Loading...
1455 Camp, Dresser & McKee PO 0326931 y�_SS PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk / Mayor RE: Camp Dresser & Mckee Inc PO 32693 and Work Order No. 10.2011 for $100,928.50 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 O ce completed, please: Return originals to Purchasing Return copies El Special Instructions: ® Mayor's signature ❑ Re endering I a 1 AC) I Safe keeping (Vault) 1 El ❑ City Manager Signature ® City Clerk Attest/Signature (( C 11/14/2011 Date T: \Dept forms \City Clerk Transmittal Memo - 2009.doc DATE: 11/17/11 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: CAMP DRESSER 2301 MAITLAND STE 300 MAITLAND, FL & MCKEE, INC CENTER PKWY 32751 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 SHIP TO: PO NUMBER 032693 SUBMIT INVOICES TO: ACCOUNTS PAYABLE f FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 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 09/30/12 NET /30 63002 ACCOUNT NO.: 4 51- 4 510 - 5 3 6.31- 0 0 PROJECT NO.: 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 AQUIFER STORAGE RECOVERY(ASR) 100928.50 NA 1.00 100928.50 PERMITTING & TESTING SUB TOTAL 100928.50 TOTAL 100928.50 APPROVED BY APPROVED BY: PURCHASING A NT ITY M IMAGER ALL PACKAGES AND INVOICES 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 EXHIBIT A WORK ORDER FORM Work Order Number 10.2011 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: 7 -12 -2010 T Dated: 10 -10 -2011 Contract/Project Title Consulting applicable to Aquifer Strora a and Recove ASR Permitting and Testin Solicitation No: ISanford Project No. jPurchase Order No. Consultant/Contractor: CCNA Master Contract Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address Camp Dresser & McKee, Inc., 2301 Maitland Center Parkway, Suite 300, Maitland, FL 32751 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS X FIXED FEE BASIS SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS X PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS X ATTACHED PROPOSAL TIME FOR COMPLETION: 30- Sep -12 Days of the effective date to this Work Order: NA Effective date- this Work Order: Date of Execution by City: October 10, 2011 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: $ $100,928.50 Dollar Amount Written Out: One hundred thousand nine hundred twenty eight and 50/100 dollars In Witness Whereof, the parties hereto have made and executed this�ork Order on t respective dates under each signature: The City through its City Commission taking action on the day of tV , 2011 and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: /_ � e 5 4' — 3,__ � ' 1141 Signature, Corporate Officer Signature, orporate President [ 3 1 ! 0,3 Corporate Officer Printed Name, Title and Date Corporate President, 'Printed Name Date CITY OF SANFORD Siggifitb , Purch ing Manager F. William Smith Purchasing Manager, P i ted Name and Date •/�. k�rx (./ tt 'fa 4w�w Signaturd Clerk S natu e, ayor // �� Jeff I left �- p- City Clerk, Printed Name and Date Mayor, Printed Name and Date Revised: 1 -6 -2011 Work Order (page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori- zation for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and/or services pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein;, provided however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all-inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expanses exceeding the Not- To-Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. City of Sanford Sanford Auxiliary WTP ASR Project Cycle Testing and Permit Assistance for Cycle Test 5 (October 31, 2011- September 30, 2012) October 2011 I. PURPOSE The St. Johns River Water Management ( SJRWMD) has sponsored an Aquifer Storage and Recovery (ASR) program to determine the feasibility of this alternative water supply strategy in the Central Florida area. The City of Sanford has been a cooperator in the program since its inception. ASR has been identified as being an important component in the development of alternative water supplies, as it can provide Iarge capacity underground seasonal water storage. For the St. Johns River supply, these storage operations will typically take place during the wet-season when there is excess surface water flow and better raw water quality. To date, the Sanford Auxiliary WTP ASR program has included a desktop evaluation, exploratory well program, design, permitting, and construction of a one well pilot ASR system including associated monitoring wells and surface facilities, and the design, permitting, and construction of a pretreatment system. The project has completed the first three cycles of the existing cycle testing program that was outlined in the Florida Department of Environmental Protection (FDEP) Underground Injection Control (UIC) permit. The forth cycle is ongoing. The continued ASR program is being funded partially by the SJRWMD. This scope of work has been developed in conjunction with the SJRWMD to avoid duplication of work effort. The scope of work outlined below includes only those tasks to be funded by the City of Sanford. The scope items include assistance with Cycle Test 5, continued permitting assistance. This scope of work and associated fee is for activities which will be complete by September 30, 2012. This is a task assignment references the Agreement between CITY and ENGINEER dated July 12, 2010. II. GENERAL SCOPE OF SERVICES The ENGINEER's Scope of Services is provided below: Task 1 UIC Construction Permit Renewal The ENGINEER shall prepare responses to any FDEP requests concerning the UIC Construction Permit renewal application submitted under a previous work order. The construction permit renewal was recommended to allow the City to continue to cycle test large target volumes, as well as, evaluate pretreatment system options while maintaining the protection of the Administrative Order. The construction permit renewal would allow for an additional 5 years of testing of the ASR well. The ENGINEER shall provide a suggested cycle testing plan for the next 5 years of testing. However, at any point during the 5 -year permit, an Operation Permit may be applied for, if the City and FDEP determine that to be the best option. The ENGINEER shall publicly notice the required permit information and schedule the public meeting. The ENGINEER shall participate in, and provide all required support for, one public meeting. An allowance of $500 is included in this work order for reimbursement of publication expenses related to meeting FDEP's public notice requirements. Task 2 Progress Meetings The ENGINEER will conduct progress meetings throughout Cycle Test 5 via teleconference and in person with the CITY, the SJRWMD, and others, to discuss project issues and project schedules and to coordinate cycle testing activities. It is anticipated that progress meetings will be conducted via teleconference monthly. It is anticipated that two of the progress meetings will be conducted in person. The ENGINEER will provide summary meeting notes to the CITY for each meeting attended by the ENGINEER. The ENGINEER has budgeted to attend 8 teleconferences and 2 in-person meetings. CDM Constructors Inc. (CCI) will attend 8 teleconferences and 1 in- person meeting. Task 3 Cycle Test 5 Coordination The existing UIC construction permit for this project includes four cycle tests. FDEP has indicated that the CITY should implement a fifth larger volume cycle test prior to requesting an Operational UIC permit of at least 120 million gallons (MG). Due to an additional requirement for water quality improvement in the City's distribution system, the CITY would like to increase the injection volume to 240 MG. This fifth cycle test is proposed to be a range between 120 -240 MG injection cycle, followed by 30 - 60 days of storage, and recovery of the 120 - 240 MG. Cycle Testing shall be performed by CITY, as owner and operator of the ASR facility. It is assumed that the CITY will be responsible for all water quality sampling, analyses, and data compilation, as required by, and for reporting to FDEP, either with its own lab, an outsourced lab, or combination thereof. ENGINEER shall assist during implementation of the cycle testing, by performing the following: Subtask 3.1 Scheduling and Operational Assistance with Cycle Test 5 For Cycle Test 5, the ENGINEER shall coordinate with FDEP, SJRWMD, and CITY as applicable, on when to start injection, what durations apply, whether to include partial or full pretreatment, when to start monitoring, and when to start recovery. ENGINEER shall evaluate the cycle test results and recommend and oversee any required adjustments to the pretreatment system, based on suggested water quality indicators. CCI has budgeted 65 hours of field time during this work authorization, and allocated a miscellaneous equipment cost of $500. Any required funds in excess of this allocation shall be supplied by the CITY. Any supplemental water quality sampling and testing required by ENGINEER, but not required by the FDEP UIC permit, to assist in dete cycle test conditions and pretreatment chemical feed rates and durations, shall be performed by the CITY and its outsourced certified laboratory. All recommendations for adjustments to the pretreatment system shall be presented to CITY, SJRWMD, and FDEP for review, and approvals from appropriate parties shall be obtained prior to implementation. Subtask 3.2 Water Quality Monitoring Plan ENGINEER shall review and coordinate with CITY regarding activities required to be conducted by CITY to be compliant with the UIC Permit water quality monitoring plan and all parameters thereof. ENGINEER shall assist CITY in CITY'S utilization of Well Recovery Performance form developed by ENGINEER. Task 4 Cycle Test 5 Monthly Reportine ENGINEER shall review monthly reports to be submitted to FDEP as prepared by the CITY, as required in the UIC permit. The reports include a brief summary of the activities of the month, a summary of the laboratory samples collected, an updated laboratory summary table, and the laboratory reports. III. DELIVERABLES This scope shall result in the following deliverables: 1. UIC Permit Renewal Responses 2. Progress Meeting Agendas and Minutes (electronic) 3. Monthly Reports (electronic) IV. SCHEDULF.,/DURATION This scope of work is based on an October 31St commencement and will be completed by September 30, 2012. V. COMPENSATION Payment will be in accordance with the City of Sanford Agreement for Engineering Services with CDM. Total compensation for services, materials, supplies, and other items or requirements necessary to complete the work based on a "Lump Sum' fee provided in Table 1. The ENGINEER shall perform these services for a lump sum fee of $100,928.50. The ENGINEER will submit monthly invoices based upon services performed and completed by the ENGINEER. Table 2 City of Sanford, Florida Cycle Testing and Permit Assistance for Cycle Test 5 Subcontractor CCI Fee Proposal (Lump Sum) October 2011 Phase Name Unit Qu Unit Cost Estimated Amount 1. Materials, Equipment & Subs for connections Misc Equipment LS 1 500 500.00 Tax 7% 35.00 Total 535.00 10% Markup 53.50 Total: $ 588.50 II. Labor Senior Project Mana 15 hour $ 140.00 $ 2,100.00 Project Manager 75 hour $ 120.00 $ 9,000.00 Laborer 40 hour $ 60.00 $ 2,400.00 Admin 10 hour $ 60.00 $ 600.00 Total labor: $ 14,100.00 Total 1+ II: $14,688.60 0 F Y Z v v � 6 Y h � a X S O �] N e 4 ! 'a F 11 8 R M Sim �z P to I ' WS RM Item No. —ta7'f Crry-Qwmissim MEMORANDUM 1 1 -187.A OBER , 2011 AGENDA To: Honorable Mayor and Members of the City Commission �d- PREPARED BY: Paul Moore, Utility Director SUBMITTED BY Norton N. Bonaparte, Jr., City Manager SUBJECT: Proposal from CDM Consulting Servi SYNOPSIS: W Approval of the Pro al from CDM for consulting services related to Aquifer Storage and Recovery (ASR) permitting and testing is requested. FIS CAL/STAFFING STATEMENT: The cost is $100,928.50 which is budgeted from account number 451- 4510- 536- 31 -00. BACKGROUND: On May, 24, 2004, the Sanford City Commission approved the Memorandum of Understanding with the St. Johns River Water Management District to design, permit, and construct an ASR system. The Contract with the District expired on September 30, 2011. CDM is the principal engineer of the project. The scope would continue work performed under the original contract. The purpose of this ASR project is to demonstrate that ASR is a feasible technology for the City to store water at a specific site in the City. Construction of the ASR well and monitoring wells as required by permit was completed in November 2007. ASR Cycle Test #1 was initiated in April 2009. In reviewing the renewal of the City's Construction Permit, FDEP has indicated that the City should implement a fifth larger volume cycle test prior to requesting an Operational Permit. This fifth cycle test is proposed to be a 120 -240 million gallon injection cycle, followed by approximately 270 days of storage, and recovery of the 120 -240 million gallons. The scope of work is to be completed by September 30, 2012. LEGAL REVIEW: The City Attorney has reviewed the proposal. RECOMMENDATION: It is staff s recommendation to approve the proposal from CDM for consulting services related to Aquifer Storage and Recovery (ASR) Permitting and Testing. SUGGESTED MOTION: "I move to approve the proposal with CDM for consulting services related to Aquifer Storage and Recovery (ASR) Permitting and Testing at a cost of $100,928.50 ". Attachment: Proposal from CDM for consulting services related to Aquifer Storage and Recovery (ASR) Permitting and Testing.