from changes design. made by CITY following the ❖ Any permits not identified herein. completion of specific project tasks ❖ Special meetings with agencies, that require re -work by CPH. other consultants or CITY not ❖ Flood Plain Analyses normally required to perform the ❖ Site Specific Maintenance of Traffic work described in the Scope of Plans Services, except those meetings ❖ Material testing during construction specifically identified in the above ie (compaction and concrete testing) Scope of Work. ❖ 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. PAYMENT and SCHEDULE Compensation paid to the CONSULTANT for the services described herein for both Phase 1 and Phase 2, shall not exceed $189,224.00 inclusive of out -of- pocket expenses. The design and permit applications associated with this work shall be completed no later than June 30, 2011. Please see the schedule attached. IN WITNESS WHEREOF, the parties hereto have made and executed this Proposal the day and year first above written. Az T G K' f ATVFEST ENGINEER: CPH Engineers, Inc. By: Y Date: CPH ENGINEERS, INC AUTHORIZATION David A Gierach, P.E. President Date: A3 70 ) 24// Page 8 3/16/2011 OWNER: City of Sanford, Florida U:\cjensen \Sanford \WrP 2 \Sanford DBP Design Proposal (version 1).xls 3/1612011 5:25 PM PROJECT APPROACH / FEE SCHEDULE . ITEM DESCRIPTION 7'a O. U a` rn , M U d a` a c C C W A 0 C N w M y c 0 C in V H O c a > U U Expenses Cost by Tas Hourly Rates $155.00 $145.00 $125.00 $110.00 80.00 55.00 1.1 Attend progress and coordination meetings 1 4 8 1 $ 5.00 $ 1,795.00 1.2 Assist the City by rovidin reviews of pilot evaluation 1 4 8 1 $ 5.00 $ 1 Task 1 Sub -total 2 8 16 0 0 2 $ 10.00 $ 3,590.00 2.1 Kick -Off meeting 1 2 2 $ 695.00 2.2 Design Progress Meetings (2) 4 8 2 $ 1,690.00 2.3 30% Design 1 $ 155.00 Preliminary Process Diagram 2 8 6 6 $ 8.00 $ 2,438.00 Hydraulic Analysis 2 6 8 6 $ 8.00 $ 2 Preliminary Layout 2 8 8 6 $ 8.00 $ 2,658.00 Preliminary Stormwater and Grading Plan 4 24 16 24 2 $ 8.00 $ 7 Preliminary SCADA / Instrumentation Diagram 2 1 4 $ 8.00 $ 743.00 Preliminary Lift Station Design 1 4 4 4 $ 8.00 $ 1,413.00 Piping and Valve Design 1 2 4 8 $ 8.00 $ 1 Preliminary Specification Index 1 1 $ 8.00 $ 188.00 Preliminary Opinion of Probable Construction Cost 1 2 4 1 $ 890.00 2.4 Sub - Consultants Fee & CPH Coordination Survey (CPH) 2 13,875.00 $ 14,165.00 Geotech (Andreyev) 2 $ 4,090.00 $ 4,380.00 Environmental (CPH) 1 $ 5,750.00 $ 5,895.00 Electrical / Instrumentation (BEC) 1 4 2 $ 5,000.00 $ 5,805.00 2.5 Opinion of Probable Construction Cost 1 1 4 1 $ 765.00 3.1 Task 2 Sub -total Meet with City to review 30% plans and submittal 2 1 28 2 71 2 54 60 7 1 $ 28,779.00 $ $ 53,149.00 750.00 3.2 60% Desi n Revisions per City Comments from 30% Submittal 2 2 $ 595.00 Prepare Project Specifications 8 40 16 $ 8,385.00 Revise Opinion of Probable Construction Cost 1 2 4 890.00 Cover Sheet 1 2 $ 8.00 $ 278.00 General Notes Sheet 1 1 2 1 2 1 $ 8.00 $ 513.00 Process and Instrumentation Diagram 1 2 2 $ 8.00 $ 563.00 Site Dimension Plan 4 8 12 $ 8.00 $ 2,348.00 Site Grading, Access Rd, Sidewalks, and Stormwater Plan 6 8 12 $ 8.00 $ 2,598.00 Site Piping Plan 1 4 16 24 $ 8.00 $ 4,333.00 Site Piping Details 1 4 8 8 $ 8.00 $ 2,173.00 GAC Booster Pump Station 2 1 4 16 16 $ 8.00 $ 3,838.00 GAC Equipment Pad Details 1 4 4 1 6 1 $ 8.00 $ 1,573.00 Site Piping Interconnect Details 4 4 8 8 $ 8.00 $ 2,608.00 Site Lift Station Plan and Details 1 4 4 8 $ 8.00 $ 1,733.00 Landscaping Plan 2 4 4 8 $ 8.00 $ 1,878.00 Irrigation Plan 2 4 2 6 $ 8.00 $ 1,498.00 90% Design Meet with City to review 60% plans and submittal 1 2 1 2 1 $ 750.00 Revisions per City Comments from 60% Submittal 2 4 16 1 16 Revise Project Specifications 4 16 8 4 $ 3,680.00 Revise Project Drawings 8 24 40 48 $ 100.00 $ 12,500.00 Revise Landscaping and Irrigation Plans 2 4 4 $ 1,050.00 Revise Opinion of Probable Construction Cost 1 2 1 $ 450.00 100% Design Meet with City to review 90% plans and submittal 1 $ 695.00 Revisions per City Comments from 90% Submittal 4 8 Revise Project Specifications 2 $ 900.00 Revise Project Drawings t44 10 24 $ 3,810.00 Revise Landscaping and Irrigation Plans 4 8 $ 1,225.00 3.3 Technical Specifications 1 2 $ 25.00 $ 1,370.00 3.4 Revise Opinion of Probable Construction Cost 1 $ 450.00 U:\cjensen \Sanford \WrP 2 \Sanford DBP Design Proposal (version 1).xls 3/1612011 5:25 PM `ord Disinfection By- Product C SANFORD'S WATER PLANT - PHASE -1 `m Electrical / Instrumentation (BEC) m c 1 12 U rn W c $ 10,000.00 $ 11,805.00 2 U U d C U: \cjensen \Sanford \WrP 2 \Sanford DBP Design Proposal (version 1).xls 3/16/2011 5:25 PM Electrical / Instrumentation (BEC) 1 12 2 $ 10,000.00 $ 11,805.00 Structural (Higgenbotham) 1 6 2 $ 7,000.00 $ 8 Task 3 Sub -total 4 62 175 187 226 22 $ 17,254.00 $ 82,544.00 4.1 DEP Application for Construction 1 2 8 6 4 1 $ 10.00 $ 2,490.00 4.2 DEP Submittal Meeting 4 4 6 2 $ 10.00 $ 1,860.00 4.3 Response to RFI's from DEP (2 each) 2 8 12 12 2 $ 3,680.00 4.4 Review of DEPConstruction Permit with City 1 1 2 1 $ 605.00 4.5 SJRWMD Pemitting 2 16 8 24 2 $ 25.00 $ 5,225.00 4.6 Assist City with development permit application and comments 2 8 8 24 4 $ 4,310.00 5.1 ITechnical Assistance Allowance Task 4 Sub -total 2 13 46 _. fir, 40 ._ _ . ... 64 ...., ._..... 12 . $ 45.00 $ 18,170.00 $ 10,000.00 Task 5 Sub -total PHASE 1 TOTAL 10 111 308 1281 1350 43 $ 46,088.00 $ 10,000.00 $ 167,453.00 U: \cjensen \Sanford \WrP 2 \Sanford DBP Design Proposal (version 1).xls 3/16/2011 5:25 PM R 88 888 S S82 wR Kaa a 00 7K q§S 3\� \ :\ J �& w +& & 3- � __ ___ _ __- C! \SS S 8q8 § : w& ®§§ § kS ; ® ® 2 © ^$ Cl) & (N � »: ®® -®- 6c. -__ .. JeO.o§ V' N CN - C*4 4m1Q� § \: 2 2 4 « ® 2 \\ ,e§_O, mum ) w c c < q w` . a_I s3 R §. �� _ o 04 § eeme oC4 BUJ ;i w§. u o� w\ , _e r d2 a N C $��0LL mow. ■ -w: -j ■a» a ]§2 = -o �azwz �wP +d� - CL _ § k o CQL y 2 � o� ■�z s % o E k $ C 7 m \ ) k e � k � in § 0) ^ ) x CL L U 0 j/ §k \> Ec E {£ _ E= \� 2c 2\ \k2. e §E ƒ §ƒ ]k2 CX \§I/ a > ; �� � �r CO -c � z o- \: @fE 45) @E� -�±ia - M �a»2 E( 0 &�\ \E $Ok\ 1§Awkj77§j& U) —0c o)<,§ 7 mk] �\ / \ w : 7 N C 7 7 _ 0 E d 1 0 Q E _ 0 V CU U V m � V U Q Q co C LM � v7 = 0 L C 7 7 � 7 7 7 7 L N OD 00 Ob O 0 O cl 0 M M a F- n Q a n a a Q co 00 00 00 CO w 0 r c m U m Z a� 43) o U cu CL c E E of o — o c o M c m c > c o � c p W p '� E ( C u o r E � 'F V5 ' o E W 'EL N c U 0 0 a) C O U N 0 C � N V � � •y C D N t � '� "O N W- 7 0 0 0 O U) w U) M CO N N 7 N Q w m J N M 'IT N N CN N N N uJ Q) h N -C (6 L CL W 9.19/ 6,C SCOPE OF SERVICES Engineering Design and Permitting Assistance for Disinfection By- Products Compliance Improvements City of Sanford Water Plant No 2 PROJECT DESCRIPTION In an effort to meet the Disinfection By- Products Rule the City has evaluated several options to modify their current water treatment and distribution systems. Based on preliminary evaluations performed by City staff and Reiss Engineering Inc. Granulated Activated Carbon (GAC) appears to be the most efficient and effective means of achieving this goal. This scope of the CPH work on this project includes the design, permitting, with plans and specs ready for Bidding. A detailed description of each Task is provided below. General CPH will serve as the CITY's engineer of record for the design, permitting, and construction of the proposed improvements. The basis of the design will be as determined by the ongoing pilot evaluation being performed by Reiss Engineering Inc. The scope of CPH's services also includes coordination with the City and Reiss Engineering during the design and permitting process. PHASE 1 The general scope of work is for locating the site of the new GAC equipment, design of the foundation for GAC equipment, design and details for booster pumps, piping and valves of the RAW water into and out of the GAC equipment, site piping modifications to accommodate GAC equipment, electrical SCADA modifications as required to support GAC equipment, backwash pump station and connection to existing sanitary forcemain in front of WTP 2, grading and stormwater system and sidewalks. CPH shall not be responsible for the acts or omissions of work provided by Reiss or any of their sub - consultants, agents, employees or other persons performing any of the work described in Reiss's contract, or of others. PHASE 2 Phase 2 work is work needed at the water plant but may not be directly associated with the GAC improvements. This work includes rehabilitation of aerators, adding a restroom to the pump building, making improvements to the appearance of the pump building exterior, and adding landscaping and irrigation along the entrance fronting on US 17892. Phase 1 Task 1.1 — Project Administrative and Coordination Services 1.1 CPH will attend "Progress and Coordination" meetings with the City and Reiss to discuss the status of compliance modeling process as well as specific design activities. It is anticipated that no more than 2 monthly meetings will be required to accomplish this task. 1.2 CPH will assist the City by providing reviews of the evaluation for the purpose of developing the design drawings and specifications as well as coordinate with Reiss Engineers as directed by the City. Phase 1 Task 1.2 — Preliminary Design 30% CPH shall prepare preliminary design documents for submission to the City. The purpose of the preliminary design submittal is to provide the City with the conceptual approach of the design, piping, hydraulics for the facility and an index of the proposed specifications for the project. 2.1 The preliminary design will be based on the evaluation furnished by Reiss Engineers. This item includes a kick -off meeting with the City and Reiss Engineering to review the Pilot Evaluation and design concepts. 2.2 This phase of the work includes preparations and investigations through preliminary design (30 %). Preliminary engineering will include design evaluations and calculations, a layout for the facility accounting for setbacks, site access, future expansion needs, and security. CPH will review the existing plant hydraulics to determine the available capacity of the existing pumps and piping when the proposed improvements are installed. The City will be advised if the current rated capacity of the facility will be impacted by any of the proposed improvements. There are two design meetings anticipated for this phase of the project. See Project Approach and Fee Schedule for detailed manhours allocated for each phase of the design. 2.3 Included in the Preliminary Design submittal: • Selection of all major pieces of equipment • General layout of equipment and structures showing preliminary dimensions, sizes, flow rates, and pressures • Perform all design calculations for sizing equipment, GAC booster pumps, backwash pump station, pipes, channels, and the development of a hydraulic profile • Preliminary site grading and walkway alignment • Storm water modeling and /or analysis of the existing storm water pond system for retrofitting of the existing site. • Preliminary points of connection to existing facilities for process water, chemicals, electrical services, and SCADA system and proposed piping modifications. • Service road improvements to the proposed GAC system. 2.4 Sub - consultant services required for preliminary design include foundation design, preliminary electrical, instrumentation, and controls for the review of the existing service and proposed electrical loads, environmental assessment survey, and site boundary and topographic survey for the placement of proposed improvements. A. Included in this phase of the work are surveying services. The surveying shall consist of a boundary survey, location survey for existing buildings, structures, paving, tress, and wetlands areas. B. A geotechnical engineering firm will be a direct sub - consultant to CPH for sub - surface geotechnical survey of the area of the proposed improvements to determine the foundation requirements. The findings shall assist in determining the acceptability of the proposed site and provide recommendations for site preparation. C. A preliminary ecological assessment will be performed to delineate potential wetlands areas and provide a preliminary species survey. 2.5 Preliminary cost estimate based on preliminary design Phase 1 Task 1.3 - Final Design Under this task CPH will prepare final engineering design plans and specifications with details of the proposed improvements along with the design calculations and general technical specifications. 3.1 The design beyond 30% shall be based on the review comments of the preliminary design from the City. See Project Approach and Fee Schedule for detailed manhours allocated for each phase of the design. 3.2 Definition of 60 %, 90 %, and 100% designs. • 60% - Final Design shall consist of the following: Confirmation on the selection of equipment, placement, and the addition of details. Preparation of final base drawings to be used for structural and electrical design and equipment placement. Finalizing design calculations to add detail to work performed in preliminary design phase Identify potential conflicts with existing facilities and show solutions Finalize drainage permitting, grading and site improvements. Complete structural calculations and provide general details of structural design. Provide layout of electrical services, location of control panels, lighting, and instrumentation schemes. Include data required for development review by the City. Submit for Preliminary Development review if appropriate. Prepare technical specifications for all major components and general site work. Revise estimated cost of construction and design schedule • 90% - Final Design shall consist of the following: Revising the plans and specifications per 60% design comments by City Make the revisions needed for submission to City for Development Review. Finalize details on plans and specifications Plans should be construction ready at this point Finalize Engineers Opinion of Probable Construction Cost • 100% - Final Design shall consist of revisions made to the plans and specifications in response to City comments 3.3 Contract documents shall be ready for bidding to include, plans, technical specifications, Front end documents (per City requirements), and the final Opinion of Probable Construction Cost. 3.4 Internal reviews for QA/QC will be performed prior to each submittal to the CITY. 3.5 With each submittal at 60 %, 90 %, and 100% CPH will provide a revised construction cost estimate and design schedule to track the projects progress. 3.6 CPH will then provide completed ready for construction, bidding documents. Front end documentation shall be provided by or coordinated with the CITY. Throughout the design process CPH will work closely with CITY staff to ensure we provide the quality product the CITY is looking for. 3.7 Sub - consultant services required for final design include foundation design, electrical, instrumentation, and controls (SCADA) for the proposed improvements. A. Final design of the controls and electrical systems improvements will be performed by our sub - consultant. Recommendation for improvements and subsequent design of authorized work will be provided along with a cost estimate for the GAC improvements. B. Structural design for proposed GAC and associated improvements. Phase 1 Task 1.4 - Permitting 4.1 Based on comments from the City CPH will prepare an application for construction for FDEP submission. 4.2 A submittal meeting will be scheduled to review the project with FDEP review staff prior to the application submission. The FDEP permit application shall be modified as directed by the City following the FDEP meeting. 4.3 CPH will respond to all RFI's per discussions and as instructed by the CITY. Two (2) RFI's are anticipated. 4.4 CPH will review the construction permit with the City and respond to any conditions general or specific that the City is not in agreement with. 4.5 CPH will prepare any stormwater permit modifications to the existing SJRWMD permit as required for the proposed improvements. 4.6 Permitting through the City's land development department will be submitted at the preliminary design stage and at 90% complete. Submissions shall meet the City's requirements for preliminary and final site plans. Submissions to include stormwater improvements, landscaping, setbacks, etc. as required. Phase 1 Task 1.5 — Grant and SRF Assistance CPH shall assist the City with technical matters associated with the Grants and SRF Loans for this project. An allowance of $10,000.00 has been included in this proposal to cover fees associated with CPH assistance. This fee shall be used when authorized by the City. Phase 2 Task 2.1 — Rehabilitation of Aerators This task includes the inspection of the existing aerators (2) and makes recommendations for rehabilitation. The inspection would be for structural and sanitary deficiencies as well as maintenance items. Plans and specifications will be developed based on the City's acceptance of the recommendations and directions to proceed. An estimate of probable construction costs is included in this work item. Phase 2 Task 2.2 - Add New Restroom This task includes modifications to the interior of the existing pump building in the area of the chemical storage and pumping. The existing facilities would be moved within the current area to make room for an ADA accessible restroom facility. The pumping would be modified to provide for water and sewage. The drain lines will be extended to the proposed site lift station and pumped into the City's force main system along the front of the facility. The bathroom will be equipped with a sink and water closet and tiled floor and walls. Electrical modifications will be provided to install lighting and ventilation. Phase 2 Task 2.3 — Building Exterior Improvements This task consists of improvements to the exterior appearance of the pump building. Elevations of the improvements will be provided for City review and comment. It is anticipated that three sides of the building will be coated with stucco to create an updated architectural appearance. All existing roof lines and openings in the building shall remain the same. Phase 2 Task 2.4 — Landscaping and Irrigation This task is to add landscaping and irrigation to the entrance of the facility to comply with City DRC requirements. CPH will develop a landscaping plan using locally native water wise plants for the City to review. The irrigation system will be designed to help assist the plants to get established and for use in periods of draught. Sub - Consultant Services SURVEYING — (CPH) CPH will perform a Boundary and Topographic Survey of Water Plant No. 2 site, located off of US 17 & 92, City of Sanford, Florida as per Rule Chapter 5J -17 of the Florida Administrative Code in compliance with the minimum technical standards of surveying and mapping of the State of Florida of Parcel Identification No. 11- 20 -30- 300 - 0030 -0000, located in Seminole County, Florida containing approximately 8.5t acres. • Topographic data to be collected only on the south 600' of subject site. • Topographic data collection at 50' grid in improved areas (100' in unimproved) to include above ground evidence of utilities and improvements. • Trees 6" diameter at breast height (dbh) and greater (in heavily wooded areas only the woods line will be depicted). • The area will be referenced to state plane coordinates. • Set site benchmarks. • Deed(s) for the site to be provided by the City. Note: Approximate wetlands mapping shall be provided by CPH Environmental as part of the Preliminary Ecological Assessment being prepared for this project and is not included in this phase of the project. 2 GEOTECHNICAL ENGINEERING SERVICES — (Andreyev) Geotechnical investigations will be provided to aid in foundation design for the new improvements. Refer to Exhibit B for scope and fee schedule. KI PRELIMINARY ECOLOGICAL ASSESMENT — (CPH) Aerial Photography: CPH will obtain Digital Ortho Quarter Quadrant (DOQQ) electronic files and construct a composite color infrared aerial (CIR) covering the project site. Habitat and Land Use: CPH will prepare a Habitat and Land Use Map covering the project site. The mapping will follow Level III nomenclature of the Florida Land Use Cover and Forms Classification System (FLUCFCS). The approximate acreage of each classification will be tabulated for the site. The map will be digitized in Arch GIS 9.3 based on desk top" interpretation of features evident on the DOQQ aerial photography, correlation with soil types (SCS Soil Survey of Seminole County) and field verification for each mapped classification. The dominant vegetation and land use of each classification will be recorded. Wetland Mapping: Ground truth the site and interpret aerial photographs to provide the approximate extent and configuration of wetlands located on the site, the approximate wetland limits shall be identified in accordance with methodologies outlined in the US Army Corps of Engineers (ACOE) Wetland Delineation Manual (1987) and the Florida Unified Wetland Delineation Methodology (Chapter 62 -340, F.A.C.). Mapping will follow the Florida Land Use Cover and Forms Classification System (FLUCFCS) (FDOT 1999). CPH shall preliminarily identify wetlands on the SER WTP site and the Lynwood site. CPH will utilize the wetland delineation as determined by Malcom Pernie in a reported dated May 8, 2009 (PS- 1529- 06 /DDR Work Order # 25) for wetland mapping purposes on the Country Club site. Threatened and Endangered Species Public Records Data Search: CPH will review Florida Fish and Wildlife Conservation Commission (FFWCC) and U.S. Fish and Wildlife Service (USFWS) web based files and distribution mappings and review the Atlas of Breeding Sites of Herons and Their Allies (FFWCC) to identify recorded listed species within the project site. Preliminary Species Survey: CPH will conduct a preliminary survey by general reconnaissance of the site for the occurrence or potential occurrence of protected species (threatened, endangered, or special concern). The approximate location of all observed protected species shall be identified on the FLUCFCS map or aerial photograph prints. Those species referred to as protected are listed under Florida Administrative Code 68A and Florida Statue 581.185 and Code of Federal Regulation (50 CFR 17.11 and 17.12). Report: Prepare a report summarizing the Habitat & Land Use Mapping, Regulatory Considerations, Special Environmental Designations and Protected Species issues to assist with project approvals. The Client shall receive an electronic copy of the report and figures. 4 ELECTRICAL — (BEC) Refer to Exhibit C for scope and fee schedule. 5 STRUCTURAL DESIGN — (Harold Higgenbotham) Refer to Exhibit D for scope and fee schedule. 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. SERVICES NOT INCLUDED The following services are not anticipated and, therefore, not included in this Agreement at this time: ❖ Sketch of Descriptions /Easement ❖ Permitting efforts relating to Documentation. obtaining variances for the site ❖ Preparation of Legal Descriptions. development including tree issues, ❖ Platting. setbacks, parking, etc. ❖ Expert witness for litigation. ❖ Easement or right -of -way vacation or ❖ Construction staking. dedication services or platting ❖ Off -site utility analysis and design. services. ❖ Off -site storm water analysis and ❖ Services resulting from changes design. made by CITY following the ❖ Any permits not identified herein. completion of specific project tasks ❖ Special meetings with agencies, that require re -work by CPH. other consultants or CITY not ❖ Flood Plain Analyses normally required to perform the ❖ Site Specific Maintenance of Traffic work described in the Scope of Plans Services, except those meetings ❖ Material testing during construction specifically identified in the above ie (compaction and concrete testing) Scope of Work. ❖ 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. PAYMENT and SCHEDULE Compensation paid to the CONSULTANT for the services described herein for both Phase 1 and Phase 2, shall not exceed $189,224.00 inclusive of out -of- pocket expenses. The design and permit applications associated with this work shall be completed no later than June 30, 2011. Please see the 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 By: Date: ENGINEER: CPH Engineers, Inc. ATTEST By: Date: CPH ENGINEERS, INC AUTHORIZATION By: David A Gierach, P.E. President Date: Page 8 3/16/2011 491 1401 N N ui —j z U) I m �— LU 0 Z co) Lu D- LLI LU LU IL 0 0 LLI LU LL IL D co LL 0 <10 LL 0 Z z < < _ CO U) IL a r CD N cs - o* C V) CL et W) V) CL 11 V- 11 : - cm CO) Go Co Go W C'4 00 Q CUI) cn 0 'A LU o r U) W w p LL z 0 4a 0 409, ell, tm 4a tm 4 4& IL CL IL CD cr Q w — 0 c D CD CD CD ea CS CD W), to w w ti W) CL CL c) IL AM cm 1" C4 CO) to U) 2 .. L x R m x CL 491 1401 N N ui —j z U) I m �— LU 0 Z co) Lu D- LLI LU LU IL 0 0 LLI LU LL IL D co LL 0 <10 LL 0 Z z < < _ CO U) IL Ij r N CL CL Q CUI) cn Z 'A LU o r U) W w p LL z 0 0 tm tm IL CL IL cr Q w — A � 2 CD ea to w CL CL L IL AM CO) C4 CO) to U) LU x m m x CL I IL Ij Sanford Disinfection By-Product Design SANFORD' WATER PLANT - 2 P PHASE -1 GACIMPROVEMENTS PROJECT APPROACH / FEE SCHEDULE DESIGN AND PERMITTING ' DESCRIPTION S d � o 9t `o c rn W u S a C g w I TEM a 3 o 0 Expenses Cost by Task Hourly Rates $155.00 $145.00 $125.00 $110.00 $80.00 1 $55.00 Task 3 - Adminkstrativs "and.Coordination Services 1.1 lAttend progress and coordination meetings 1 4 8 1 $ 5.00 $ 1,795.00 1.2 Assist the City by rovidin reviews of pilot evaluation 1 4 8 1 $ 5.00 $ 1,795.00 Task 1 Sub-totall 2 1 8 1 16 1 0 1 0 1 2 1 $ 10.001 $ 3,590.00 Task 2- Prelimina ,Des n -` 2.1 Kick -Off meeting 1 2 2 $ 695.00 2.2 Design Progress Meetings (2) 4 8 2 $ 1,690.00 2.3 30% Design 1 $ 155.00 Preliminary Process Diagram 2 8 6 6 $ 8.00 $ 2,438.00 Hydraulic Analysis 2 6 8 6 $ 8.00 $ 2,408.00 Preliminary Layout 2 8 8 6 $ 8.00 $ 2,658.00 Preliminary Stormwater and Grading Plan 4 24 16 24 2 $ 8.00 $ 7,378.00 Preliminary SCADA / Instrumentation Diagram 2 1 1 4 $ 8.00 $ 743.00 Preliminary Lift Station Design 1 4 4 4 $ 8.00 $ 1,413.00 Piping and Valve Design 1 2 4 8 $ 8.00 $ 1,483.00 Preliminary Specification Index 1 1 $ 8.00 $ 188.00 Preliminary Opinion of Probable Construction Cost 1 2 4 1 0.00 2.4 Sub -Consultants Fee 3 CPH Coordination Survey (CPH) 2 13,875.00 Geotech (Andreyev) 2 $ 4,090.00 R$14,165E.00 Environmental (CPH) 1 $ 5,750.00 Electrical / Instrumentation (BEC) 1 4 2 $ 5,000.00 2.5 Opinion of Probable Construction Cost 1 1 4 1 5.00 Task 2 Sub -total 2 28 71 64 60 7 $ 28,779.00 $ 53,149.00 Task 3 -final Design -- Plan and Specification Preparation 3.1 Meet with City to review 30% plans and submittal 1 2 2 1 $ 750.00 3.2 60% Design Revisions per City Comments from 30% Submittal 2 2 1 $ 595.00 Prepare Project Specifications 8 40 16 8 $ 25.00 $ 8,385.00 Revise Opinion of Probable Construction Cost 1 2 4 1 $ 890.00 Cover Sheet 1 2 $ 8.00 $ 278.00 General Notes Sheet 1 2 2 $ 8.00 $ 513.00 Process and Instrumentation Diagram 1 2 2 $ 8.00 $ 563.00 Site Dimension Plan 4 8 12 $ 8.00 $ 2,348.00 Site Grading, Access Rd, Sidewalks, and Stormwater Plan 6 8 12 $ 8.00 $ 2,598.00 Site Piping Plan 1 4 16 24 $ 8.00 $ 4,333.00 Site Piping Details 1 4 8 8 $ 8.00 $ 2,173.00 GAC Booster Pump Station 2 4 16 16 $ 8.00 $ 3,838.00 GAC Equipment Pad Details 1 4 4 6 $ 8.00 $ 1,573.00 Site Piping Interconnect Details 4 4 8 8 $ 8.00 $ 2,608.00 Site Lift Station Plan and Details 1 4 4 8 $ 8.00 $ 1,733.00 Landscaping Plan 2 4 4 8 $ 8.00 $ 1,878.00 Irrigation Plan 2 4 2 6 $ 8.00 $ 1,498.00 90% Design Meet with City to review 60% plans and submittal 1 2 2 1 $ 750.00 Revisions per City Comments from 60% Submittal 2 4 16 16 Revise Project S ecificabons 4 16 1 8 4 $ 3,680.00 Revise Project Drawings 8 24 40 48 $ 100.00 $ 12,500.00 Revise Landscaping and Irrigation Plans 2 4 4 $ 1,050.00 Revise Opinion of Probable Construction Cost 1 2 1 $ 450.00 100% Design Meet with City to review 90% plans and submittal 1 2 2 $ 695.00 Revisions per City Comments from 90% Submittal 1 2 4 8 Revise Pro ect Specifications 2 4 2 $ 900.00 Revise Project Drawings 2 4 10 24 $ 3,810.00 Revise Landscaping and Irrigation Plans 1 4 8 $ 1,225.00 3.3 Technical Specifications 1 4 4 2 $ 25.00 $ 1,370.00 3.4 Revise Opinion of Probable Construction Cost 1 2 1 $ 450.00 U: \cjensen \Sanford\WTP 2 \Sanford DBP Design Proposal (version 1).x1s 3/16/2011 5:25 PM Sanford Disinfection By-Product Design SANFORD' WATER PLANT - 2 PHASE -1 P GACIMPROVEMENTS PROJECT APPROACH / FEE SCHEDULE DESIGN AND PERMITTING W � `m c 01 c W C m C p u m ITEM DESCRIPTION u a m 0. m a` n L U Expenses Cost by Tas Hourly Rates $155.00 $145.00 $125.00 $110.00 $80.00 $55.00 3.5 Sub -Consultants Fee & CPH Coordination Electrical / Instrumentation (BEC) 1 12 2 $ 10,000.00 $ 11,805.00 Structural (Higgenbotham) 1 6 2 $ 7,000.00 $ 8,055.00 Task 3 Sub -total 4 62 175 187 226 22 $ 17,264.00 $ 82,644.00 Task - Permittin 4.1 DEP Application for Construction 1 2 8 6 4 1 $ 10.00 $ 2,490.00 4.2 DEP Submittal Meeting 4 4 6 2 $ 10.00 $ 1,860.00 4.3 Response to RFI's from DEP (2 each) 2 8 12 12 2 $ 3,680.00 4.4 Review of DEPConstruction Permit with City 1 1 2 1 $ 605.00 4.5 SJRWMD Pemitting 2 16 8 24 2 $ 25.00 $ 5,225.00 4.6 Assist City with development permit application and comments 2 8 8 24 4 $ 4,310.00 Task 4 Sub -total 2 13 46 40 64 12 $ 45.00 18,1 $ 400 Task ;5 - Grant and SRF Assistance 5.1 ITechnical Assistance Allowance $ 10,000.00 Task 5 Sub -total $ 10,000.00 PHASE 1 TOTAL 10 1111 1308 1281 1350 143 1 $ 46,088.00 1 $ 167,453.00 U:lcjensen%SanfordV4TP 21Sanford DBP Design Proposal (version 1).xls 3/162011 5:25 PM �= 00 000 O coo N n h 0 0 LO 0 0 N h Cl N N O) O) C 0 Iq co O O N A A � C r V N M v N N M r CM N 69 tJ> 4'3 E9 fA E9 6e 69 {f! O O O O O O O o O O h y C N N N r O O O O N t d N lO Q1 M N N O W 64 69 69 69 69 69 W -' leopolo o h N v N N r 1 O c N 4�a1 aV� O N N V col ` ..: R p jau6isea joiues CO (0 w N W O 0 Ja8ulBu3 c R j �euoissajad r N COO N o N D N H W 4a 7 W y C 4 m p O W W �' �o >W JOBeueW;Oafad In r N N N ap 4WN O LLb' w >. W W - 1u mah� o , 3: 0 lediauud L Y) a z p `c_ w . K -1 _ a,0 as "E y W �uj a� r U) a U 0 O W C m ` � O s � C . 1] C x a O W U N > c m U W y y a > E a c ma E ti (D c E €. c o 0 c o 2 U c q O c c Q E ° m c c aE> o 2 U c - a ` 5 E E a n d c° @> o m E } Ii c N h C ca 'a p 0 a) O O y U U 0 + d,. p O o 0 E 0 c W 3 w '- a `o E 0 o E o := o 0 m oc �:o�WQW� 4) cr _y c o W co ca N N N N N W t IL d N FFI+ r c d d > O m E c O ea U a m > c V U a Q co A C .7 y C N m N = o0 00 00 a CD — 0 o o d co co M co M a rQ aaa�a�� aaa� c w 0 w C C m U a o > a U c E E to 0 o m o fC f0 C Ql > O C C UJ O lU O _ _rn a = co > a o m y N y p pE o c rn d Q m e E Ny ° v �E�'n N V N N C C o cm U O C ai 0 0 U •> .- N c y t ( .- C a' fn Wf) W MAO QwmJ N M V Cy NNNN N y N y l9 L cu L IL d