1699* FRS Envir Chg Ord No. 1 (2)T®: City Clerk
E: CDM Smith Inc PO 34222 Change Order No. 1 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
❑
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
Once completed, please:
❑ Return originals to Purchasing
❑ Return copies
El
Special Instructions:
Ma4-40�, Orda-k�Z
From`
T:\Dept_forms \City Clerk Transmittal Memo - 2009.doc
SQ,,vt - z) Po- - q I a
3'tik,lli
Date
DATE: 12/15/14��
PURCHASING OFFICE: 407.688.5030 \j" /
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 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
�c�rieYF9c* k9c4ric k9ci: • k�c4r�c:@ 9c•ir9c9r9c•ic *�c�cic9c9e9r9c3c
* 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
APPR01
APPROVED BY: j7f4!�� &114
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 /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 1,2/15/14
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.: 858012621681C -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
9c �c Y 4r *ic *k iF 9r k�e * * *4c 9e:F 4c 4c 9c 3c k it t is *�9t 4e �c �c 3c 9c
* CHANGE ORDER
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 311 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: /IW1NW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASEJTERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 1.2/15/14
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.: 858012621681C -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 17.88
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
9c• kY** ic�C• �e* k: F4: ic�t�rk *ic9c3c4c�c *k•k��Y�c•k�c9e�Y�F*
* 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 MARCO US
----- - - - - --
- - - --
- - - - - --
32196.50
-- - - - - --
1----------------------------
5245255366400
4618 02/03/15 PETER STAF
IERI
14
1UT 12
0968.50
52452553.66400
.
000064701 02/24/15 BILL MARCO TS
14286.00
--
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:IA VWW. SANFORDFL. GOVI DEPARTMENTSIPURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
Work Order No.
Project Title
Project Number
Bid No.
A
WORK ORDER CHANGE FORM
Owner: City of Sanford, Florida
0-� 0
Contractor: (foD" SM4n,
Work Order Date: 2-- —1Z, —15"
WN411M
This Work Order Change is necessary to cover changes in the work to be
performed under the Work Order referenced above. The GENERAL
CONDITIONS, SUPPLEMENTARY CONDITIONS, and previously issued
STANDARD SPECIFICATIONS of the contract, work order, solicitation
indicated above of apply to and govern all work under this Work Order
Change.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
(1) Current Contract Price (Adjusted by Previous Change Orders)
$
(2) Total Proposed Change in Contract Price
$
(3) New Work Order Price (item 2 + Item 3)
$
(4) Current Contract Time (Adjusted by Previous Change Orders)
Days
(5) Total Proposed Change in Contract Time
Days
(6) New Contract Time (item 4 + Item 5)
Days
(7) Original Contract Substantial Completion Date
Days-
(8) New Contract Substantial Completion Date
Days
Description of Change:
61 WkAh)'m 0- tre,--lomEna
pv-w N-a4i
J
J
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 as a result of increases or decreases in cost
and time of performance caused directly and indirectly from the change. Acceptance of this
Waiver constitutes an agreement between OWNER and CONTRACTOR that the Work Order
Change represents an equitable adjustment to the Agreement and that CONTRACTOR shall
bm
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:
-I� - I
Date
ATTEST:
r
(Signature)
Date
(Seal)
Cr->M `s fy1 % 4" I Inc:. .
By ( Signature)
(,ty-Y 0-ps"4)"r't
Owner
30� cd"v P" CWT
Printed ame an Title
— YJ4--!-n
By ( ig ature)
G9"°'��
Date
END OF SECTION
A. MICHELLE HUMPHRIES
(Corporate Seal)
Notary Public - State of Florida
My Comm. Expires Apr 28, 2017
�,�� F
'
Commission # FF 112380
„.„.'_
Bonded 7hrM0 National Notary Assn.
ATTEST:
r
(Signature)
Date
(Seal)
Cr->M `s fy1 % 4" I Inc:. .
By ( Signature)
(,ty-Y 0-ps"4)"r't
Owner
30� cd"v P" CWT
Printed ame an Title
— YJ4--!-n
By ( ig ature)
G9"°'��
Date
END OF SECTION
DATE: 12/15/14
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 10835
TO:
CDM SMITH, INC
2301 MAITLAND CENTER
STE 300
MAITLAND, FL 32751
Fall • e] •
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
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
PKWY 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
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
ZIA
rommirwall,
APPROVED BY: A mum"i
�5A
APPROVED BY:
ITY MPJtAGER
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:
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
kiris * * *4cF * * * *ir�ic9c9r4c4r *t k:t *9c 9cY* loci: �: ic�c
* CHANGE ORDER
THIS ORDER
CONFLICTS WITH THE AGREEMENT
AGREEMENT SHALL PREVAIL.
THE FOLLOWING LISTED DOCUMENTS
WHICH ARE ATTACHED
HERETO AND MADE APART 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 /PURCHASEITERMS.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.: 858012621681C-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
UNIT OF
ITEM NO.
DESCRIPTION
QUANTITY
ISSUE
UNIT COST
EXTENDED COST
ir�ic'%�Yicic5Y9c *9r kk kic�t��c4c4cic�c *�cicir9r� tic * *7kic'lc
_
* CHANGE ORDER
---------------- ------------ - - - - --
EQ /ACCT DATE REQ. BY
----- - - - - --
- - - --
PR
- - - - - --
JECT
-- - - - - --
AMOUNT
---------------------------- - - - - --
000064618 12/04/14 BILL MARCO IS
----- - - - - --
- - - --
- - - - - --
12196.50
-- - - - - --
5245255366400
4618 02/03/15 PETER STAF
IERI
14311UT
1-20968.50
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: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASERERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
AXON".1tillZiN
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.
CDML11 Page I of 8
SWIM 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 1— Meetings, Project 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 1.1— 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.
Smlih Page 2 of 8
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 Engineering 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 Engineer's 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:
CDM-Ll- Page 3 of 8
SMiLn 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 5.9 — 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;
DM
IRIL Page 5 of 8
SMn 10/30/2014
tA.). Conduct 5 site visits (a visit approximately every 45 days during construction, to
k-r
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);
CDMI Page 6 of 8 10/30/2014
Smith
(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 ivi Page 7 of 8
Smi
10/30/2014
EXHIBIT "1373
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.
CDN-L11- Ln Page 8 of 8
SMI 10/30/2014
CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDDNYYY)
I 12J13n013
THIS CERTIFICATE IS 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 pollcy(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
Boston MA office
CONTACT
(AIC HONE (866) 283 -7122 FAX 800- 363 -0105
E -MAIL :
One Federal Street
Boston MA 02110 USA
INSURER(S) AFFORDING COVERAGE
NAIC #
as & conditions
INSURED
INSURER A: Zurich American Ins CO
16535
CDM smith Inc.
ONE CAMBRIDGE PLACE
SO HAMPSHIRE STREET
INSURERB: Lloyd's Syndicate No. 2623
AA1128623
INSURER C.
CAMBRIDGE MA 021390000 USA
INSURER D:
INSURER E:
INSURER F.
$2,0000000
COVERAGES CERTIFICATE NUMBER: 570052295552 REVISION NUMBER:
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
WVD
POLICY NUMBER
MMIDD
MMID
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE r" OCCUR
GLO
SIR applies per policy ter
as & conditions
EACH OCCURRENCE
$2,000,000
DAMAGhIORENIED
PREMISES Ea occurrence
$300,000
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$2,0000000
GENERAL AGGREGATE
$4,000,000
GEN- LAGGREG ATE LIMIT APPLIES PER.,
PRODUCTS- COMPIOP AGG
$4,000,000
POLICY X PRO X LOC
A
AUTOMOBILE LIABILITY
BAP 8376631 -18
01/01/2014
02/01/2015
COMBINED SINGLE LIMIT
Ea accident
$2,000,000
BODILY INJURY(Perperson)
AN YAUTO
ALLOWNED HSCHEDULFD
AUTOS AUTOS
JX
HIREDAUTOS NON -OWNED
AUTOS
BODILYINJURY(Peraccident)
PROPERTY DAMAGE
Per accident)
UMBRELLALIAB
EACH OCCURRENCE
EXCESS LIAR
CLAIMS-MADE
HOCCUR
AGGREGATE
DED RETENTION
A
WORKERS COMPENSATION AND
S'
EMPLOYERLtABILITY YIN
ANYPROPRtETORIPARTNER /EXECUTIVE
OFFICERIMEMBER EXCLUDED? N
(Mandatory In NH)
NIA
WC837663319
01/01/2014
01/01/201S
X WC STATU-
TORYU ITS
OTH-
ER
EL EACH ACCIDENT
$1,000,000
EL DISEASE -EA EMPLOYEE
$1,000,000
U yes, describe under
DESCRIPTION OF OPERATIONS below
EL DISEASE POLICY LIMIT
$1,000,000
B
Archit &Eng Prof
QC1401367
01/01/2014
01/01/2015
per claim
$3,000;000
SIR applies per policy ter
s & condi
ions
aggregate
$3,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, K mote space Is required)
The City or any of the City's agents, servants, officers, officials, employees and the Consultant, its officers, directors,
personnel, employees, subcontractors, or agents are added as an additional insured in regards to general liability and auto
liability.
`m
c
m
m`
.O
0
z
N
ua
U)
N
M
w
Z
.m.
v
t_
d/
U
CERTIFICATE HOLDER CANCELLATION 0
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICYPROVISIONS.
city of Sanford AUTHORIZED REPRESENTATIVE
P. O. Box 1788
Sanford, FL 32772 USA
01988 -2090 ACORD CORPORATION. All rights reserved.
ACORD 26 (2010105) The ACORD name and logo are registered marks of ACORD
III
V -187�N j
CITY COMMISSION MEMORANDUM 14.190
NOVEMBER 17, 2014 AGENDA
ws RM X
Item No. C) ' Ll
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