Loading...
1608 - CPH - Biological Nutrient Removal�a S PURCHASING DEPARTMENT /&O�- TRANSMITTAL MEMORANDUM 24, 2013 To: City Clerk RE: CPH INc PO 33545 and RFQ 12/13 -10 SNWRF Biological Nutrient Removal & SWRC Phase II 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 ���(� F-1 Maintenance Bond ® Safe keeping (Vault)YKQ -- ❑ 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: ILI mWal l TADept_ forms \City Clerk Transmittal Memo - 2009.doc 9- a �R¢ T� .- .. : C i cri r%4 T.T C`d L Uj DATE: 09/04/13 PURCHASE ORDER PO NUMBER 033545 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 219 TO: CPH, INC 500 WEST FULTON ST P.O. BOX 2808 SANFORD, FL 32772 -2808 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 85801 26 21 681 C -8 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 09/30/13 NET /30 63886 ACCOUNT NO.: 452-4520-536.63-91 PROJECT NO.: RW11 0 2 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 SNWRF BIOLOGICAL NUTRIENT REMOVAL 1398800.00 NA 1.00 1398800.00 & SWRC PHASE II EXPANSION RFQ 12/13 -10 SRF #590131 FDEP ADMIN ORDER NO. 09.0002 SUB TOTAL 1398800.00 TOTAL 1398800.00 APPROVED BY: '7 APPROVED BY: I CITY MAN ER ALL PACKAGES AND INVOICES ASSOCIATED WITH JHIS 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 F _187 i =-"�I PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor 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. 2. All information referenced is hereby incorporated into the PO. 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 Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor'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 PO. 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 PO 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 with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, un used 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 PO 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 manufacturers' 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 purchase 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 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 assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor 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 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, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase 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 shall not assign this PO, any rights under this PO 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. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 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 PO 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 shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor'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 PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor identified on the PO and for received and accepted goods /services. The City sha II have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor 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 PO. 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 PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the.Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, 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 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's applicable literature relevant to the purchase. The Vendor 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 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 List. 23. In compliance with 8 U.S.C. Section 1324a(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 PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO 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 Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021 Finance Dept 407.688.5020 WS RM Y `n I �877 Item No. k CITY COMMISSION MEMORANDUM 13.155 JULY 22, 2013 AGENDA TO: Honorable Mayor and Members of the City Com n PREPARED BY: Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Sanford North Water Reclamation Facility B' logical Nutrient Removal Improvements and Sanford South Water R ource Center Phase II Expansion: Construction Engineering, Inspection an Management Services. SYNOPSIS: Approval of the scope of services for Sanford North Water Reclamation Facility (WRF) Biological Nutrient Removal Improvements and Sanford South Water Resource Center (WRC) Phase II expansion construction engineering, inspection and management services is requested. FISCAL/STAFFING STATEMENT: The cost of these engineering services is $1,398,800.00. Funding will come from the State of Florida State Revolving Fund (SRF) Program. BACKGROUND: The City is currently operating under an Administrative Order (No. 09 -007) issued by the Florida Department of Environmental Protection (FDEP) relating to the reduction of nutrients discharged from the WRF. The Administrative Order was part of the City's operating permit renewal issued in 2009. The FDEP adopted new total maximum daily load (TMDL) standards for the middle St. Johns River Basin. The TMDL standards are part of the effort by the FDEP to reduce nutrient levels in waters of Florida. The City is also expanding the Sanford South WRC because it has reached its 75% treatment capacity. The facility will be expanded from 2 million gallons per day (MGD) to 3 MGD. On February 28, 2011, the City Commission approved a proposal from CPH, Inc. (CPH) for the design of nutrient removal modifications at the Sanford North WRF and expansion of the Sanford South WRC. There is a need for engineering services during construction. Due to the cost of these services the City requested proposals from qualified engineering firms. The City received two proposals and on February 11, 2013 the City Commission ranked CPH as the highest qualified firm. CPH's Scope of Services proposed for the work is attached. CPH's proposal is in the amount of $1,398,800.00 and includes procurement assistance; construction engineering, permitting and inspection; as well as added design services for improvements needed during initial design and operating permit renewals for both treatment plants. LEGAL REVIEW: The City Attorney has no legal objection to the award of CPH's proposal as the Purchasing Manager has certified compliance with the Consultants Competitive Negotiation Act and that all City purchasing policies and procedures have been adhered to, and upon a determination, as a matter of policy, that design work and construction engineering, permitting, procurement activities and inspection are appropriate to be accomplished by the same consultant. RECOMMENDATION: It is Staff's recommendation that the City Commission approve CPH's proposal to provide services in the amount of $1,398,800.00. SUGGESTED MOTION: "I move to approve CPH's proposal in the amount of $1,398,800.00 for the Scope of Services outlined in the attached proposal." Attachment: CPH's proposal 1,877-- CITY COMMISSION MEMORANDUM 13.180 AUGUST 26, 2013 AGENDA TO: Honorable Mayor and Members of the City Commission 1, PREPARED BY' Paul Moorility Director SUBMITTED BY: orton �naparte, Jr., City Manager SUBJECT: Nutrient Reduction/ Plant Expansion Project Budget Amendment SYNOPSIS: Approval of the Budget Amendment Resolution for the Nutrient Reduction/Plant Expansion Project is requested. FISCAL/STAFFING STATEMENT: The total for the budget amendment, which includes the construction work, is $11,871,743. Funding will come from the State of Florida SRF Program. BACKGROUND: The City is currently operating under an Administrative Order (No. 09 -007) issued by the Florida Department of Environmental Protection (FDEP) relating to the reduction of nutrients discharged from the WRF. The Administration Order was part of the City's operating permit renewal issued in 2009. The FDEP adopted new total maximum daily load (TMDL) standards for the middle St. Johns River Basin. The TMDL standards are part of the effort by the FDEP to reduce nutrient levels in waters of Florida. The City is also expanding the Sanford South Water Reclamation Center because it has reached its 75% treatment capacity. The facility will be expanded from 2 million gallons per day (MGD) to 3 MGD. On February 28, 2011, the City Commission approved a proposal from CPH, Inc. (CPH) for the design of nutrient removal modifications at the Sanford North WRF and expansion of the Sanford South Water Reclamation Center. On July 22, 2013 the City Commission approved the proposal from CPH to perform the construction engineering, inspection and management services. The City also has the construction improvements out to bid. I ws_RMx L Item No. �r ry ty CJ TO: Honorable Mayor and Members of the City Commission 1, PREPARED BY' Paul Moorility Director SUBMITTED BY: orton �naparte, Jr., City Manager SUBJECT: Nutrient Reduction/ Plant Expansion Project Budget Amendment SYNOPSIS: Approval of the Budget Amendment Resolution for the Nutrient Reduction/Plant Expansion Project is requested. FISCAL/STAFFING STATEMENT: The total for the budget amendment, which includes the construction work, is $11,871,743. Funding will come from the State of Florida SRF Program. BACKGROUND: The City is currently operating under an Administrative Order (No. 09 -007) issued by the Florida Department of Environmental Protection (FDEP) relating to the reduction of nutrients discharged from the WRF. The Administration Order was part of the City's operating permit renewal issued in 2009. The FDEP adopted new total maximum daily load (TMDL) standards for the middle St. Johns River Basin. The TMDL standards are part of the effort by the FDEP to reduce nutrient levels in waters of Florida. The City is also expanding the Sanford South Water Reclamation Center because it has reached its 75% treatment capacity. The facility will be expanded from 2 million gallons per day (MGD) to 3 MGD. On February 28, 2011, the City Commission approved a proposal from CPH, Inc. (CPH) for the design of nutrient removal modifications at the Sanford North WRF and expansion of the Sanford South Water Reclamation Center. On July 22, 2013 the City Commission approved the proposal from CPH to perform the construction engineering, inspection and management services. The City also has the construction improvements out to bid. I REQUEST FOR BUDGET AMENDMENT Fiscal Year 2013 —Department.-UtIlIfes- --- -Divislow-Plants- TOTAL CHANGES IN REVENUES TOTAL CHANGES IN EXPENDITURES $ 11,871,743 REASON FOR AMENDMENT: Budget for Proceeds from W Loan 600131 DIRECTOR APPROVAL: DATE: 61,1:V, > FINANCE APPROVAL: DATE: CITYCOMMISWN AGENDA DATE: 3 e, 6., APPROVED Entry Date: • 13 Batch Number: Document#.t-5x 611,V2013 SCOPE OF SERVICES SANFORD NORTH WRF BIOLOGICAL NUTRIENT REMOVAL IMPROVEMENTS AND SANFORD SOUTH WRC PHASE II EXPANSION: CONSTRUCTION ENGINEERING, INSPECTION AND MANAGEMENT SERVICES JUNE 27, 2013 CPH, Inc. 500 West Fulton Street Sanford, FL 32771 1. GENERAL SERVICES OF THE CONSULTANT A. The CONSULTANT agrees to perform professional construction engineering, inspection and management services in connection with the project as hereinafter stated. B. The CONSULTANT shall serve as the CITY's professional engineering representative in those phases of the project to which this Scope of Services applies, and shall give consultation and advice to the CITY during the performance of his services. C. The CONSULTANT shall provide all professional construction engineering, inspection and management services to ensure that the CITY is in "full compliance" with the requirements of the FDEP Administrative Order No. 09 -0002 in association with the following improvements and construction projects (individual) designed by the CONSULTANT: 1) Sanford North WRF - Site Development a. The removal and legal disposal of the accumulated sludge and geomembrane at the bottom of and all of the trash buried below the "existing" South Detention Pond at the Sanford North WRF. b. The importation, placement and compaction of clean structural fill to the lines and grades required for project completion. c. New stormwater pond contouring and sodding, installation of a stormwater pond mitered end section, FDOT inlet and RCP pipe. d. Concrete plugging of existing piping. e. Installation of miscellaneous piping, manholes, fittings and valves. f. Construction of a reclaimed water equalization pond for storage of reclaimed water and for the structural fill needed the South Detention Pond Area (Additive/Deductive Bid - Item). 2) Sanford South WRC - Phase II Expansion a. Tertiary Filtration system expansion including a cast -in -place concrete structure, one disc filtration unit, handrail /toeplate and associated equipment, piping, grating and matting and appurtenances. b. Chlorine contact chamber expansion including a cast -in -place concrete structure, weir gates, grating and matting, and associated equipment, piping, and appurtenances. c. Addition of a "new" transfer pump to the "existing" Transfer Pump Station and associated equipment, piping, valving and appurtenances. d. Chemical feed system modifications. e. Electrical, controls and instrumentation systems. f. Addition of the Superior Tuning and Control (STAC) System for `on -line" operational control of ammonia and nitrate (nitrogen species). g. Site work, piping and stormwater management system improvements. h. Expansion of the "existing" Operations Building (Additive Bid - Item). 3) Sanford North WRF - Biological Nutrient Removal Improvements a. Cast -in -place concrete BIODENIPHO Oxidation Ditch System (7.3 MGD) and associated equipment (influent distribution system, rotors, mixers, sluice gates, handrail /toeplate, walkways, etc.). b. Addition of the Superior Tuning and Control (STAC) System for "on-line" operational control of ammonia and nitrate (nitrogen species). c. Relocation of the existing Grit Removal System and associated equipment/piping. d. Anaerobic and secondary anoxic selector basins, mixers and associated equipment. 2 e. Addition of primary disc filtration system (two units) and a reclaimed water storage tank and all associated equipment and appurtenances. f. Addition of a volute thickening and pumping system to convey to primary solids from the primary disc filtration system to the aerobic digestion system. g. Reaeration basins and associated PD blowers, piping and diffusers. h. Addition of a new raw wastewater transmission system from the master lift station to the new BNR system. i. Improvements to the existing RAS/WAS pumping stations. j. RAS/WAS transmission (piping) system and RAS Bleed System for the BNR system. k. Supplementary carbon storage and pumping system (BNR system). I. Chemical feed system modifications. m. Electrical Building and associated equipment, piping, and appurtenances. n. Electrical, controls and instrumentation and SCADA modifications. o. Site work, piping, roadway and stormwater management system improvements. p. Regrading, paving and stormwater improvements to the eastern half of the Sanford North WRF. D. The CONSULTANT shall serve as the "Engineer of Record ", as required by FDEP, during the construction of the improvements described in Article 1(C) and provide professional Construction Engineering, Inspection and Management (CEIM) services to ensure compliance with the FDEP Administrative Order. E. The construction period forthe three (3) individual construction projects will commence with the Award of the Sanford North WRF: Site Development construction contract by the CITY and will terminate upon written approval of final payment by the CITY for the Sanford North WRF Biological Nutrient Removal Improvements Contract and certification of completion of construction to FDEP. The overall CEIM improvements program identified in Article 1(C) will terminate with the written issuance of a letter from FDEP releasing the CITY from the Administrative Order. The anticipated services associated with the CEIM Contract, listed herein, will occur over a 24 -month period beginning with CITY approval of this Contract. 3 2. PROFESSIONAL ENGINEERING DESIGN SERVICES A. The CONSULTANT shall provide the following "additional' professional engineering design and permitting services, under the direction and approval of the City of Sanford, for the following improvements: 1) Sanford North WRF a. Relocation of the existing Grit Removal System to the "new" Biological Nutrient Removal System structure to improve the hydraulic operation of the facility and reduce long -term operating costs. b. Addition of a Primary Disc Filtration (PDF) System upstream of the "New" Biological Nutrient Removal System due to the increase in total nitrogen loading being received at the Sanford North WRF over the last 12 months. The PDF system removes approximately 15 - 30% of the BODS, thereby leading to a significant reduction in the size of the BNR System footprint and power requirements (33% reduction in power requirements related to the original design). CPH evaluated the technology and conducted, in association with the technology manufacturer, a five - month "pilot test" of the PDF system to determine applicability, wastewater loading rates, sludge generation rates, backwashing rates and criteria, and implementation with a future conversion of the biosolids management system to anaerobic digestion with combined heat and power (CHP). c. RASIWAS pumping station improvements required for the new Biological Nutrient Removal System. The current system is over 30 years old and, based on pumping tests, is not capable of providing the proper return flow of activated sludge from the existing secondary clarifiers to the "news' nutrient removal system. d. Addition of a reclaimed water ground storage tank to be located directly under the Primary Disc Filtration System. This tank will provide a constant supply of reclaimed water (automated filling system integrated) to the high pressure and hot water cleaning systems associated with the PDF System. e. Raw wastewater transmission system from the "existing" Master List Station to the new Biological Nutrient Removal System to reduce hydraulic headlosses and convey the raw wastewater to new structure which is located at a much higher elevation. f. RAS/WAS piping, fitting and valve replacement to convey the activated sludge to the new BNR system and "existing" gravity belt thickeners. g. RAS Bleed System (modulating valves, flow meters, piping and fittings) to reduce the potential need for supplemental carbon addition to the secondary anoxic basins during the denitrification process. h. Supplemental Carbon Storage Facilities and Pumping System (BNR) for addition of the chemical to the secondary anoxic basins during the denitrification process. L Volute thickener and "integrated" pumping system (intermittent control) to dewater the primary solids generated by the Primary Disc Filtration System and convey them to the "existing" aerobic digestion system. The system will reduce the volume of material conveyed to the digestion system and thereby enhance operations and control. j. Regrading and repaving of all of the Sanford North WRF internal roadways and installation of a stormwater management system to collect runoff from the eastern side of the treatment facility. This portion of the facility site was built before stormwater regulations were implemented within the State of Florida and there have been drainage issues at the site that are impacting the integrity of the internal roadways. In addition, the integrity of the internal roadways will be impacted by the thousands of truck trips required for removal of the trash and importation of clean structural fill required as part of the Sanford North WRF: Site Development project. k. Professional surveying services required with providing a topographic survey of the eastern portion of the Sanford North WRF. I. Electrical, controls and instrumentation services and design of SCADA system, computer hardware and software upgrades associated with the professional engineering services identified above. 2) Sanford South WRC a. Stormwater management system improvements (pond expansion, fill importation, regrading, elevating pond bottoms and raising of storm inlet grates) required by the FDEP at the Sanford South WRC. b. Stormwater and biosolids system modifications around the biosolids handling facility, dryer facility and receiving station and the gasification building to keep biosolids and other debris from reaching the stormwater management system. c. Stormwater flow and energy dissipation system to address erosion issues along the biosolids truck delivery driveway (southern internal loop road). d. Expansion of the Operations Building at the Sanford South WRC to include the addition of the following: (1) men's ADA bathroom and associated infrastructure and fixtures; (2) women's ADA bathroom and associated infrastructure and fixtures; (3) additional hallway; (4) renovation of the existing unisex bathroom to a unisex ADA shower room; (5) mechanical, electrical and plumbing (MEP) improvements; (6) HVAC improvements; (7) sidewalk and driveway modifications; (8) Roofing system tie -in to the "existing" Operations Building; (9) an exterior covered storage area with an "elite" roofing system; (10) flooring, ceiling and wall systems; (11) irrigation system improvements; and (12) relocation of utilities in the area where the building expansion is to occur. e. Addition of a Supervisory Tuning and Control (STAC) for the Oxidation Ditch Sanford South WRC. This technology allows the dynamic control of "existing" oxidation ditch phase lengths in response to incoming raw wastewater loadings, providing real -time operation. The system can improve Total Nitrogen removal by 2 - 4 mg /L over "fixed" phase length operation and results in potential energy savings from optimization of operation of the aeration equipment. f. Expansion of the paved entrance to the treatment facility. g. Design of stormwater ditch improvements and cleaning of the system at the entrance of the treatment facility. h. Electrical, controls and instrumentation services and design of SCADA system, computer hardware and software upgrades associated with the professional engineering services identified above. 3) Site 10 a. Addition of a third Reclaimed Water Storage Pond at Site 10. The "new" biological treatment system improvements at the Sanford North WRF require the removal of approximately 35,000 cubic yards of municipal trash from underneath the existing South Detention Pond (location of the new BNR improvements) along with its legal disposal and the importation, placement and compaction of approximately 60,000 cubic yards of clean, structural fill to bring the site to the proper grade. b. Addition of 14 acre reclaimed water pond and the following infrastructure: (1) 1,200 linear feet of 36 -inch RCP for equalization of the ponds; (2) 1,100 linear feet of reclaimed water main to bypass the proposed pond and provide reclaimed water to the existing hayfield distribution system; (3) five manholes; (4) two pipeline tie -ins; (5) access road improvements; (6) distribution structure and associated piping, valves and appurtenances; (7) FDOT headwall and energy dissipation system; and (8) electrical, controls and instrumentation system improvements. 3. BIDDING AND PRE - CONSTRUCTION SERVICES A. Bidding and Pre- Construction Services 1) During bidding of the three (3) independent construction projects (Sanford North WRF: Site Development; Sanford South WRC: Phase II Expansion; and the Sanford North WRF: Biological Nutrient Removal Improvements) by the CITY, the CONSULTANT shall: a. Attend all meetings and prepare meeting notes for the CITY's use. b. Issue Contract Documents (Technical Specifications and Drawings) both in an electronic and paper format, to local planning rooms and all interested Contractors, manufacturers and suppliers. c. Preparing written responses to all pertinent Bidder questions forwarded by the CITY. d. Issue to the CITY clarifications as needed to clarify the design. e. Prepare and issue, as necessary, addenda prior to the bidding of the Project. 2) The CONSULTANT will coordinate and hold pre -bid conferences with the CITY, due to the complex nature of the projects, to answer questions pertaining to the scope and construction of the projects from all potential Bidders, suppliers and other plan holders. 3) The CONSULTANT shall review the bids received by the CITY, for each of the three construction projects, and make a recommendation for project award for each project as required under the FDEP SRF Program. Bid reviews shall include checking the bids for mathematical errors, omission of bidding documents and the preparation of a bid tabulation. Any errors shall be brought to the attention of the CITY as well as a recommendation for a remedy. 4) The CONSULTANT shall assist the CITY in association with each of the three independent construction projects: a. Awarding the individual Construction Contacts. b. Issuing the Notice of Award (NOA). c. Issuing the Notice to Proceed (NTP). d. Issuing the Notice of Commencement to the successful Contractor. 5) The CONSULTANT shall prepare "conformed" project documents, for each of the three (3) independent construction projects, and distribute up to five (5) sets for the Contractor's and CITY's use during construction. 6) The CONSULTANT shall assist the CITY in generating all required documentation related to the FDEP SRF Loan for project modifications and loan disbursements associated with the construction projects. B. FDEP Facilities Plan Addendum 1) The CONSULTANT shall modify and update the existing Sanford Wastewater Management System Facilities Plan (2011) to incorporate the improvements identified 7 in Article 2(A) in this scope of services to secure an increase in the current SRF Loan from the State of Florida to meet the FDEP Administrative Order, in accordance with all FDEP requirements. 2) Review of the document with the City of Sanford Utilities Department Staff and finalizing of the document based on review comments. 3) Submittal of the "finalized" 201 Facilities Plan Addendum (2013) and all supporting documentation to FDEP - Tallahassee. 4) Addressing of all Requests for Information (RFI's) from the Department. C. FDEP Administrative Order Modification 1) The CONSULTANT shall generate a "detailed" Preliminary Engineering Report (PER) for submittal to FDEP to outlining the following: a. Current project status. b. Additional improvements required to meet the Administrative Order based on the increased nutrient loadings identified in the Sanford North WRF raw wastewater stream. c. Detailed engineering and economic evaluation of the design improvements to meet the Administrative Order mandates for Total Nitrogen and Total Phosphorus. d. Updated Opinion of Probable Construction Costs. e. Updated Project Implementation Schedule. 2) Due to the increased raw wastewater nutrient (N, P) loadings that the Sanford North WRF has experienced over the last 12 months and the additional improvements and design required to meet the mandates of the FDEP Administrative Order, this document is required to begin the process of modifying the FDEP Administrative Order Compliance Completion Date to meet the "nevi' projected construction completion date for the improvements. 3) Review of the document with the City of Sanford Utilities Department Staff and finalizing of the document based on review comments. 4) Submittal of the "finalized" Preliminary Engineering Report (PER) and all supporting documentation to FDEP - Tallahassee and FDEP - Orlando. 5) Addressing of all Requests for Information (RFI's) from FDEP. D. FDEP Construction Permit Modification 1) The CONSULTANT shall generate a "detailed" Preliminary Design Report (PDR) in accordance with the requirements of Rule 62-4 and 62 -600, F.A.C. for a modification of the existing Construction Permits for the Sanford North WRF and Sanford South W RC to incorporate the improvements identified in Article 2(A) in this scope of services. 2) Detailed engineering evaluation of the design improvements shall include, but are not limited to, the following: a. Design characteristics. b. Design parameters. c. Design hydraulic, organic and nutrient loadings. d. Operation and maintenance considerations. e. Impact and integration of proposed improvements. f. Required engineering documentation and calculations required for approval. g. Updated Opinion of Probable Construction Costs. h. Updated Project Implementation Schedule. 3) Generation and submission of "final" Contract Documents (Contract Drawings and Technical Specifications) for each of the three (3) independent construction projects. 4) Review of the document with the City of Sanford Utilities Department Staff and finalizing of the document based on review comments. 5) Submittal of the "finalized" Preliminary Design Report (PDR), Contract Documents and all supporting documentation to FDEP - Tallahassee and FDEP - Orlando. 6) Addressing of all Requests for Information (RFI's) from FDEP. E. FDEP SRF Loan Modification 1) Development of the Planning Documentation for modification of the "existing" FDEP Clean Water SRF Loan, in accordance with 62 -503, F.A.C., to finance the additional improvements required to meet the FDEP Administrative Order. 2) The SRF Loan Modification Document will include the following, in accordance with FDEP requirements: a. Planning Document b. Executive Summary c. Project Cost d. Alternatives Evaluated e. Engineering and Economic Evaluation of Alternatives f. Selected Alternative g. Financial Feasibility h. Schedule i. Adopting Resolution 3) SRF Request for Inclusion a. SRF Request for Inclusion (RFI) Documentation to be developed for an increase to the "existing" FDEP SRF Loan, in accordance with FDEP SRF requirements (62- 503, F.A.C.). b. The RFI submittals shall contain all project documentation required to obtain the loan modification, including, but not limited to, the following: (1) Project Information (description, location, project scope and benefit, maps, service area, project area, etc.). (2) Estimated increased project costs (Construction, demolition, engineering, legal, administrative, technical services during construction, contingency, etc.). (3) Development of Priority List Scoring Information and Documentation. (4) Cost / Benefit Analysis. (5) Project Schedule and associated Documentation (planning documentation, design documents, permits, etc.). (6) Loan Application and Loan Execution Schedule. 4. CONSTRUCTION ENGINEERING, INSPECTION AND MANAGEMENT (CEIM) SERVICES A. Construction Administration Compliance Services for the three (3) Independent Projects 1) The CONSULTANT shall advise and consult with the CITY concerning the construction activities associated with the three independent construction projects (Sanford North WRF: Site Development; Sanford South WRC: Phase II Expansion; and the Sanford North WRF: Biological Nutrient Removal Improvements) and act as the CITY's representative as provided in the General and Supplementary Conditions of the Contract Documents concerning construction administration matters as hereinafter described. 10 2) The CONSULTANT shall attend, represent the CITY and conduct preconstruction, monthly progress meetings and project closeout meetings with the Contractor, suppliers, surveyors and construction quality control and compliance testing personnel in association with each of the three (3) independent construction projects. The CONSULTANT shall also prepare meeting agendas and issue all meeting notes. The CONSULTANT shall review and monitor the Contractor's construction schedules and advise the CITY of any anticipated project delays and /or early completion indicated through such review and through construction progress observation. 3) The CONSULTANT shall provide "full -time" Resident Project representation and inspection services during construction of the improvements at both the Sanford North WRF and Sanford South WRC, in association with the three (3) independent construction projects, as specified in Article 1(C) of this Scope of Services. 4) The CONSULTANT shall observe the construction progress of each of the three (3) independent construction projects and report to the CITY as to the amount of work completed, the overall quality of executed work, and observed impediments to the successful completion of each of the Construction Contracts. The CONSULTANT will not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions incidental thereto; the CONSULTANT's efforts will be directed toward providing assurance to the CITY that the completed projects will substantially conform to the Contract Documents and meet the requirements of the FDEP Administrative Order (AO), but he will not be responsible for the Contractor's failure to perform the construction work in accordance with the Contract Documents. 5) The CONSULTANT, based on "on- site" observation as an experienced and qualified design professional, shall keep the CITY informed as to the progress of the work, will endeavor to guard the CITY against defects and discrepancies and will coordinate with the CITY and the Contractor as to disapproving or rejecting Work that fails to meet the requirements of the Contract Drawings, Specifications or other Contract Documents. The CONSULTANT shall issue and deliver to the CITY, a weekly status update report, for each of the three (3) independent construction projects, in an electronic format (PDF). 6) The CONSULTANT shall review, check and approve shop drawings, catalog data, diagrams, illustrations, schedules, samples, test and inspection results, manufacturer's operation and maintenance manuals and other data the Contractor is required to submit for each of three (3) independent construction projects, but only as to conformance with the overall design concept of the Projects and compliance with the Contract Documents as well as CITY utility standards and requirements. The CONSULTANT shall coordinate with the CITY on distribution of submittals and compilation of the submittal review comments of all parties; distribute reviewed submittals, including comments, to the Contractor. 7) The CONSULTANT will issue all instructions of the CITY to the Contractors and prepare routine Field Orders, Work Directives and Change Orders as required and approved by the CITY. 11 8) The CONSULTANT shall conduct field interviews to document the wage rates of all construction workers on the three (3) independent construction projects to ensure and document compliance with Davis -Bacon wage rates that are required for construction of the Projects in accordance with the FDEP SRF Program and the "existing" SRF Loan. The CONSULTANT shall conduct weekly interviews, and will compile records (PDF and hard copies) of the interviews, notes, photos, etc. Additionally, the CONSULTANT shall compile a monthly summary of the wage rate documentation, for each of three (3) independent construction projects, needed with each payment application. 9) Based on the CONSULTANT's "on -site" observations as an experienced and qualified design professional and on his review of the Contractor's applications for payment, supporting data, and information received from the CITY, for each of three (3) independent construction projects, determine the amounts owed the Contractors and recommend approval, in writing, of payments to the Contractors in such amounts; such recommendations to constitute representations to the CITY, that are expressions of the CONSULTANT's opinion, based on such observations and review, that the work has substantially progressed to the point indicated and that, to the best of his knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the work as a functioning project upon Substantial Completion and to the results of any subsequent tests called for in the Contract Documents and to any qualifications stated in his approval). After the CITY has made payment to the Contractor, the CONSULTANT shall, on a monthly basis, prepare FDEP SRF disbursement certifications as the Engineer of Record and disbursement request packages and forward to the CITY for review, make revisions requested by CITY, and provide a final copy of the disbursement request package, including the Engineers Certification as required by FDEP, to the CITY for transmittal to FDEP. 10) The CONSULTANT shall, in conjunction with other CITY representatives, conduct punch list and final inspections, for each of three (3) independent construction projects, of the "in- place" Work to determine if the Work is completed substantially in accordance with the Contract Drawings, Specifications and other Contract Documents. These inspections shall form the basis for the CONSULTANT's review and recommendation for payment on the Contractor's final pay application. 11) The CONSULTANT shall review Contractor provided Project Record Drawings /Surveys and other "As- Built" data, for each of three (3) independent construction projects, for installed facilities and bring any apparent discrepancies between the "As- Built" conditions and the design conditions to the attention of the CITY. The CONSULTANT shall coordinate with the Contractors regarding provision of the construction Record Drawings prior to final "on- site" inspections and punch list preparation. The CONSULTANT shall prepare and furnish to the CITY two (2) signed and sealed sets and one electronic copy (PDF) of the record drawings, for each of three (3) independent construction projects, showing those changes made during the Project construction based on the data noted above. 12 12) The CONSULTANT will prepare statements of project completion, for each of three (3) independent construction projects, qualified if necessary, certifying completion of the Project work, and submit these statements in accordance with the Contract Documents and FDEP and CITY requirements. 13) The CONSULTANT shall not be responsible for the acts or omissions of the Contractors or any of the Contractor's subcontractors, agents, employees, or other persons performing any of the Work under the construction contract, or of others. 14) The CONSULTANT shall coordinate all proposed work and improvements with the CITY, FDEP, EPA, SJRWMD, all other jurisdictional agencies and the Contractor(s). 15) The CONSULTANT will meet with FDEP SRF staff, along with CITY staff, to conduct FDEP's site visits (one during construction, one at the completion of construction, for each of three (3) independent construction projects), and will assist FDEP during its review of records at the CONSULTANT's office. The CONSULTANT shall assist the CITY in coordinating with FDEP on the SRF funding activities, and satisfying the completion requirements of the SRF agreement (inspections, document reviews, etc.). 16) The CONSULTANT shall provide and conduct all project closeout activities associated with the proposed improvements, for each of three (3) independent construction projects. B. Construction Inspection Compliance Services 1) The CONSULTANT shall be located `on- site" to provide "full- time" construction inspection services for the project work, for each of three (3) independent construction projects, at both the Sanford North WRF and Sanford South WRC. 2) Based on an eighteen (18) month CEIM contract, beginning with the execution of this Scope of Services, the CONSULTANT shall provide "on- site" observation and inspection of installed Work and Work in progress, for each of three (3) independent construction projects, and verify Contractor compliance with the Contract Documents, change orders, work directives and field orders. The CONSULTANT will observe Work during execution to observe construction methods and techniques, and will selectively inspect delivered materials `on- site" or at their source, not including materials tested to be provided by others, as to compliance with the Contract Documents. 3) Through "on- site" observations of the Work in progress and field checks of installed Work, materials and equipment, the CONSULTANT will endeavor to provide further protection for the CITY against defects and deficiencies in the Work, but this inspection and observation work shall not make the CONSULTANT responsible to find or note all discrepancies in the Work nor for the Contractor's failure to perform the construction work in accordance with the Contract Documents. 13 4) The CONSULTANT shall provide a record of the Contractor's activities throughout the construction, for each of three (3) independent construction projects, including notations on the nature and cost of any extra work or changes ordered during construction; however, the CONSULTANT is not responsible for the performance of each of the construction contracts by the respective Contractors. 5) The CONSULTANT shall coordinate his inspection services with the Contractor's soils and materials testing firm representatives, surveyors and others that may, from time to time, provide inspection of the work or other related work, as well as with regulatory agency personnel. 6) The CONSULTANT shall coordinate the subconsultant's inspection services during construction. 7) Soils and materials test results furnished by the Contractor's testing firm, for each of three (3) independent construction projects, shall be reviewed by the CONSULTANT to help determine if fill, concrete and asphaltic concrete and other construction is properly located and meets the project requirements. The CONSULTANT shall maintain a file of provided copies of tests results and survey checks during the construction process, for each of three (3) independent construction projects, and prior to approval of the Contractor's final application for payment, shall review the Contract Documents and test results and surveys to determine whether all required testing is on hand and that all tests reported acceptable materials, compaction, etc., and that construction is properly located. C. Operation and Maintenance Manual Generation 1) In accordance with FDEP and SRF requirements and good engineering practice, the CONSULTANT shall prepare a thorough and complete "update" to the Operation and Maintenance (O &M) Manuals for the Sanford North WRF and Sanford South WRC associated with the additional improvements identified in Article 2(A) of this Scope of Services. 2) The O &M Manuals shall consist of sections written specifically for each treatment facility as well as the manufacturers and suppliers O &M Manuals. Each facility's O &M Manual update will be provided: a. In an electronic format for integration into a facility Pad. b. In an electronic format integrated into the SCADA system (manufacturers O &M's only). D. Construction Quality Control Testing 1) The CONSULTANT shall coordinate his activities with those of the construction quality control testing consultant, for each of three (3) independent construction projects, and give general coordination and direction to the Work of this consultant. 14 E. Start-up, Demonstration and Compliance Testing 1) Start-up services, demonstration and compliance testing programs shall commence with issuance of the "Substantial Completion" certification from the CONSULTANT and the CITY to the Contractor and will terminate one (1) year thereafter. During the start- up services and demonstration and compliance testing program period, the CONSULTANT will provide the following professional engineering services: a. Operational assistance with the check -out and start-up of all unit operations and processes, equipment, electrical /controls /instrumentation and ancillary systems for the improvements at the Sanford North WRF and Sanford South WRC. b. Operational assistance for adjustment and "fine- tuning" of the unit operations and processes, equipment, electrical /controls /instrumentation and ancillary systems for the improvements at the Sanford North WRF and Sanford South WRC with respect to optimizing performance, safety and reliability under actual operating conditions. c. Primary Disc Filtration System (1) The CONSULTANT shall provide professional engineering services during the required fourteen (14) calendarday effluent qualityand energy efficiency testing of the installed primary disc filtration system to ensure that the system meets the project performance requirements required by the Project Documents, the mandated effluent quality required by FDEP in the Administrative Order and that the following systems are operating efficiently: (i) Disc filtration system units (ii) Backwashing systems (iii) High pressure cleaning system (iv) Hot water system (v) Chemical cleaning systems (vi) Backwash rate analysis (vii) BODS and TSS removal analysis (2) The CONSULTANT shall assist the CITY and Primary Disc Filtration System Manufacturer with evaluating any process changes and modifications that are necessary to optimize the treatment system to meet the project performance requirements. (3) The following operational characteristics and parameters shall be monitored, evaluated and optimize to ensure efficient operation of the system and the downstream biological nutrient removal process: (i) Backwash rate (ii) Water consumption rate (iii) BOD5 removal (iv) TSS removal (v) TKN analysis (vi) BODS/TKN ratio (vii) Mesh analysis 15 (4) The CONSULTANT shall generate a "certified" engineering report based on the results of the Demonstration Test for delivery to the CITY and FDEP. d. Biological Nutrient Removal System Demonstration Testing - Winter Test (1) The CONSULTANT shall provide professional engineering services during the required thirty (30) calendar day effluent quality and energy efficiency testing of the installed biological nutrient removal system to ensure that the system meets the project performance requirements required by the Project Documents, the mandated effluent quality required by FDEP in the Administrative Order and that the following systems are operating efficiently: (i) Anaerobic selector basins (ii) Oxidation Ditch system and phasing (iii) Supervisory Tuning and Control System (iv) Secondary anoxic selector basins (v) Reaeration basin (vi) RAS bleed system (vii) Supplemental Carbon Feed System (viii) All rotors and submersible mixing systems (ix) Electrical, controls and instrumentation systems (2) The CONSULTANT shall assist the CITY and Biological System Supplier with evaluating any process changes and modifications that are necessary to optimize the treatment system to meet the project performance requirements. (3) The CONSULTANT shall generate a "certified" engineering report based on the results of the Demonstration Test for delivery to the CITY and FDEP. 2) The CONSULTANT will assist the manufacturer's and supplier's in providing operation and maintenance training for the unit operations and processes installed at both the Sanford North WRF and Sanford South WRC as well as any specialized training deemed necessary by the CITY and CONSULTANT. F. Project Performance and FDEP AO Compliance Certifications 1) The CONSULTANT shall certify, in writing, to the CITY and FDEP, no later than one (1) year after Final Project Completion of the Sanford North WRF: Biological Nutrient Removal Improvements Project (due to the Biological Nutrient Removal System Compliance Test being conducted during winter conditions), that based on the available facility data, the project meets the applicable performance and operational requirements and the requirements and specifications to which the Project was planned, designed and built to meet or if they are not meeting the performance criteria, what actions are proposed to obtain compliance. 16 2) The CONSULTANT shall also provide all FDEP Administrative Order documentation and certifications to the CITY, for their submittal to FDEP, to indicate compliance with all of the mandated requirements of the Administrative Order and request that the Administrative Order be "lifted ". 5. SANFORD 2013 CAPACITY ANALYSIS REPORT (CAR) AND MONITORING AND OPERATING PROTOCOL (MOP) GENERATION A. Capacity Analysis Report (CAR) - Sanford Wastewater Management System "Update" 1) The CONSULTANT shall generate the Calendar Year 2013 "update" of the Capacity Analysis Report (CAR), required by FDEP, to include the following items: a. Update the following sections of the "existing" CAR: (1) Section 1 - Introduction (2) Section 2 - Existing Conditions (i) Water Management (ii) Wastewater Management (iii) Reclaimed Water Management (3) Section 3 - Future Conditions (i) Water Management (ii) Wastewater Management (iii) Reclaimed Water Management (4) Section 4 - Summary and Conclusions (5) Section 5 - Reclaimed Water Disposal (6) Appendices (General Design Criteria for the SNWRF and SSWRC, Reclaimed Water Information and Documentation). b. Evaluation of the following for incorporation into the "update ": (1) The permitted capacity of the treatment facility's. (2) Assessment of the actual capacity of the facility's. (3) Monthly average flows and loadings of each of the treatment facility's. (4) Rolling three -month average daily flows at each treatment facility. (5) Annual average daily flows for the treatment facility's. 17 (6) Seasonal flow and loading variations. (7) Flow projections for the next ten (10) years based on local population growth and water usage. (8) An estimate of the time required for the three -month ADF to reach permitted design capacity. (9) Recommendations for expansion, as required. (10) Detailed schedules with dates for planning, design, permit application submittal, start of construction, and start of operation. (11) Update of flow - related and loading information. 2) The Capacity Analysis Report (CAR) is due to FDEP - Orlando no later than March 31, 2014. 3) The CAR will also be incorporated into an Book format for incorporation into City iPads. B. Monitoring and Operating Protocol (MOP) "Update " for the Sanford North WRF and Sanford South WRC 1) The CONSULTANT shall generation the 2013 "update" of the MOP's for the Sanford North WRF (SNW RF) and Sanford South WRC (SSW RC) to include the following items in accordance with FDEP requirements: a. Update the following sections of the "existing" MOP's (1) Section 1 - Monitoring and Operating Protocol (2) Section 2 - Compliance Monitoring Parameters (3) Section 3 - Compliance Monitoring Equipment (4) Section 4 - Operating and Control Equipment (5) Section 5 - Operations and Procedures (6) Section 6 - Procedures when Effluent is of Unacceptable Quality (7) Section 7 - Alternate Procedures when the Continuous Monitoring Equipment is Out of Service (8) Section 8 - Water Quality Verification Procedures 18 b. Evaluation of the following for incorporation into the "update" for each of the treatment facilities: (1) Sampling Requirements. (2) Current monitoring equipment and capabilities. (3) Normal operational procedures. (4) Procedures when monitoring parameters approach set point levels. (5) Off -site storage of reclaimed water. (6) Reclaimed Water Quality. (7) Discharge Monitoring Reports. 2) The Monitoring and Operating Protocols (MOP's) are due to FDEP - Orlando no later than March 31, 2014. 3) The CAR will also be incorporated into an Book format for incorporation into City iPads. 6. FDEP OPERATIONS PERMIT RENEWALS FOR THE SANFORD NORTH WRF AND SANFORD SOUTH WRC A. Sanford North WRF Operations Permit Renewal 1) The Sanford North Water Reclamation Facility is currently operating under FDEP Operations Permit No. FL0020141 -1 which expires on November 5, 2014. In accordance with the above referenced Operations Permit conditions and Chapters 62-4,62-600 and 62 -620, F.A.C., the CITY must submit an Operations Permit Renewal Package, and all associated permitting reports and documentation, to the Florida Department of Environmental Protection (FDEP), at least one hundred eighty (180) days prior to the expiration of the existing permit, or May 9, 2014. 2) The CONSULTANT shall provide the following professional engineering services for the Operations Permit Renewal for the Sanford North WRF. The specific professional engineering services include the following tasks: a. FDEP Wastewater Permit Application Form 1 - General Information (1) Preparation of this Permit Application Form and all accompanying documentation for the CITY's review, comment and signature. 19 b. Sanford North Water Reclamation Facility - Site Location and U.S.G.S. Maps (1) Prepare a site location (U.S.G.S. Quadrangle) map, wastewater service area map and reclaimed water service area map in accordance with the permit renewal requirements and Chapter 62 -620, F.A.C. c. FDEP Wastewater Permit Application Form 2A - Domestic WWTF's (1) Preparation of this Permit Application Form and all accompanying documentation for the CITY's review, comment and signature. d. Sanford North Water Reclamation Facility - Site Plan (1) Preparation of a Facility Site Plan for the Sanford North W RF in accordance with the permit renewal requirements and Chapter 62 -620, F.A.C. e. Sanford North Water Reclamation Facility - Process Flow Schematic (1) Preparation of a "CorelDraw" Process Flow Schematic for the Sanford North WRF in accordance with the permit renewal requirements and Chapter 62 -620, F.A.C. f. Agricultural Use Plan (1) The CONSULTANT shall assist the CITY in compiling all of the data, submitted from the Contract Biosolids processing firm that the CITY uses, or the CITY itself, and prepare a report in conjunction with the CITY, in accordance with FDEP regulations, for submittal. g. Capacity Analysis Report (CAR) (1) As part of the Application for Operations Permit Renewal, CPH will generate a Capacity Analysis Report in accordance with Chapter 62 -604. The report will include the following items in accordance with the above referenced regulation: (i) The permitted capacity of the facility. (ii) Assessment of the actual capacity of the facility. (iii) Monthly average flows and loadings. (iv) Rolling three -month average daily flows. (v) Annual average daily flows over the last five years. 20 (vi) Seasonal flow and loading variations. (vii) Flow projections for the next ten years based on local population growth and water usage. (viii) An estimate of the time required for the three -month ADF to reach permitted design capacity. (ix) Recommendations for expansion. (x) Detailed schedules with dates for planning, design, permit application submittal, start of construction, and start of operation. (xi) Update of flow - related and loading information contained in the most recent preliminary design report. (2) The CONSULTANT will prepare a report addressing these requirements that will include as an Appendix, the Master Wastewater Plan, as it addresses a number of these items. h. Whole Effluent Toxicity Testing Report (1) The CONSULTANT shall assist the CITY in compiling all of the data, submitted from the Contract Laboratory that the CITY uses, or the CITY itself, and prepare a report in conjunction with the CITY, in accordance with FDEP regulations, for submittal. i. Reuse Feasibility Study (1) The St. Johns River Water Management District (SJRWMD) has designated the entire District as a Water Conservation Area in accordance with FS 373.069. This designation implements the requirements of FS 403.064, which provides for the beneficial use of reclaimed water. As a result, a Reuse Feasibility Study must be prepared in accordance with FDEP's "Guidelines for Preparation of Reuse Feasibility Studies for Applicants Having Responsibility for Wastewater Management ". (2) According to FDEP regulations, municipalities that have developed or are implementing a Reuse Master Plan may submit their Master Plan and documentation of implementation in lieu of the reuse feasibility study if specific conditions are met. The CONSULTANT shall prepare a report addressing the pertinent requirements within the FDEP guidelines, and shall submit as an Appendix to the report, the CITY's Master Wastewater Plan, which addresses a number of the requirements. 21 j. Binding Agreements and Documentation of Controls on Individual Users of Reclaimed Water (1) The CONSULTANT will collect and compile all of the CITY's Binding Agreements with various Reclaimed Water Users and documentation of controls of individual users for incorporation into a report for submission with the Operations Permit Renewal package. k. Operation and Maintenance Performance Report (1) The CONSULTANT shall prepare an Operation and Maintenance Performance Report in conjunction with the CITY and in accordance with the requirements of Chapter 62 -600, F.A.C. (2) The CONSULTANT shall assist the CITY in submitting certifications and historical operations, records, and groundwater monitoring data and the Operation and Maintenance Performance Report. I. Reclaimed Water Analysis Report (1) The CONSULTANT shall assist the CITY in the preparation and submittal of a Reclaimed Water Analysis Report for the Sanford North WRF in accordance with Chapters 62 -600 and 62 -620, F.A.C. for submittal with the Operations Permit Renewal Package. m. Technical Evaluation of Need to Revise Local Pretreatment Limits (1) The CONSULTANT shall assist the CITY in the technical evaluation of the need to revise local pretreatment limits and modification of the CITY's current Industrial Waste Pretreatment Program (IWPP) and generate an abbreviated report for incorporation into the Operations Permit Renewal Package. n. Mechanical Integrity Testing Report (1) The CONSULTANT shall assist the CITY in developing an Mechanical Integrity Testing Program and generate a report, in accordance with FDEP regulations, for incorporation into the Operations Permit and Renewal Application Package for the Sanford North WRF. o. Monitoring and Operating Protocol (1) The CONSULTANT shall update the Sanford North WRF MOP, in accordance with the requirements of Chapters 62 -600, 62 -610, and 62 -620, F.A.C., for incorporation into the Operations Permit and Renewal Application Package. 22 p. Additional Documentation (1) The CONSULTANT shall provide or produce any additional documentation required to meet requirements for the Operations Permit Renewal Package, as required by FDEP include, but is not limited to, the following: (i) Current and Potential Reclaimed Water Sites. (ii) Reclaimed Water System Documentation. B. Sanford South WRC Operations Permit Renewal 1) The Sanford South Water Resource Center is currently operating under FDEP Operations Permit No. FLA181714 -006 which expires on December 8, 2014. In accordance with the above referenced Operations Permit conditions and Chapters 62 -4, 62 -600 and 62 -620, F.A.C., the CITY must submit an Operations Permit Renewal Package, and all associated permitting reports and documentation, to the Florida Department of Environmental Protection (FDEP), at least one hundred eighty (180) days prior to the expiration of the existing permit, or June 11, 2014. 2) The CONSULTANT shall provide the same professional engineering services for the Operations Permit Renewal as indicated above for the Sanford North WRF with the exception of Article 6(A)(2)(h) as there is no surface water discharge from the Sanford South WRC facility. 7. ANAEROBIC DIGESTION CONVERSION - "FEASIBILITY" STUDY A. The CONSULTANT shall provide professional engineering services for the evaluation of anaerobic digestion treatment processes for implementation at the Sanford North WRF. Conversion of the current aerobic digesters to anaerobic digesters is the second phase of the Biological Nutrient Removal Project at the Sanford North WRF. Anaerobic digestion of the City of Sanford biosolids and the primary solids generated from the "new" Primary Disc Filtration System would be converted to methane gas. The collected methane gas would be cleaned and then burned "on- site" (internal combustion engines, turbines, etc.) and converted to electrical energy via various combined heat and power (CHP) systems. The electrical energy would be used to power a portion of the Sanford North WRF unit operations and processes. B. The specific professional engineering services are identified below: 1) Review of Existing Conditions a. Review of existing infrastructure, digestion system dynamics, mass loadings, chemical constituents, nutrients and additional metrics. 23 b. Review of existing regulatory conditions and industry standards related to the various anaerobic digestion treatment methods. C. Evaluation of Upgrading the Sanford North WRF to Anaerobic Digestion 1) Detailed evaluation of the potential unit operations and processes required to upgrade the Sanford North WRF to Anaerobic Digestion. The evaluation will include, but is not limited to, the following: a. Anaerobic Digestion Treatment Systems. b. Side Stream Treatment Methods. c. Methods for increasing methane production via Anaerobic Digestion. d. Co- Digestion Alternatives. e. Gas collection systems. f. Gas cleaning systems. g. Combined Heat and Power (CHP) systems. h. Integration of the systems into the current Sanford North WRF Infrastructure. L Electrical, controls, instrumentation and SCADA improvements required. j. Importation of Other Municipal Biosolids (revenue source and increased gas /electrical energy production). D. Evaluation of Alternatives 1) Evaluation of all potential alternatives for: a. Anaerobic Digestion of Biosolids. b. Co- Digestion Systems /Alternatives. c. Side Stream Systems, if necessary. d. Gas Collection Systems. e. Gas Cleaning Systems. f. Combined Heat and Power Systems. 24 2) Development of a design matrix, utilizing rigorous design, construction, implementation and O&M criteria, to identify the most cost - effective and efficient anaerobic digestion alternatives. E. Development of Alternative Costs 1) Development of an opinion of probable construction cost and Operation and Maintenance costs for the proposed alternatives. F. Identification of the "Selected Plan" for the Sanford Wastewater Management System 1) Development of a "Selected Plan" for implementation. 2) Development of potential phasing scenarios for implementation, as necessary. G. Development of an Implementation Schedule for the "Selected Plan ". H. Generation of a Detailed Feasibility Report 1) Generation of a detailed Feasibility Report with respect to the above referenced task items. 2) Meet with the City of Sanford Utility Department to review the report and discuss the options, alternatives, costs, implementation schedule, etc. 3) Modify the report based on input and comments from the City of Sanford. I. Meet with the Local Regulatory Agencies (FDEP- Orlando, FDEP - Tallahassee, etc.) to discuss the "Selected Plan ", Project Costs and Implementation Schedule. 8. PAYMENT A. Payment for services and expenses of the CONSULTANT are to be asset forth below. The CONSULTANT agrees to perform the work outlined in this Scope of Services for a "lump sum" fee as indicated in Table 5 -1. B. The "lump sum" fee identified above is based on an 18 -month CEIM commencing with the execution of this Scope of Services Contract. Should any of the project be delayed or extended beyond the final completion time identified above, a modification of the scope of services and Project "lump sum" fee may be required. 25 4 1 Sanford 2013 Capacity Analysis Rgport grid MOP + Electronic iBook* 32T;J 0, 5a Sanford North WRF Operations Permit Renewal* $30,000 5 5b Sanford North WRF Operations Permit Renewal FDEP Fee* $10,000 5c Sanford South WRC Operations Permit Renewal* $25,000 5d Sanford South WRC Operations Permit Renewal FDEP Fee* $10.000 6 11 _Anaerobic D destion Conversion -- "Feasibility" Studv 830150 * Required by FDEP D. Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding will be computed at a rate of $1,250 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with the payment method as set forth herein). E. Professional services not identified herein, can be provided at a later date and for an additional fee, upon approval of the CITY. 27 3a Civil / Environmental Consultant $865,000 3b Electrical /Controls /Instrumentation Subconsultant $75,000 3 3c Structural Subconsultant $15,000 3d FDEP Permitting, Project and AO Certification* $10,000 3e Sanford North WRF O&M Manual - Additional Scope* $10,000 3f Sanford South WRC O&M Manual -Additional Scope* $5,000 4 1 Sanford 2013 Capacity Analysis Rgport grid MOP + Electronic iBook* 32T;J 0, 5a Sanford North WRF Operations Permit Renewal* $30,000 5 5b Sanford North WRF Operations Permit Renewal FDEP Fee* $10,000 5c Sanford South WRC Operations Permit Renewal* $25,000 5d Sanford South WRC Operations Permit Renewal FDEP Fee* $10.000 6 11 _Anaerobic D destion Conversion -- "Feasibility" Studv 830150 * Required by FDEP D. Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding will be computed at a rate of $1,250 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with the payment method as set forth herein). E. Professional services not identified herein, can be provided at a later date and for an additional fee, upon approval of the CITY. 27 C. The CITY shall make prompt monthly payments in response to CONSULTANT'S monthly statements without retention for all categories of services rendered under this Scope of Services. 26 1a Stormwater Management System Improvements - SSWRC $5,000 2b 1b Operations Building Expansion -SSWRC $21,000 ,r Sanford South WRC: .Phase 11 Expansion - Bidding .Services :51.5,000 1c Relocation of the Existing Grit Removal System - SNWRF $6,000 1 d Primary Disc Filtration System - SNWRF $20,000 2f - 1e RAS/WAS Pumping Station Improvements - SNWRF $11,000 FDEP SRF Loan Modification 37;000: . If Site 10 Reclaimed Water Storage Pond System Expansion $12,000 1 g Reclaimed Water Storage Tank (BNR) - SNWRF $10,000 1 1 h New Raw Wastewater Transmission System & Hydraulic Evaluation $19,500 1 i RASMAS Piping Replacement and RAS Bleed System - SNWRF $22,000 1 I Supplemental Carbon Storage Facilities & Pumping System - SNWRF $15,600 1 k Volute Thickener and Pumping System - SNWRF $19,400 11 Regrading, repaving & stormwater improvements - eastern SNWRF - $13,000 1 m Supervisory Tuning and Control System (STAC) - SSWRC $8,000 1 n Surveying - SNWRF $10,500 10 I Electrical /Controls /Instrumentation sid Ann 26 2a FDEP SRF Facilities Plan Addendum12,SpO 2b Sanford North WRF: Site Development - Bidding Services 312,000 2c ,r Sanford South WRC: .Phase 11 Expansion - Bidding .Services :51.5,000 2 2d FDEP Administrative Order Modification.& Processing Fee 'f 7;500 2e FDEP Construction Permit` Modification & Permitting Fee $12,500 2f - Sanford North WRF: BNR Improvements = Bidding Services $18,000 2g FDEP SRF Loan Modification 37;000: . 26