Loading...
*1387 CPH Engineers - Dis.By-ProductssI :� PURCHASING DEPARTMENT TRANSMITT'AL MEMORANDUM To: City Clerk/ RE CPH Engineers Inc PO 32450 -5 Increase PO Change Order No. 1 $193,717.00 The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond Resolution ❑ City Manager Signature ❑❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Safe Keeping.... Marisol Ordonez � )i I C�w From - � -A � � //, -�, Date T: \Dept forms \City Clerk Transmittal Memo - 2009.doc 0 X y — I r ALL PACKAGES AND INVOICES ASSOCIATED WITH 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 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 b y 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 expenses 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. WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. Q 2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance of officers, officials, employees, agents or subcontractors of Vendor /Contractor. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida � II WORK ORDER CHANGE FORM Work Order No. W.O.# CPH -026, P.O.# 32450 Project Title Disinfection By Products Compliance Improvements WTP No. 2 Project Number DW 1101 Bid No. Owner: City of Sanford. Florida Contractor: CPH Engineers, Inc. Work Order Date: March 17, 2011 This Work Order Change is necessary to cover changes in the work to be performed under the Work Order referenced above. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued STANDARD SPECIFICATIONS of the contract, work order, solicitation indicated above of apply to and govern all work under this Work Order Change. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Current Contract Price (Adjusted by Previous Change Orders) $ 2 83 , 752.00 (2) Total Proposed Change in Contract Price $ 193, 717.00 (3) New Work Order Price (Item 2 + Item 3) $ 477 ,469.00 (4) Current Contract Time (Adjusted by Previous Change Orders) 397 Days (5) Total Proposed Change in Contract Time 120 Days (6) New Contract Time (Item 4 + Item 5) 517 Days (7) Original Contract Substantial Completion Date 4 /17 /12Days (8) New Contract Substantial Completion Date 8 / 15 / 12Days Description of Change Perform additional services including coordination and evaluations of the ozone / GAC process; preparation of PDR; Design of new chemical storage & pumping systems; design for rehabilitat of existing ground storage tanks; design of new SCADA system for both the main and auxiliary plant; new automatic control systems for water quality monitoring. Reason for Change Requested by the City Change in Contract Price: $193,717-00 Change in Contract Time: 120 days WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for the adjustment of the Work Order Price and Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Work Order Change. Execution of this Work Order Change shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Work Order Change. APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Work Order Change; and It is expressly understood and agreed that the approval of the Work Order Change shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: /.1✓ i 0L -ig- C�-bl -- D (Corporate Seal) CPH Engineers, Inc. Contractor David A. Gierach, P.E. Printed Name and Title of Officer By (Signature) - �g Date ATTEST: Owner (Signs re) Printed Name a d Title 6 - z �" Date By (Sign re) (Seal) Date END OF SECTION Sanford Disinfection By-Product Design SANFORD'S WATER PLANT - 2 GAC IMPROVEMENTS PLAN OF STUDY PHASE - I, 2, & Amendments 1 & 2 SUMMARY FEE SCHEDULE DESIGN AND PERMITTING ITEM DESCRIPTION Cost by Task PHASE - I GAC IMPROVEMENTS Task 1 - Project Administrative and Coordination Services $ 3,590.00 Task 2 - Preliminary Design $ 53,149.00 Task 3 - Final Design - Plan and Specification Preparation $ 82,544.00 Task 4 - Penniffing 1$ 18,170.00 Task 5 - Grant and SRF Assistance $ 10,000.00 PHASE 1 Sub -Total (GAC) $ 167,453.00 PHASE 2 MISC. IMPROVEMENTS Sub -Total $ 21,771.00 AMENDMENT 1 (Ozone) Task 1 - Administrative Services $ 2,435.00 Task 2 - Preliminary Design Is 19,558.00 Task 3 - Final Design (Plans and Specifications) $ 83,932.00 Task 4 - Permitting $ Deletion of Restroom Improvements $ (11,397.00) AMENDMENT 1 Sub -Total $ 94,528.00 AMENDMENT2 Task 1 - Assistance with Coordination and Evaluation of Process $ 45,260.00 Task 2 - Preparation of Preliminary Design Report for Permitting $ 51,340.00 Task 3 - Design of New Chemical Storage and Monitoring Systems $ 26,522.00 Task 4 — Ground Storage Tanks Rehabilitation $ 10,01070 Task 5 — SCADA and Security Upgrades to WTP 2 and Main WTP $ 60,585.00 AMENDMENT 2 Sub -Total $ 193,717.00 TOTAL PROJECT`DESIGN A PERMITTING FEE $ 477,469.00 Estimate of Project Construction Cost $ 7,000,000.00 Design fee as percent of construction 6.82% U) F 000 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O In c0 O u) )0 c0 c0 M Cl) N O c0 c- O O O O J] O O O N to N CO O O r N '7 M O O M Oci 00 r 00 O N l0 a M 00 O M N ` 0 — N V O N O n Cl) M M W) ao O M U 6 V93 V3 is 6i3 63 63 Efl us tF3 e9 63 691 03 to 6r3 613 coo O o 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y O O O U') L6 LC) O M N N O N O to O 0) cl C x w tss 0% to w. fR 61) 6% d3 65 E9 t» w, 6 6q. 61.1 0% v3 0 �eaua�� 0 N N N IN N N N V M N q N 4381 OVo O O N -- O N M N O N O 0w N co N � OO w N — m Jau6isap J°ivag 0 0 O (0 0 0 00 N M N N O O N 0 t0 fD v N N N O O 0. J m O ;!: JaaUi6U3 Ieuoissa ;oJd N N CO v O O a O W v N O N O N 7 v 00 N w N v N CD CO O I- C = Z Z '- U g� y� IL 0 w o W C LL W Ja6euew;9afOJd ` N N N N N N V' N O N LL 2 0 a d3 " W o O Z y �Z aQ ou O d Q a fed. Pd ° v v o z E h m W 0 O O II N r_. ° v1 y Af r CO C t d c O a E O Q a •� m r. O` N D O p y Cy. 3 En G r n L N� O C 7 O) - m O a d. y d W E U y p- L >' C N L C N R F- W y C N N y .... 10 lO m a E 0 07 w .0 N in U. R 0 L C U y O H 3 p O C A C . 7 n7 C y w Q m C L1 i E E C1 C t0 E 3 G U O 0) O .0 C y a > 0) > E N 7 y U C U G -, 7 C 3 G O C ° O U E y 0) O- h fn B .a 03 3 y m C U C d j m y ` 7 N N Q 0) 'O C 7 U O C 0) 7 O y tr N N a O > W =_ y > C a 0) -O N = O @ C R N C) a. y 7 O N N a7 •N > Lll w >, O C W 'C 0) C " 'U U O O N V m ° 0) M y a L 0 — C O m 'D -p = 7 , 0) a) O E 0) .3 O N Z y m U N w C O III W.. 0 R O. N _ C C O Z cu o a, C 0) O- E, N L C w C � E C ` C -O O U E O CL ++ C "O @ 7 W - C 0 O .L-. 0 N O. 0) •�, N U C •> O O ° V '� 9 O C O - O o a O C V -C� O y c0 C a '7 L 9 y • E o O_ w E 0) 30 • N m O '8 U 'O V 'O C O N p V U y N _U .y E �. O C .. O = 41 0) � 0) 2' — w O O 'y w U C N 'O y 0) cO N= L. N c6 L U m 0 7 E 0) O O y— C C O O =O N O L 'O O E a a C w •8 M L �' C N N U O .O N t ~° y 46 a) O N 0 f0 C W �' c0 C O a O> c- - U n Q) J0 3: r E C N 'C y 3 0� O D �' °- mom - d ° m �> m ° oR w C O w c0 03 O C U O O U E L 'O N O O CO y CO O a y O E O O O c0 3 0) t6 ,C c0 E 0) 0) y C9 c0 O U N U _ y d o@ >. O N >. 07 0) o C E 'v C °- O. c y 0) N C a c6 C _U L U y 0 7 0 � > 0) 7 Q 01 U E > > w ns E O J0 O — U � 'j 0) C t2 Q1 7 +� L U CO E y N 0) 0) 0) o O2aT� as 03 do . o a 3 c a O V/ m h Dv ° O° r 2 ' �'- N N Y N N N M N V N M. Y M N M M M ~ ld O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O coo O O O 0 0 O O O O O O O O O O O 0 0 0 0 0 0 O O O 0 0 O p LO co N to O N N N O O N N N 1 4* N N LO O 0 0 l0 O LO O O O O LO O O O LO O N m 00 M LO C O O h CO G O to (0 O> r O (O r W V O V• V W CO Co V N V 00 O V Cl) M O t- co 00 N UO O O V O O m 00 (n T N M co 0 0 N N M N _ _ (0 LO p n 1 6.! N t0 O T fR (H Efl FA Efl to Efi V> 69. 69? EH Ffl 61) (A 0f 69 W- 69 H> Ef> fA 69 W9 W9 tfi 6A (A EA 69 p O O O O O O O O O 0 O 0 O 0 O O O O O O O O O O O O 0 O 0 O O O 0 0000000 O O O U) N O N T LO Ln N N N N N t0 LO LO O LO O LO O LO O LO 0 (O 0000 LC) Lo to LO O LO O LO O Lo O O O O O t(1 p N N O Ct O Ln O (u n LO N LO o M O M f!3 EA fR 6N EA (A fA (R FR EA FA Uh EA FA ff! EH EJ? be t!) 69 (fl 6 to H> Vi (A 69 (f) VT K> O in R (o R N N N N N N M N M wi N t0 O Ld N V V co M N V co v O N w v C! t0 Cl) r N M O o O 'C Cl) O V V V V V 00 V V V N V V V M V V N T t0 Cl) n : Ln CD n V N 'L}' N N O O O co O O a N N N N V N N N N V V V V V N V N co M O le N N a 00 0 V V V V N .-- O O co N N T O O O N O T T O T N J O_ N A w 10 E •� E 3 ° y ° m o H m c a c� d °' m O o > > N n o -0 C m c m v M 0) a M ° v `m m 3 H CO) (n tT d 0 Y Y a) N C O C Y C h y la 9 c ° N to N D w y '(6 a O y 'a D y ~ C y a) O y 1 o to 2 c � m o w e m w a o ca . N C W U U E C0 N •O c C.. R 'x a) L �cj c o N =_ v N E E y t>) c E E .O o= C t to O N d j( w O Y a >> W VJ U ° m to R to w U E 1 L O y m E J 7 'O o c O C ° o°° — C C .2 . 2 3 a� c a , w °_ m E E �rn v v c 0 -0 U U U E t1 0 O N O 7 d »> t0 to O` C U U U 0 y _ d .mW.. W L 0 �.. to (a m N U0 y N C 7 C N 7 D O U LL S,00 !E 0 ' U . y i 7 Q) y to O �` O O T C o C a C O ( atl O Q' a) p W fl CO to y E (0 . 0 N J C O Z m J C N E U C O 0 a- W .2 U n O O N X to co m y � J C C m J O C N C U a) to C La C C c a) S a w a) tCp >>� a) a) E N d N C a) E U .O O U C O d LL O '7 w U :s (n y E F N "' - 0 C �' U 0 CD U r> C C N N 4_ E �. 0 n ' U al E t1 0 O- 2 a1 m a w a) E o0 0 0 3 C > m m O V 0 U O C N O N D O d 0 E °\ rn t1 N O E y D _ V o o c 7 (n c c° ? c �° o (® c CO y 3 w y d c a� m o °o w U � o Lu o U c �. a� o m c C O 'O C y a+ _ C (o C.0 C O O O N m LL Q Q U z N Q w Q V U O C y m O O 0 U Q L `° y CF. c a7 ._ to m E O E a� `° J N 0 0 Q c L N — J ❑ Q 7 O Q C L N c d O o = to U C c c to a m o r m U U a� U aUi .x ° U m U o o m a) U c w CD o �? o =Y Q . aye in o (n J) cn Q in (n (n U) m > >'» �r C o_ 7 m w L (7 1 d o v 3 � C O wL a7 � m D a) 3Q of a7 ����NLLQ aI W aI V UP (fl H N M V LO O N aD O co co (`i V N Ln tC7 LO tl) L() LO LO 0 LO F H SCOPE OF SERVICES AMENDMENT 2 Engineering Design and Permitting Assistance for Disinfection By- Products Compliance Improvements City of Sanford Water Plant No 2 DESCRIPTION OF WORK In order to meet the proposed project schedule for compliance with the Disinfection Byproducts Rule the design of the subject project began while the City was performing the pilot testing to verify the required treatment necessary to meet the DBP Rule. During the pilot testing it was determined that the GAC should be operated in the biological mode and ozone should be added for pretreatment prior to GAC. This proposed change will result in significant operational cost savings by significantly extending the life of the activated carbon which is very expensive to replace. In addition control systems are proposed to be added which will reduce operations cost and will allow monitoring of the Main Plant and Aux Plant for remote operation further reducing operational costs. Upgrades were also determined necessary for the chemical storage and feed systems to bring the systems into compliance with current regulatory standards and for operator safety and to meet current spill prevention control and countermeasure requirements. This proposed change order is necessary to include all the above items into the Auxiliary Plant Upgrade project. The project design fee remains below the FDEP SRF Allowance included in the City's SRF Loan for this project and the construction costs remain within the SRF Project Construction Budget, so the Project is fully funded under the current loan agreement. Included below is a more detailed description of the proposed changes. General A breakdown of the specific work items is as follows: 1. Further assistance with coordination and evaluation of the proposed ozone /GAC process and to evaluate the impact on the current design when new process procedures are determined by the pilot study to include GAC operating in biological mode. 2. Preparation of a Preliminary Design Report to submit to FDEP for the purpose of obtaining a permit to construct the proposed improvements. 3. Design of a new chemical storage, pumping, and, monitoring equipment. 4. Addition of rehabilitation work to be performed on both existing ground storage tanks, as described in the inspection report for each tank. 5. Interconnection of new SCADA system and access security between both the Main Water Plant and the Aux. Water Plant 6. Modification of new controls systems to automate controls and monitor water quality. 5/24/2012 Task 1 — Assistance with Coordination and Evaluation of the Proposed Ozone Process 1.1 CPH will meet with the City and review the results of the pilot Testing as well as assisting with the comparison of nanofiltration with ozone and GAC for water processing. 1.2 CPH will assist the City by providing reviews of the ozone pilot study /evaluation for the purpose of developing and modifying the design drawings and specifications, as well as coordinate with Reiss Engineers as directed by the City. This item includes meetings with the City and Reiss Engineering to review the Pilot Evaluation and design concepts. Task 2 — Preparation of a Preliminary Design Report for FDEP submittal CPH shall prepare a Preliminary Design Report to be submitted to FDEP to obtain a permit to construct the improvements. The PDR is to be submitted in the place of a complete set of plans and specifications in order to expedite the issuance of the construction permit and help secure funding from the SRF Loan Program. 2.1 The preliminary design report will be based on the pilot evaluation performed by the City and reviewed by CPH. 2.2 This phase of the work includes the work associated with summarizing the ozone and GAC design for the purpose of FDEP review and permitting. The Preliminary Design Report includes design evaluations and calculations, a layout for the facility. Included in the Preliminary Design Report: • Description of all major pieces of equipment • General layout of equipment and structures showing dimensions, sizes, flow rates, and pressures • Calculations for sizing equipment, pipes, channels, and the development of a hydraulic profile • Preliminary points of connection to existing facilities for process water, chemicals, electrical services, and SCADA system and proposed piping modifications • Layout of proposed buildings to include piping, offices, laboratory • Layout of proposed chemical storage and pump building, to include piping, ventilation 2.3 Revise the FDEP construction permit per design changes resulting from the pilot study completion. Task 3 - Design of a New Chemical Storage, Pumping, and Monitoring Systems Under this task CPH will prepare engineering design plans and specifications for the new chemical storage, pumping, and monitoring systems to include the design calculations and general technical specifications. 3.1 The design of the new chemical storage and pumping building shall include safety measures and procedures which comply with current containment and leak detection measures. 2 5/24/2012 3.2 This task includes the design of a new chemical storage building that will house new chemical storage tanks sized for the new process, new chemical pump skids to provide reliable delivery of chemicals at the required dose. 3.3 Monitoring equipment shall be added to read current water quality and to dose chemicals, (sodium hypochlorite, polyphosphate, and fluoride) 3.4 Design and specification of chemical feed site piping and sampling. 3.5 Modifications to the process controls to receive water quality and flow signals and pace the chemical fee systems. Task 4 — Ground Storage Tanks Rehabilitation Work on this task is for adding the rehabilitation items listed in the inspection report performed by Crom Engineering and Construction Services. 4.1 The work associated with this task is to incorporate into the project the rehabilitation of the tanks as designated by Crom during there inspection dated March 21, 2011. CPH shall include in the specifications and show on the plans the rehab work called out in the Crom inspection report. Task 5 — SCADA and Security Upgrades to WTP 2 and Main WTP Under this task CPH will prepare final engineering design plans and specifications for the improvements to the main water plant with details of the proposed improvements with the design calculations and general technical specifications. This work generally consists of: 5.1 Engineering Services associated with existing server upgrade 5.2 Engineering Services associated with extending the fiber cable from the main building to the reuse building 5.3 Renovations to the existing building to facilitate the server up grade at the main water plant 5.4 Upgrade of the access and security systems at the main water plant 5.5 Improvements to the radio system from the main WTP to the Mayfair wells (6), Oregon Wells (5), and Twin Lakes Wells (2) Sub - Consultant Services ELECTRICAL — (Bailey Engineering Consultants) Expansion of the scope of work for the electrical design for the added work associated with the ozone equipment, buildings, and controls. Also included is work at the City's existing Main Water Plant for improvements to the SCADA system, to improve monitoring and control of the operation at water plant 2 (Aux. plant). Refer to Project Approach /Fee Schedule for details of scope and fee. 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. 5/24/2012 SERVICES NOT INCLUDED The following services are not anticipated and, at this time: ❖ Sketch of Descriptions /Easement Documentation. ❖ Preparation of Legal Descriptions. ❖ Platting. ❖ Expert witness for litigation. ❖ Construction staking. ❖ Off -site utility analysis and design. ❖ Off -site storm water analysis and design. ❖ Any permits not identified herein. ❖ Special meetings with agencies, other consultants or CITY not normally required performing the work described in the Scope of Services, except those meetings specifically identified in the above Scope of Work. ❖ Permitting efforts relating to obtaining variances for the site therefore, not included in this Agreement development including tree issues, setbacks, parking, etc. ❖ Easement or right -of -way vacation or dedication services or platting services. ❖ Services resulting from changes made by CITY following the completion of specific project tasks that require re -work by CPH. ❖ Flood Plain Analyses ❖ Site Specific Maintenance of Traffic Plans ❖ Material testing during construction i.e. (compaction and concrete testing) ❖ 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. 4 5/24/2012 PAYMENT and SCHEDULE Compensation paid to the CONSULTANT for the services described herein shall not exceed $193,717.00 inclusive of out -of- pocket expenses. Please see the Project Approach / Fee 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 _ 491 4_ 4 4 By: ENGINEER: `� CPH Engineers, Inc. L ';TTEST By: 'o� Date: CPH ENGINEERS, INC AUTHORIZATION By: D vid A Gierach, P.E. Date: l President / (L „ , /�� / l Page 5 5/24/2012 5 71 CITY COMMISSION MEMORANDUM 12.076.E JUNE 1 1, 2011 AGENDA TO: Honorable Mayor and Members of the C PREPARED BY: Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Engineering Design and Permitting Disinfection By- Products Project Compliance Improvements — Amendmei SYNOPSIS: WS RM Item No. Approval of Amendment 2 to the existing CPH Engineers design for the disinfection by- products project is requested. FISCALISTAFFING STATEMENT: This amendment from CPH Engineers is for $1 93,717. Funding will come from the State Revolving Fund (SRF) loan program administered by the Florida Department of Environmental Protection (FDEP). BACKGROUND: The work performed by Reiss Engineering and to be performed by CPH Engineers is in compliance with City Procurement Policy through the use of existing CCNA Master Contracts which established a process to enable the securing of professional services in a timely fashion. The federal rule requires all potable water systems to meet the reduced limits for Trichloromethane and haloacetic acids. This is known as the Disinfection By- Product rule. On October 11, 2010, the City Commission approved a proposal from Reiss Engineering for water treatment evaluation. On March 28, 2011, the City Commission approved a proposal from CPH Engineers to utilize the results from the Reiss work to design the plans and specifications to construct the treatment improvements. Both proposals were progressing simultaneously in order to meet the federal implementation deadline of early 2013. The original Scope of Services of the CPH work was based on the preliminary results from Reiss to add granular activated carbon (GAC) as treatment. During the course of the Reiss work it was discovered that in addition to GAC treatment ozone was needed as pretreatment to the raw water. Additional engineering work was required (Amendment 1) and was approved by the City Commission on 11/14/11. Final design work by CPH discovered the existing chemical storage tank and piping were inadequate and posed a safety risk. Also improvements to the SCADA including security and monitoring were needed for proper operation. Attached is Amendment 2 from CPH Engineers detailing the increased scope of work. LEGAL REVIEW: N/A RECOMMENDATION: It is staffs recommendation that the City Commission approve the amendment to the CPH work order to accommodate necessary additional improvements to the chemical storage tank, piping and to the SCADA resulting in the added amount of $193,717 to perform engineering design as outlined in the attached Scope of Services. SUGGESTED MOTION: "I move to approve amendment 2 to the CPH work order in the added amount of $193,717 to perform additional engineering design work as outlined in the attached Scope of Services." Attachments: CPH Engineers Scope of Services Amendment 2