Loading...
1701 CDM Smith PO 34222, Ch Ord #1, ASR Cross ConnectionTo: City Clerk RF: CDM Smith Inc PO 34222 Change Order No. I Increase PO $14,286 ASR Cross Connection Control Pump Station CCNA Master Contract 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 Z Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: F-1 Return originals to Purchasing ❑ Return copies Special Instructions: Ma4-4&b Ordo� From \-/ Date TADeptjorms\City Clerk Transmittal Memo - 2009.doc DATE: 1,2/15/14 . kAf\ PURCHASING OFFICE: 407.688.5030" ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 CDM SMITH, INC 2301 MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 2 DATE CHG: 02/03/15 SUBMIT INVOICES TO: ACCOUNTS PAYABLF FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 37.772 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 09/30/15 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * 1 ENHANCEMENTS TO THE AQUIFER 12196.50 NA 1.00 12196.50 STORAGE & RECOVERY ASR SYSTEM CROSS CONNECTION ASR PUMP STATIONS AT WTP2 DESIGN AND CONSTRUCTION OF TWO PUMPS STATIONS AND RELATED APPURTENANCES. WORK ORDER: CONTRACT DATE AND NO: CCNA MASTER CONTRACT DATED 1.12.2012 PROJECT NAME:ENHANCEMENTS TO THE AQUIFER STORAGE . AND RECOVERY ASR SYSTEM. THIS DOCUMENT SHALL SERVE AS AUTHORIZATION FOR THE CONSULTANT TO PROVIDE PROFESSIONAL WINNER SERVICES FOR THE PROJECT IDENTIFIED ABOVE AS SET OUT IN THE ATTACHED SCOPE OF SERVICES AS SET FORTH IN THAT CERTAIN AGREEMENT /CONTRACT ALSO, IDENTIFIED ABOVE, BETWEEN THE CITY AND THE CONSULTANT AND FURTHER DELINEATED BY THE ATTACHED DOCUMENTS AND /OR AS MAY BE PROVIDED BELOW. IF AT ANY TIME APPRO' APPROVED BY: J:f4n�' &/,)'I CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP : /1WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASErrERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 12/15/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 CDM SMITH, INC 2301 MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 2 DATE CHG: 02/03/15 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 09/30/15 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 4rt *� * * * * * *dr/c t is *7Y �c 7Y is it 3c :F ie 9c *4c �c �e is 9c is 9c 3c i * CHANGE ORDER �r THIS ORDER CONFLICTS WITH THE AGREEMENT REFERENCED ABOVE, THE AGREEMENT SHALL PREVAIL. THE FOLLOWING LISTED DOCUMENTS WHICH ARE ATTACHED HERETO AND MADE A PART HEREOF. SCOPE OF SERVICES FEE SCHEDULE: LUMP SUM FEE OF $143,165.00 TIME FOR COMPLETION: THE WORK AUTHORIZED HEREIN BEFORE AND AFTER SHALL BE COMMENCED UPON RECEIPT OF THIS WORK ORDER AND SHALL BE COMPLETED WITHIN NO LATER THAN DECEMBER 31, 2015. 2 SEE LINE NO. 1 FOR DETAILS ADD 130968.50 NA 1.00 130968.50 PROJECT CODE 3 CHANGE ORDER 1 TO PO 34222 FOR 14286.00 NA 1.00 14286.00 ASR CROSS CONNECT CONTROL PUMP STATION CHANGE ORDER NO. 1 UPDATE TO 30% DESIGN SERVICES (INCLUDING SURVEY AND GEOTECH) AS A RESULT OF APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: /NYWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 12/15/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 ��1�11 i7l� i l • � S PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 CDM SMITH, INC 2301 MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 2 DATE CHG: 02/03/15 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 09/30/15 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST iricic�Y3ck* �Fic�eie9ckiriciYic�c4r�4r9csFic9c�Fi •9ck9eieick�k * CHANGE ORDER RE- LOCATING PUMP STATIONS. SUB TOTAL 157451.00 TOT 157451.00 ---------------------------- - - - - -- EQ /ACCT DATE REQ. BY ----- - - - - -- - - - -- PR - - - - - -- JECT -- - - - - -- AMOUNT ------------------------------------- 000064618 12/04/14 BILL MARCOIrS ---------------------- 12196.50 5245255366400 15245255366400 4618 02/03/15 PETER STAF IERI 14 1UT 1--0968.50 52452553.66400 . 000064701 02/24/15 BILL MARCO IS 34286.00 ------------------------ --------------------------------------------- APPROVED BY PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP:// WWW. SANFORDFL. GOV/ DEPARTMENTS /PURCHASEfTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING Work Order No. Project Title Project Number Bid No. Owner: Contractor: Work Order Date: V7 V, V-�- WORK ORDER CHANGE FORM City of Sanford, Florida This Work Order is necessary to cover changes in the work 0mbe 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 : (1) Current Contract Price bv Previous Change Orders) CQ Total Proposed Change in Contract Price CB New Work Order Price (item 2+ Item 3h $ 1165 WA Current Contract Time (Adjusted bv Previous Change Orders) ` (5) Total Proposed Change in Contract Time Days (6) New Contract Time (item 4 + Item 5\ Days (7) Original Contract Substantial Completion Date Days (0) New Contract Substantial Completion Date Days Description of Change: :5er6oes ('Adl tA,& Reason for Change: Change in Contract Price: Change in Contract Time: WAIVER This Work Order Change constitutes full and mutual accord and satisfaction for the adjustment of the Work Order Price and Time aoa result mf increases or decreases incost and time of performance caused directly and indirectly from the change. Acceptance ofthis 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: 6A 1"n rq- I �- IS Date + A. MICHELLE HUMPHRIES (Corporate Seal) ?,• •��': Notary Public - State of Florida My Comm. Expires Apr 28, 2017 Commission # FF 112380 Bonded 7hmo National Notary Assn. ATTEST: (Signature) Date (Seal) By (Sig&arture) Owner Printed ame an Title By ( ig ature) Date END OF SECTION Ej r ^"' DATE: 12/15/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 CDM SMITH, INC 2301 MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 1 DATE CHG: 02/03/15 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 09/30/15 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST *9r 4t * *Jc* *fir * *iricicYkiriF *9r�etiri: *�c *�ck *:tit *t * CHANGE ORDER 1 ENHANCEMENTS TO THE AQUIFER 12196.50 NA 1.00 12196.50 STORAGE & RECOVERY ASR SYSTEM CROSS CONNECTION ASR PUMP STATIONS AT WTP2 DESIGN AND CONSTRUCTION OF TWO PUMPS STATIONS AND RELATED APPURTENANCES. WORK ORDER: CONTRACT DATE AND NO: CCNA MASTER CONTRACT DATED 1.12.2012 PROJECT NAME:ENHANCEMENTS TO THE AQUIFER STORAGE AND RECOVERY ASR SYSTEM. THIS DOCUMENT SHALL SERVE AS AUTHORIZATION FOR THE CONSULTANT TO PROVIDE PROFESSIONAL SERVICES FOR THE PROJECT IDENTIFIED ABOVE AS SET OUT IN THE ATTACHED SCOPE OF SERVICES AS SET FORTH IN THAT CERTAIN AGREEMENT /CONTRACT ALSO, IDENTIFIED ABOVE, BETWEEN THE CITY AND THE CONSULTANT AND FURTHER DELINEATED BY THE ATTACHED DOCUMENTS AND /OR AS MAY BE PROVIDED BELOW. IF AT ANY TIME %` APPROVED BY APPROVED BY: ITY M AGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP : //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 12/15/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 CDM SMITH, INC 2301'MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 1 DATE CHG: 02/03/15 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 09/30/15 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * *� * * * * *4r *kic 3cicir * *ic *ictie�e�cicY k3cir��ricir* * CHANGE ORDER THIS ORDER CONFLICTS WITH THE AGREEMENT ABOVE, CED THE AGREEMENT SHALL PREVAIL. THE FOLLOWING LISTED DOCUMENTS WHICH ARE ATTACHED HERETO AND MADE A PART HEREOF. SCOPE OF SERVICES FEE SCHEDULE: LUMP SUM FEE OF $143,165.00 TIME FOR COMPLETION: THE WORK AUTHORIZED HEREIN BEFORE AND AFTER SHALL BE COMMENCED UPON RECEIPT OF THIS WORK ORDER AND SHALL BE COMPLETED WITHIN NO LATER THAN DECEMBER 31, 2015. 2 SEE LINE NO. 1 FOR DETAILS ADD 130968.50 NA 1.00 130968.50 PROJECT CODE SUB TOTAL 143165.00 TOTAL 143165.00 APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: / /WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASErrERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 12/15/14 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 10835 TO: I all :1011m , bS0 • CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 8580126216810 -8 CDM SMITH, INC 2301 MAITLAND CENTER PKWY STE 300 MAITLAND, FL 32751 PO NUMBER 034222 CHANGE #: 1 DATE CHG: 02/03/15 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 09/30/15 ACCOUNT NO.: PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST �Yic�Fie* k�c * * *�c�: �k�Yicicdc�c�r�r *�c�Y *7Yk9c�c�Y�c *i: kir * CHANGE ORDER ---------------------------- - - - - -- EQ /ACCT DATE REQ. BY ----- - - - - -- - - - -- PR - - - - - -- JECT - -- -- - - - - -- .AMOUNT -- - - - - -- ---------------------------- - - - - -- 000064618 12/04/14 BILL MARCO IS ----- - - - - -- - - - -- - - - - 12196.SO 5245255366400 4618 02/03/15 PETER STAF IERI 14 1UT 1 0968.50 5245255366400 ---------------------------- - - - - -- ----- - - - - -- - - - -- - - - - - -- -- - - - - -- APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: /IWWW.SANFORDFL.GOV( DEPARTMENTS /PURCHASEtTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING F0,111 '- �, SCOPE OF SERVICES FOR WORK ORDER RELATING TO CROSS CONNECTION ASR PUMP STATIONS AT WTP 2 PROJECT BACKGROUND (FOR INFORMATIONAL PURPOSES ONLY: The CITY owns and operates a potable water Aquifer Storage and Recovery (ASR) system, which is located at the OWNER's Water Treatment Plant (WTP) 2 (also referred to as the Auxiliary WTP). The ASR system consists of a single well, which was constructed in 2008. Since April 2009, the CITY has successfully completed 5 cycle tests (each consisting of an injection, storage, and recovery phase) using potable water from WTP 2 and various pre-treatment processes (i.e., sodium bisulfite addition, sodium hydrosulfide addition, and membrane degasification) to condition the water prior to injection. Operational and maintenance requirements of the membrane degasification system proved too great for the CITY to utilize the membrane degasification system for this application. Results obtained from the mini-cycle test conducted in 2012, which utilized sodium hydrosulfide addition as pre-treatment showed promise. As such, future cycle tests will be conducted using sodium hydrosulfide addition to further evaluate the efficacy of this process and refine operational parameters. The CITY also desires to evaluate the feasibility of utilizing untreated groundwater from the Hidden Lakes wellfield as source water for the ASR system; however, the ASR system is not currently configured to operate in this manner. In addition, the CITY desires to increase the flexibility and reliability of WTP 2's source water supply system by allowing the facility to utilize either untreated groundwater from the Hidden rakes wellfield, potable water from the Main WTP, or a blend of these 2 waters, as source water for the facility. Following several discussions between the CITY and the CONSULTANT, the CITY desires to construct 2 new pump stations that will allow the use of either or both source waters to supply the ASR and the WTP 2. It is imperative that these pump stations comply with the requirements of Chapter 62-555.360, Florida Administrative Code (Cross Connection Control for Public Water Systems), as these pump stations will be connected to both untreated groundwater and potable water supplies. To this end, the CITY requested the CONSULTANT to prepare this Scope of Work for design, permitting, bidding, and construction phase services related to the Cross Connection ASR Pump Stations at WTP 2. The implementation of the total cross-connection control program will be implemented in phases with the ASR pump station installed initially followed by the WTP pump station. For the design phase of the project, it is assumed that both pump stations will be included as part of the scope of work. For the bidding and construction phases of the project, it is assumed that only the ASR cross connection pump station is included in this scope of work. smith Page I of 8 10/30/2014 For redundancy purposes, each of the 2 pump stations will be designed with 2 pumps with variable frequency drives. Each pump station will be capable of pumping at a design capacity of 2.5 million gallons per day or approximately 1,740 gallons per minute. SCOPE OF WORK: The CONSULTANT's Scope of Work shall include the tasks outlined below. Task I — Meetings, Proiect Management and Quality Management: Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and ensure that the quality of the work products defined within this scope is consistent with the high quality required and sound and generally accepted standards, practices and principles. Specific activities included are identified below: Subtask 1.9 — Project Kick-off and Progress Meetings: The CONSULTANT shall prepare for and conduct a kick-off meeting for the project to discuss the design of the project, the detailed project approach, schedule, and budget. At this meeting, the CONSULTANT will present the CITY with a data request list, which shall identify required information to successfully complete the project. Highlights of the meeting, including documentation of the design approach, shall- be summarized by the CONSULTANT in the kick-off meeting minutes and distributed to all attendees. The CONSULTANT shall attend 3 monthly progress meetings during the estimated 4- month project duration of final design. Meetings during the construction phase of the project are included in Task 6. The CONSULTANT shall prepare and distribute meeting minutes of each meeting. Subtask 1.2 — Project Quality Management., The ' CONSULTANT maintains a Quality Management System (QMS) on all projects. An internal project planning and scope review meeting shall be conducted at the start of the project. This action is required by CONSULTANT's QMS guidelines for the benefit of the CITY. Technical Review Committee (TRC) meetings shall be performed to review the 30% and 75% complete submittals stages. The CITY's representatives are may attend and participate at the TRC meetings, if desired, in addition to the CITY's reviews of deliverables identified in this Scope of Work. CDM Page 2 of 8 Smith 10/30/2014 Subtask 1.3 — Project Progress Reports: The CONSULTANT's project manager shall prepare and submit written monthly progress reports in support of each monthly invoice for an anticipated project life of 16 months (4 months Final Design Services, 3 months Bidding Services, 9 months Construction Services). Task 2 — 30 % Preliminary En-gineerinq Design: The CONSULTANT shall perform the following: (1). Review site plans and as-built drawings, provided by the CITY for the WTP 2 site, including utility locations; (2). Conduct a site visit to identify existing conditions and potential locations for the Cross Control ASR Pump Stations; (3). Develop a conceptual site plan and yard piping plan layout based upon equipment sizing, an Electrical Single Line Diagram, and a Process and Instrumentation Diagram; (4). Conduct a topographic and site specific survey to locate above-grade features on the site. Conduct a subsurface utility survey, based upon as-built information provided by the CITY. Recommend soft dig locates for utilities that need to be verified. The soft dig locations shall be performed under the site specific survey. (5). Conduct a geotechnical investigation to obtain subsurface information, and geotechnical field and laboratory classification testing for up to two soil borings at the facility; (6). Prepare a Preliminary Engineering Design Report to document the basis of design and to supplement the Florida Department of Environmental Protection Application for a Specific Permit to Construct PWS Components (DEP Form 62- 555.900(1)); and (7). Develop an Engineers Opinion of Probable Construction Cost. Task 3 - Preparation of Contract Documents: Subtask 3.1 - Final Engineering Design: After receipt of the CITY's approval of the Preliminary Engineering Design Report, the CONSULTANT shall prepare final design documents suitable for bidding and construction of the Cross Connection ASR Pump Stations at WTP 2. The design documents shall be based on the final Preliminary Engineering Design Report prepared under Task 2 of this Scope of Work. All drawings shall be based upon as-built information, new survey, and new geotechnical data. The plans shall be submitted to the CITY for review at 75% and 100% levels of completion, in 22" x 34" size. The CITY's comments on the 75% and 100% submittals shall be incorporated into the construction documents as warranted. It is anticipated that the construction plans shall consist of 22 sheets including: CDMI Page 3 of 8 Smith 10/30/2014 (1). Cover Sheet with Location Map; (2). Existing and Proposed Site Plan (one sheet each) -including HorizontalNertical Controls, Erosion Control -including Proposed Plan and Demolition Plan; (3). Proposed Process Flow Diagram; (4). Civil Design (including A Yard Piping plan, a Sectional sheet, and 2 typical Civil Details sheets); (5). ASR Pump Stations - Structural Design and Structural Details; (6). ASR Pump Station - Mechanical Design and Mechanical Details; (7). ASR Pump Station - Electrical Design and Details; and (8). ASR Pump Station - Process & Instrumentation Design. 1 sheet 2 sheets 1 sheet 4 sheets 2 sheets 4 sheets 5 sheets 3 sheets In addition to the design plans listed above, the CONSULTANT shall also include the following items in the construction documents: (1). Bid Form; and (2). Technical Specifications (CSI 16 Division Format). 4 copies of the 75% and 100% Contract Documents shall be provided by the CONSULTANT to the CITY for review. Those copies shall include 2 sets of 22" x 34" full-size drawings and 2 sets of 11" x 17" half-size drawings. The Contract Documents shall also be submitted in PDF format, including the appropriate technical specifications. At the 75% and 100% submittal, the technical specifications shall include Section 01150 (Measurement and Payment) with a detailed description of the Bid Items and what is included in the Pay/Bid Item. A meeting to review the draft 75% and 100% Contract Documents shall be held by the CONSULTANT with CITY staff to collect comments to be incorporated into the "Issued for Bid" package. A memorandum shall be prepared by the CONSULTANT listing the comments received and the disposition of the suggestions to the plans for approval by the CITY. The CONSULTANT shall prepare final Contract Documents (drawings and specifications). The Contract Documents shall be presented to the CITY by the CONSULTANT and be considered final after receipt of the Seminole County and/or CITY Building Permit. The CONSULTANT shall deliver 4 copies of drawings in 22" x 34" format, 4 sets of other Contract Documents as listed above, and electronic files on a compact disk (CD) in PDF format, Microsoft Word, and AutoCAD format, as appropriate of the 100% final Contract Documents. Subtask 3.2 — Engineer's Opinion of Probable Construction Cost., The CONSULTANT shall provide an Engineer's Opinion of Probable Construction Cost for the project at the 75% and Final (100%) completion milestones, in addition to the conceptual (30%) Engineer's Opinion of Probable Construction Cost included under Task 2. Smith Page 4 of 8 10/30/2014 Task 4 — Permit Assistance: The CONSULTANT shall assist with the following permitting services: (1). Submit a Seminole County and /or CITY Building Permit and a City Site Plan Permit, for pre - approval prior to bidding the project. The contractor shall be listed as "To Be Determined ". (2). Submit a Florida Department of Environmental Protection Application for a Specific Permit to Construct PWS Components (DEP Form 62- 555.900(1)) to the FDEP Orlando office for the modifications. (3). Respond to 1 Request for Additional Information (RAI) for each of the permits listed above. Task 5 — Bidding Services: Subtask 5.1— Pre -Bid Meeting: The CONSULTANT shall attend the pre -bid meeting held by the CITY to discuss the project with prospective bidders. The CONSULTANT shall assist in the preparation of the meeting summary to document items discussed with the parties in attendance as part of the first addendum. The CITY will distribute the official meeting summary. Subtask 5.2 — Prepare Addenda: The CONSULTANT shall assist in the preparation of the addenda to the Contract Documents based upon the pre -bid meeting and technical questions submitted in writing to the CITY during bidding. The CITY will distribute all addenda. Subtask 5.3 — Bid Review and Recommendation for Award: The CONSULTANT shall review the bids and prepare a recommendation of award for the CITY. It is anticipated that the apparent low bidder will be a responsive and responsible bidder and that a bid review meeting will not be required. The CONSULTANT shall also attend a City Commission meeting to support the approval of the Construction Contract. Task 6 — Construction Services: Subtask 6.1— General Services During Construction: The CONSULTANT shall assist with the following task during construction: (1). Attend a pre - construction conference; (2). Review shop drawings, including resubmittals; (3). Respond to requests for information (RFI) from the Contractor; CD MI Page 5 of 8 10/30/2014 (4). Conduct 5 site visits (a visit approximately every 45 days during construction, to begin a month after Contractor's notice to proceed (NTP)); and (5). Conduct a site visit for substantial completion inspection. Additionally, the CONSULTANT shall conduct a final inspection to determine if the completed work of Contractor is consistent with the design intent so that the CONSULTANT may give written notice to the CITY recommending final payment to the Contractor. If additional site visits are required by the CITY after final completion (during the warranty period) to determine if the Cross Connection ASR Pump Stations are functioning as intended, the CONSULTANT shall conduct these site visits if an additional work order is issued by the CITY. Subtask 6.2 — Record Drawings: The CONSULTANT shall prepare Record Drawings showing changes made during the construction process, based on mark -up prints, drawings, and other data furnished by the Contractor. The CONSULTANT shall provide 2 full size 22" x 34" sets of Record Drawings and the electronic files on a CD in PDF and AutoCAD format. Deliverables: Under this Scope of Work, the CONSULTANT shall submit the following documents to the CITY: (1). Project Kickoff Meeting Minutes; (2). 4 copies of the Preliminary Engineering Design Report. The Preliminary Engineering Design Report shall also be submitted in PDF format; (3). 4 copies of 75% and 100% design plans and specifications. The design plans and specifications shall also be submitted in PDF format; (4). 4 copies of the Final Contract Documents. The Final Contract Documents shall also be submitted in PDF and AutoCAD formats, as applicable; (5). A 30 %, 75 %, and Final Engineer's Opinion of Probable Construction Cost; and (6). 2 copies of the Record Drawings. The Record Drawings shall also be submitted in PDF and AutoCAD formats. Schedule: (1). The CONSULTANT shall commence work upon issuance of a Notice to Proceed (NTP) and shall complete the Final Design Contract Documents within 120 days from the NTP; (2). Preliminary Engineering Design Report — 45 days from NTP; (3). 75 % Contract Documents — 90 days from NTP (includes one week for CITY review); (4). 100 % Final Contract Documents — 120 days from NTP (includes one week for CITY review of 75 % Contract Documents); CDM Smith Page s of 8 10/30/2014 (5). Construction NTP Issuance — Approximately 210 days from NTP with this Task Assignment (includes 90 days for procurement following 100% Contract Document submittal); and (6). Construction Completion — Approximately 480 days from NTP with this Task Assignment (includes 270 days or 9 months from Issuance of Notice to Proceed to the selected contractor). D LN- Page 7 of 8 SM io/3o /ZOia WJE . COMPENSATION AND PAYMENT Payment will be in accordance with the "City of Sanford Agreement for Engineering Services with Camp Dresser & McKee Inc. (CDM)". Compensation for all services, materials, supplies, and any other items or requirements necessary to complete the work defined in this Scope of Services shall be the Not to Exceed lump sum amount of $143,165. Sm LK-Page 8 of 8 10/3012014 Ln A4t-QIh® �.- CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) F 12JI3/2D,3 THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk services Northeast, Inc. Boston MA office COONNTACT PRONE (8661 283 -7122 FAx 800- 363 -0205 (A/C. N.. Et): A/C. No. one Federal street Boston MA 02310 USA EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NA1C # GLO SIR applies per policy terns INSURED INSURERA: Zurich American ins Co 16S3S cDM Smith Inc. ONE CAMBRIDGE PLACE INSURER B: Lloyd's Syndicate No. 2623 AA1128623 INSURER C: $10,000 50 HAMPSHIRE STREET CAMBRIDGE MA 021390000 USA INSURER D: GENERALAGGREGATE INSURER E: GEN'L AGGREGATE LIMIT APPLIES PER* POLICY X PRO X LOC J.CT PRODUCTS- COMPIOPAGG INSURER F. COVERAGES CERTIFICATE NUMBER: 570052215552 REVIRRIN hI"MRER- ..------------- - - - -- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INSR iyVD POLICY NUMBER MMND MMlDD LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE ❑X OCCUR GLO SIR applies per policy terns & conditions EACH OCCURRENCE 12,000,000 ENTER PREMISES (Ea occurrences $300,000 MED EXP (Anyone person) $10,000 PERSONAL & AOV INJURY S2,000',005 GENERALAGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER* POLICY X PRO X LOC J.CT PRODUCTS- COMPIOPAGG $4,000,000 A AUTOMOBILE LIABILITY JX AN Y AUTO ALLOWNED SCHEDULED AUTOS AUTOS HIREDAUTOS X NON-OWNED AUTOS BAP 8376631 -18 02 01 2014 01/01/2015 COMBINED SINGLE LIMIT a aeddentl $ 2,000,000 BODILYINJURY(Perperson) BODILY INJURY(Peracddent) PROPERTY DAMAGE eracddeni UMBRELLA LIAB EXCESS LJAB H OCCUR CLAIMS-MADE EACH OCCURRENCE AGGREGATE DED I RETENTION A WORKERS COLMPPENSA ON AND YIN EMPLOYERS' ANY PROPRIETOR/ PARTNER IEXECUTIVE N OFFICMMEMBER EXCLUDED? N (Mandatory In NH) Ues, describe under SCRIPTIONOF OPERATIONS below NIA WC837663319 01/01/2014 01/01/201S X TORYL1T 3 10TH- E- EACH ACCIDENT $1,000,000 EL DISEASE -EA EMPLOYEE $1,000,000 EL DISEASE- POUCYLIMTI $1,000,000, B Archit &Eng Prof QC1401367 SIR applies per policy terns 01/01/2014 & condi 01/01/2015 ions per claim aggregate $3,000;000 $3,000,000) DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD Tot, Additional Remarks Schedule, N more space is required) The city or any of the City's agents, servants, officers, officials, employees and the consultant, its officers, directors, lersoninel, employees, subcontractors, or agents are added as an additional insured in regards to general liability and auto 1 Y• i i i CERTIFICATE HOLDER CANCELLATION SHOULD ARTY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE W1TH THE POLICY PROVISIONS. city of Sanford AUTHORIZED REPRESENTATIVE P. 0. Box 1788 Sanford, FL 32772 USA ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD `m s~ d vm 0 Z N N N u� N °o ti O Z d N V r d U CITY COMMISSION MEMORANDUM 14- 190 NOVEMBER 17, 201 4 AGENDA WS RM X Item No. C2 ' TO: Honorable Mayor and Members of the City Commission PREPARED BY: Paul Moore, Utility Director SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Enhancements to the Aquifer Storage an ecovery ASR System. SYNOPSIS: Approval of the Water Conservation Cost Share Agreement between the St.- Johns River Water Management District and the City, the CDM Smith Scope for Design, and for the Budget Amendment to account for the Aquifer Storage and Recovery System/Nutrient Reduction Grant, is requested. FISCAL/STAFFING STATEMENT: The $333,861 cost share with the SJRWMD is for enhancements to the Aquifer Storage and Recovery System (ASR). The total estimated cost of the overall project is $1,011,700.00. The City's match will come from a State Grant of $500,000 for design and construction. The CDM Scope for the pump stations is $143,165.00. An additional round of grant funding will be needed to complete the project. BACKGROUND: Sanford owns and operates an Aquifer Storage and Recovery (ASR) well at its No. 2 Water Plant. Since 2003, the City has partnered with the SJRWMD which funded about $4 million for the system. The two phased enhancement project includes design and construction of two pump stations and related appurtenances. The State Grants of $500,000 for ASR and Nutrient Reduction each were approved by the Commission on October 13, 2014. An additional round of grant funding will be needed to complete the project. Requirements for the engineering design competition were met through CCNA and the existing master contract between the City and CDM Smith. LEGAL REVIEW: The City Attorney has reviewed the proposed agreement and has no legal objection. RECOMMENDATION: City staff recommends approval of the proposed agreement and the associated resolution. SUGGESTED MOTION: "I move to approve Resolution No. 2494, amending the budget to reflect the Aquifer Storage and Recovery (ASR) and Nutrient Reduction Grant; approve the Cost Share Agreement No. 28079 between the SJRWMD and the City for enhancements to the ASR System; and approve the CDM for the pump stations. Attachment: Cost Share Agreement CDM Scope Resolution No. 2494 Budget Amendment