HomeMy WebLinkAbout2020 06 08 Consent 302 - Engineering Services for Water Treatment Plant No. 1 High Service Pump • CONSENT AGENDA ITEM 302
,n m=ared CITY COMMISSION AGENDA I JUNE 8, 2020 REGULAR MEETING
1959
TITLE
Engineering Services for Water Treatment Plant No. 1 High Service Pump
Station Piping Improvements
SUMMARY
The City desires to make improvements to the high service pump station (HSPS)
suction header at Water Treatment Plant No. 1.This section of pipe connects the two
ground storage tanks to the high service pumps for supply to the City's water
distribution system. The suction header is desired for replacement to improve water
quality and hydraulics. The pipe will be designed to address hydraulic constraints in
the current suction piping that causes pump cavitation during high demand periods.
Carollo Engineers, Inc. will provide design, permitting, bidding support, and limited
construction services for the new HSPS suction pipeline. This will include a staged tie-
in of the new header in order to maintain operation of the facility to the extent
possible. Due to the criticality and need for this project, Carollo Engineers, Inc. will
complete this project on a fast-paced schedule and coordinate closely with the City
and Veolia.
A proposal by Carollo Engineers, Inc. for this scope of work is included as Attachment
1.The cost for these services is $149,804.60, and has been appropriated in the FY2020
capital budget in the Utility Enterprise Fund. Carollo Engineers was approved as an
Engineering Continuing Services Consultant on April 13, 2020 under Consent Agenda
Item 306 in response to RFQ #07-19 LR.
RECOMMENDATION
Staff recommends the City Commission authorize Carollo Engineers, Inc. to
provide Engineering Services for high service pump station piping
improvements at the City's Water Treatment Plant No. 1 in the amount of
$149,804.60 from the Utility Enterprise Fund. Additionally, authorization for
the City Manager and City Attorney is requested to prepare and execute any
and all applicable contract documents consistent with this Agenda item.
101
Engineers...Working Wonders With Water® 200 East Robinson Street,Suite 1400,Orlando,Florida 32801
P.407.478.4642 F.407.478.4643
Exhibit A
City of Winter Springs
WTP No. 1
HSPS Suction Piping Replacement Design
May 15, 2020
SCOPE OF SERVICES
GENERAL
The City of Winter Springs(CITY)owns and operates three water treatment plants(WTPs),with WTP
No. 1 being the primary contributor to the water system.The City desires to make improvements to the
high service pump station(HSPS)suction header.The section of pipe connects the discharge side of the
two ground storage tanks(GSTs)to the HSPS for supply to the CITY distribution system.This header is
critical to maintaining operation of the facility.
The suction header is desired for replacement for multiple reasons, including both water quality and
hydraulics.As part of the overall goal to improve water quality,the new suction header is intended to
include a post-tank chlorine injection point to allow 4-log disinfection to be achieved after the GSTs.
Additionally,the pipe will be designed to address hydraulic constraints which exist in the current
suction piping, as there has been consistent pump cavitation during high demand periods.
In this scope, Carollo Engineers, Inc. (CONSULTANT)will provide design, permitting, bidding support,
and limited construction services for the new HSPS suction pipeline.This will include a staged tie-in of
the new header in order to maintain operation of the facility to the extent possible.
Due to the criticality and need for this project,the CONSULTANT will complete this project on a rapid
design schedule.The CONSULTANT will work closely with the City on a fast-paced schedule to achieve
these goals.The following describes the Scope of Services for the project,which includes data
collection, preliminary design, design, permitting, and bidding/construction support services.
The scope of services forthe CONSULTANT will include the following tasks. Certain assumptions have
been made in preparing this Scope of Services.To the extent possible,they are stated herein, and are
reflected in the attached project budget.
102
Winter Springs WTP No.1 Suction Piping Replacement 5-15-202 WAT E R
OUR FOCUS
OUR BUSINESS
OUR PASSION
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 2
TASK 1—PROJECT MANAGEMENT
Task 1 includes aspects of project and quality management to provide effective delivery of the
PROJECT. Specific items included in Task 1 are detailed in the subtasks described below.
Task 1.1—Project Management, Communications and Meetings
The CONSULTANT will provide overall project management and communication between its staff,
subconsultants, and the CITY.The CONSULTANT will track and manage the budget, project tasks, and
schedule.
The CONSULTANT will attend and manage project meetings and site inspections. Due to the fast-track
nature of this project, numerous meetings and workshops are anticipated.This project anticipates four
(4)general site/progress meetings. In addition, brief weekly status calls are expected during the core of
the design process. Construction meetings are include in the Construction Services Section. Other
specific additional meetings are noted in the tasks which follow.
Task 1.2—Monthly Progress Reports
CONSULTANT will provide monthly progress reports that identify the work that has been performed
during the month and the work that is anticipated in the upcoming month.These reports will be
delivered as part of the monthly progress payment request.
Task 1 Deliverables:
Meeting sign-in sheet and agenda(hard copies to be provided at meetings)
Meeting minutes(pdf)
Monthly progress reports(pdf)
TASK 2—DATA GATHERING
Task 2 involves gathering of data necessary for execution of the project. Specific items included in
Task 2 are detailed in the subtasks described below.
Task 2.1—Data Gathering
The CONSULTANT will collect and review previous data and reports relating to the CITY's WTP No. 1.
The following data request list is anticipated, and other additional data may be requested as available
and as needed.
WTP layout and general information
Record drawings
Shop drawings
Original pipeline specifications
WTP discharge flow and pressure data
Pump curves
SCADA data related to pump operation and performance
103,
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 3
Water quality data
Maintenance history/records
Note that the CITY has already provided much of this data in previous assignments.
The CONSULTANT will review previous data, drawings, and maintenance information from the CITY
specific to the discharge pipeline.This may include review for hydraulics, pump curves, and drawings
which may provide detail on the pipeline,tie-in locations, and consideration for flows rates/velocities
and hydraulic conditions in the pipeline during construction phasing.
Task 2.2—Suction Pipeline and Area Location Survey(As-needed Task)
The CONSULTANT, including the survey subconsultant,will conduct a site visit and a survey of the site.
The survey will utilize previous record drawing data as provided by the CITY to the extent feasible.The
focus of the survey will be on the immediate area around the existing suction pipeline,from the GSTs to
the HSPS building.
Additionally, in orderto confirm pipe locations, Sub-surface Utility Engineering (SUE)will be included.
This will include GPR efforts and soft-digs of the existing suction header and nearby utilities. Soft-digs
are limited in number as noted in the attached surveyor scope and will be utilized as-needed.
TASK 3—PRELIMINARY DESIGN
Task 3.1—Hydraulic Analysis/Pipeline Sizing
As part of the preliminary design,the pipeline must be designed hydraulically to meet two main
conditions:
1. Achieve 4-log disinfection in the pipe after the GST's, and
2. Improve the hydraulic conditions to the HSPS.
The initial analysis of the site will focus on the size, material, and arrangement of the pipeline within the
available site space in order to meet these requirements.This will include performing hydraulic
calculations, evaluation of 4-log requirements(at peak facility flows), preliminary locating of the new
chlorine injection point, and connectivity to the existing tanks/pumps. 4-log criteria will require input
and key decisions to be made with the CITY team early on,which will address the peak facility
discharge flow rate and minimum chlorine residual which will be utilized as the basis of the pipeline
design. Note that this task does not include hydraulic modeling or flow analysis such as computational
fluid dynamics.
Additionally, a key component to the pipeline replacement will be proper sequencing and phasing of
construction,which may require a transitioning of tanks and pumps in a phased approach from the
existing to the new pipeline.This will likely temporarily limit the discharge capacity of the WTP HSPS.
In order to best understand the operational scenarios,the following items will be evaluated:
104
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 4
Review of operational SCADA data to determine typical operation and potential limits.
Review pump curves relative to the demand scenarios. Determine specific requirements of
pump operation and which combination of pumps are acceptable during interim operation.
Review of chlorine injection and control methodology, and anticipated changes required to
achieve 4-log disinfection with a new control strategy and monitoring.
Review of generator connectivity and potential power loss scenarios.
Consideration of`overnight"work for key transitions during construction.
If a system-wide perspective is required for the distribution system,the CONSULTANT will
coordinate with the City and their water model consultant relative to system demands and
WTP operational scenarios to address potential temporary reduced flows. Modeling is assumed
to be completed by others, if required.
These results will be evaluated and developed into a phasing recommendation. Limitations will be
established, and potential costs associated with these will be identified.These recommendations will
be utilized in the design and construction phases.
Task 3.2—Preliminary Design Recommendations
Based upon the review of available data and site data collection, initial recommendations will be made
forthe design in a brief technical memorandum(TM).The TM will address the primary design items,
including pipeline layout, 4-log calculations, hydraulic analysis,tie-in methodology and other ancillary
components.These recommendations may also include additional input from the City and information
received from contractors and vendors for key components including materials, phasing, and tie-ins.
These recommendations will be summarized in a TM to define the path forward.The TM is also
anticipated to include preliminary design drawings of the site in order to agree upon the pipeline
arrangement to identify a location and potential conflicts.The TM will be submitted to the City for
review and for a preliminary permitting review, as noted below in Task 3.3.
Note that the TM will be developed as the design process continues in order to maintain project
schedule. It is anticipated that there will be a workshop held(as noted below)with the City to present
the initial recommendations during the preliminary design process.
Task 3.3—Preliminary Permitting
Based upon the preliminary design,the CONSULTANT will arrange a meeting with the Florida
Department of Environmental Protection(FDEP)to discuss the project needs, goals, and schedule.The
intent of the meeting will be to provide a preview of the project to the FDEP and to describe the
importance of the project schedule.Additional discussion may include the anticipated changes to the
4-log disinfection and associated permit. Desired outcomes include agreement upon the permitting
process, preliminary agreement of the proposed pipeline modifications, 4-log changes, and to minimize
the permitting review duration period.
Additional coordination will be provided alongside with CITY staff related to minor building, electrical
or structure modifications, if required.This task anticipates limited efforts with the City Building
105
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 5
Department to communicate the project work to be completed. If a permit is required,the CITY will
lead the coordination efforts with the internal building department.
Task 3.4—Preliminary Design Workshop
In order to quickly progress to the design stage, a review meeting/workshop is anticipated to be held
with the design team and the CITY team.The intent of this meeting will be to agree upon the TM
recommendations and initial proposed layouts of the pipeline.The goal will be to establish a clear path
forward for design and agreement upon the key components including the pipeline layout, structural
support, conduit relocations,tie-in methodology, and other ancillary components.
Task 3 Deliverables:
Preliminary Design Memorandum(pdf)
FDEP meeting summary(pdf)
Preliminary Design Workshop meeting minutes(pdf)
TASK 4—DESIGN
The CONSULTANT will provide design of the pipeline based on the outcomes and the CITY's feedback
of the preliminary design TM.The design process in anticipated to be on a fast track schedule,with 60%
and 100%submittals. In-field meetings are expected to occur during the design process, including a
workshop after 60%.The order of the process may vary based on available data, contractor selection
schedule,workshops, and feedback from the City.
Note that there may be underground"unknowns"encountered during construction. It is anticipated
that some details may be resolved during construction, likely related to underground items.This may
require field changes during the construction process.
Task 4.1—60%Design
Note that initial drawings of the site layout will begin during the preliminary design phase in Task 3.2.
These initial drawings, along with CITY feedback,will be utilized to progress quickly to 60%drawings.
The 60%design will include:
a. 60%Plans
b. 60%Specifications
c. Estimate of Construction Cost
Task 4.2—Workshop
Upon completion and submittal of the 60%plan, a review workshop will be held with the CITY.The
intent of the workshop will be to present the current design, gather feedback from the CITY and set a
clear path towards the 100%plans.
106
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 6
Task 4.3—100% Design
Upon completion of the workshop with feedback/comments,the CONSULTANT will progress to
100%design.A 100%/Final construction set of plans will be developed based upon feedback received
and to address remaining details required.These plans will be utilized as the construction documents.
The 100%design will include:
a. 100%Plans
b. 100%Specifications
c. Estimate of Construction Cost
The final documents will include the following:
Plans- Utilizing investigational data, provide site drawings that will generally include a plan and profile
of the proposed suction pipeline. Detail drawings related to vaults, connections,fittings,taps, or other
construction methods will be provided in detail sheets. Plans shall be developed in AutoCAD format,
full size(22 inch x 34 inch)plans, and on a 1 inch =20 foot scale or better.
The project design will include the following drawing components related to the suction pipeline,
including:
Cover Sheet, Index, location map, legend, general notes.
Profile/Section views.
General details.
Site layout, access and work area.
Civil/Mechanical - Piping layout,valves, chlorine injection,tank and pump connections.This will
include the new piping from the GST's to the HSPS. Modification to the GST or suction piping
immediately under the GST is not anticipated. Note that chlorine injection revisions will include
only revisions to the piping(no chlorine pump modifications).
Structural—Pipe supports,vaults, concrete, and building connections if required(includes sub-
consultant Wekiva Engineering).
Electrical/Control—Electrical design is not anticipated. However, a control strategy will be
developed for the required changes to the chlorine injection operation,which will change to a
single point of injection with a rate that is flow paced proportionally to the flow rate from the
existing discharge flow meter. It is assumed that the existing equipment is capable of operating
under the new control strategy.
Details—Details of equipment, layouts,tie-ins.
Phasing Plans—Details of anticipated construction phasing, connections,tank and pump
transfer and temporary scenarios required to complete the project while maintaining facility
operation.
Operational Plans—Related to the phasing plans, requirements for maintained operation will
be notated/detailed to identify the overall site layout,valves, and anticipated required
coordination with City Operations staff.
107,
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 7
Specifications- Provide specifications related to the construction, including valves, piping,fittings, and
general construction method requirements. Provided the rapid construction process,the intent will be
to utilize comments and notes in the plans to the extent possible,with the specifications focusing on
major equipment and components(concrete, pipe,valves, etc.). Specialized components will be
addressed directly on the plans sheet where feasible.
Estimate of Construction Cost- Provide a preliminary cost estimate for the construction of the project.
The cost estimate shall be based upon current industry historical and regional information, bid data,
etc.
Task 4 Deliverables:
60%Plans(pdf)
100%/Final Plans(pdf and 4 hard copies)
60%and 100%Specifications(pdf)
60%and 100%Cost estimate(pdf)
Workshop agendas, presentations and minutes(pdf)
TASK 5—PERMITTING
Task 5.1—FDEP Construction Permit
A permit is anticipated with the FDEP in order to construct the replacement pipeline header.A permit
application will be prepared and submitted to the FDEP consistent with comments and feedback
received at the preliminary meeting held in Task 3.3.The construction permit will include the plans,
application and other supporting data where necessary. Permitting fees are not included in this scope
and are assumed to be paid for by the City.
Task 5.2—FDEP 4-log Permit Revision
As part of the improvements,the 4-log disinfection contact section is anticipated to move to the
suction header pipe.This modification will require a revision to the existing 4-log permit which the
City's WTP No. 1 currently operates under.A revision package will be prepared and submitted to the
FDEP consistent with comments and feedback received at the preliminary meeting held in Task 3.3.
The permit will include the necessary contact time calculations, FDEP forms, supporting plans,
application and other supporting data where necessary. Permitting fees are not anticipated or included
forthe 4-log revision.
Task 5.3—Building Department Coordination
While no major building or electrical revisions are anticipated,there may be required coordination with
the City Building Department. For this task and based upon initial coordination with the City in Task 3.3,
submittal of design plans and details will be provided to the City, including a meeting with the City
Building Department. If permitting is required, CONSULTANT will provide support and necessary forms
=-14000 108
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 8
to submit. However, close support by City Utility staff is anticipated in orderto streamline the process.
Fees shall be paid for by the City if required.
Additional permitting(beyond those identified above) is not anticipated or included for this project.
Task 5 Deliverables
Permit Applications(pdf and hard copy)
Supporting calculations and documents, including 4-log revision data
TASK 6—BIDDING AND CONSTRUCTION SUPPORT
Task 6.1—Bidding
It is anticipated that the Bid Set submittal will be advertised to hire a General Contractor to construct
the Work.The CONSULTANT will submit bid documents in accordance with the CITY's requirements
for public advertisement of the Project.The CITY will advertise and distribute the bidding documents as
well as subsequent addenda to the potential bidders as part of this phase of the project.
Due to the urgent requirements of this project, bidding is anticipated to be completed on an fast-track
bid process,which may consider additional bid qualifications as noted further below.
Establish Bid-Qualifications—In order to expedite the construction schedule,the CITY may also
consider a bidding process which includes multiple criteria in addition to cost.This may include
qualification criteria in order to support the rapid construction schedule. For qualifications,the
CONSULTANT will support the CITY in the development of a Contractor Qualification form which will
include questions regarding:
Firm experience in similar work
Project manager/team identification
Availability of the team
Project schedule and duration,with commitment to the schedule
Availability of equipment/self-performed work
Agreed methods to maintain operation/understanding criticality of project
References
Pre-bid Conference—The CONSULTANT will attend one(1) pre-bid conference with the CITY's
Purchasing Department and potential bidders.The CONSULTANT will summarize the discussion and
decisions reached during the meeting.The CONSULTANT will submit a summary of the discussion to
the CITY for review and acceptance.
Responses to Bidder Questions- Based upon questions received from the potential bidders,the
CONSULTANT will prepare responses to and a subsequent addenda.This assumes that the CITY will
review the CONSULTANTS draft responses to bidder questions prior to them being issued to the
bidders.The CONSULTANT will revise the responses based upon the CITY's comments in order to
109
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 9
constitute they are acceptable to the CITY for amendment of the bid documents. It is presumed that
the CITY will distribute the final addenda package to the potential bidders.
Evaluation of Bids—The CONSULTANT will evaluate the bids received in orderto assess if the bidders
are responsive and responsible in the perspective of the Engineer of Record.This includes checking
references and review for completeness. It is presumed that the CITY Purchasing Department will also
review the bids in order to determine they meet the CITY's criteria for necessary bonds, insurance, etc.
CONSULANT will prepare a tabulation of the bids and prepare a Recommendation of Award Letter.
The CONSULANT will attend one(1) bid review meeting with CITY and if necessary, attend one(1) CITY
board meeting for its approval.
Conformed Set Submittal - Based upon the addenda produced, CONSULTANT will conform the
construction documents and develop the Conformed Set.
Task 6.1 Deliverables:
Responses to Bidder Questions.
Recommendation of Award Letter.
Conformed Set Submittal -1 signed and sealed hardcopy and PDF copy with drawings in
AutoCAD format.
Task 6.2—Construction Support Services
The CONSULANT will provide construction support services during the construction of the project.
Construction is anticipated to promptly proceed upon contractor selection on a rapid schedule.The
construction support effort is anticipated to be"hands-on",with involvement and communication
throughout. It is anticipated that the work will be constructed over a duration of 6 months.
It is presumed that a City Inspector will observe the construction work, process pay requests, and other
associated services not listed below to be performed by the CONSULTANT. It is presumed the CITY will
perform services with respect to notifying and interacting with the Public regarding the Project.
CONSULTANT will provide the following limited construction administration services.
Preconstruction Conference—CONSULTANT will attend and summarize the Preconstruction
Conference. The City will generate the agenda and moderate the pre con agenda.
Construction Progress Meetings—CONSULTANT will attend bi-weekly Progress Meetings during
construction(12 meetings included).The CONSULTANT will assist the City in the preparation of
materials for the meeting as directed by the City.The City will determine the schedule for the progress
meetings at the Preconstruction Conference.The consultant will summarize the progress meetings in
coordination with the City's Construction Manager.The City's Construction Manager will review the
meeting summaries prior to them being issued to the General Contractor.
Shop Drawing Submittals-consultant will review construction submittals for the Project. Due to the
rapid schedule, CONSULTANT will aim to review submittals within one week from receipt from the
General Contractor. CONSULTANT will develop and maintain a shop drawing log.
110,
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 10
Request for Information - CONSULTANT will provide responses to Requests for Information (RFI)from
the General Contractor. CONSULTANT will develop and maintain a log of Requests for Information.
Change Order/Contingency Review—Due to the nature of the schedule and bid process, a contingency
is anticipated to be established for field adjustments. CONSULTANT will review and coordinate
requests by the General Contractor.
Site Visits- CONSULTANTwill attend site visits during construction. It is expected that routine site
visits will follow construction progress meetings. However,four(4)additional site visits are included for
specific project needs or key construction events. Issues with the work will be elevated to the City's
Construction Manager for communication to the General Contractor.
Substantial and Final Completion Site Visits- CONSULTANT will perform one Substantial Completion
site visit and develop a punch list. Following completion of the punch list by the General Contractor,the
CONSULTANT will perform one Final Completion site visit.
Record Drawings- CONSULTANT will utilize the General Contractors redline markups in orderto
develop a set of Record Drawings. CONSULTANT will prepare a draft Record Drawing submittal to the
City. Based upon the City's review comments, CONSULTANT will prepare and sign and seal the final
Record Drawings.
FDEP Request for Approval to Place PWS Components into Operation - Based on the required permits
in Task 4,the CONSULTANT will complete FDEP Form 62 555.900(9)to place the new modifications
into service. CONSULTANT will document significant deviations from the permit application and the
constructed condition. A draft of the required certifications will be submitted to the City for review prior
to making the submittal to the regulatory agency.
Task 6.2 Deliverables:
Preconstruction Conference Meeting Summary.
Construction Submittal Review Comments.
Request for Information Responses.
One Substantial Completion Punchlist.
Final Record Drawings-1 signed and sealed hardcopy and drawings in AutoCAD format& PDF
format.
FDEP Request for Approval to place PWS Components into Operation
111 ,
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 11
CITY RESPONSIBILITIES
Because of the nature of this project, certain assumptions apply to this Scope of Services.To the extent
possible,these assumptions are stated within this document and are reflected in the budget. If the
project task requirements are different from the assumptions presented in this Scope of Services, or if
the CITY desires additional services,the resultant change in scope will serve as a basis for amending this
project assignment or initiating the development of a new project assignment as agreed to by both the
CITY and CONSULTANT.The following assumptions and CITY responsibilities apply to this project:
The CONSULTANT shall be entitled to rely upon the accuracy of the data and information
supplied by the CITY without independent review or evaluation.
The CITY shall attend all workshops and review meetings to maintain the progress of the
project according to the schedule.
The CITY will provide the CONSULTANT with access to treatment facility for data gathering,
data validation and the design process.
The CITY will assist with data collection and site testing as necessary, including accompanying
the CONSULTANT and leading operation of the facility.
The CITY will provide all required information within the period established in the schedule
contained in this Scope of Services.The schedule is based on timely receipt of data and the bid
process from the CITY.The CITY shall review Draft deliverables and provide comments to the
CONSULTANT on a prompt basis(less than 1 week is desired for this urgent project).
The services to be performed by the CONSULTANT are intended solely forthe benefit of the
CITY. No person or entity not a signatory to this Scope of Work shall be entitled to rely on the
CONSULTANT's performance of its services hereunder, and no right to assert a claim against
the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party
as a result of this Scope of Work orthe performance of the CONSULTANT's services hereunder.
In providing opinions of cost,financial analyses, economic feasibility projections, and schedules
for potential projects, CONSULTANT has no control over cost or price of labor and material;
unknown or latent conditions of existing equipment or structures that may affect operation and
maintenance costs; competitive bidding procedures and market conditions;time or quality of
performance of third parties; quality,type, management, or direction of operating personnel;
and other economic and operational factors that may materially affect the ultimate project cost
or schedule.Therefore, CONSULTANT makes no warranty that the CITY's actual project costs,
financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's
opinions, analyses, projections, or estimates.
112,
carollo.com
City of Winter Springs
WTP No. 1-HSPS Suction Piping Replacement Design
Scope of Services
Page 12
SCHEDULE
The services described above are anticipated to be completed in accordance with the following
summary.The CITY has requested that this project be completed on a rapid schedule.The
CONSULTANT will make efforts to keep the project on schedule within reason. However,there are
many factors which may affect this overall schedule, and this will require prompt attention and
involvement from the CITY to maintain project progress. The schedule below is the CONSULTANT's
best estimate based on preliminary information, and may vary based upon available data, meeting
schedule, permitting,the bid process, and contractor availability and schedule. Unless noted
otherwise,time durations listed below are weeks measured from the date upon which the
CONSULTANT received the notice to proceed for the work.
& MEL.. Weeks After NTP
1—Project Management 42
2—Data Gathering 2
3—Preliminary Design 6
4—Design 11
S—Permitting 14
6—Bidding and Construction Support 42
It has been assumed that the CITY will complete all reviews within one week of receiving the
submittals. It is expected that all tasks in this scope of services will be completed within 42 weeks of
receiving a notice to proceed, including a forecasted construction schedule which may vary based on
bidding, contractor availability and equipment lead time.
PROJECT FEE
Compensation forthe services described above shall be delivered forthe amount of$149,804.60.The
basis forthis is a combination of lump sum and hourly amount as provided in the attached Exhibit B.
Tasks shown as"As-needed"will only be billed as required.
113,
carollo.com
o
�\ \ }\\ \\\ \}\\\ \\\\\ \\\\ \� \
( oo
\
it
� � �
oo. .1
om-
)
o
o
av@ *;@ k4!!v
, //} }// }\\(/ \ k}} /\\\ } N(\ (}(((}}\k §
§ !o Q o N N� q
§ 22}o - , ;
o
o
} f \o N� ao o.
} f;\o o ... Q , o o e
{ �{ { §
lo
o
go
_ o \ So o
:\ - :go o\ k o
\ - -
o
§k k \\ k\\ §\ ƒ\\\ \j)}j j)}//}])))§
/|J , 114
L & S Diversified
Surveying and Mapping
1* Subsurface Utility Engineering
FASTER
May 4, 2020 L&S Proposal No. 6100_Rev1
BETTER
STRONGER Carollo Engineers
Scott Richards
4600 E. Washington Street, Suite 500
Phoenix,AZ 85034
Subject: Winter Springs WTP-Proposal for Surveying and Subsurface Utility
Engineering
Dear Scott,
We appreciate your consideration of L&S Diversified, LLC to provide professional
surveying services for the above referenced project. Below we have outlined a proposed
schedule of services and the associated fees for this project.
SCOPE OF SERVICES
PART 1 Survey Control
It is anticipated that existing on-site survey control provided by the City of Winter
Springs will be recovered in an undisturbed manor that will allow for its use in surveying
services provided in this proposal. If control has been disturbed or has been destroyed
the following will procedures will be performed.
Survey Tasks for part 1 shall consist of: the position and description of all recovered
monuments; right-of-way and adjacent parcels with recording information; survey
control set at 600-foot intervals to facilitate project engineering.
Survey control will consist of the following:
Recover closest two (2) NGS or City of Orlando geodetic control monuments; Monument
and reference each end of baseline near project site. Utilize GPS static or redundant RTK
control survey methods to establish control pairs at each end of project relative to
North American Datum of 1983 adjustment of 2011 (NAD83/2011), state plane
coordinates, Florida East zone. L&S will use GEOID 12A; Recover closest City of Orlando
benchmarks; Measure closed differential level loop between control to establish
elevations relative to North American Vertical Datum of 1988 (NAVD88)for each survey
L&S Diversified,LLC baseline monument.
Principal A separate survey control sheet will be provided showing all set and recovered control.
Sherry Lee Manor,PSM
405 Lake Howell Road
Suite 1001 115
Maitland,Florida 32751
o 447.681.3836 Page 1 of 7
(407.681.6541
www.LSsurveyor.com
The Survey Control and Specific Purpose Right of Way Survey will be performed and
prepared in accordance with the State of Florida Standards of Practice, as set forth by
the Board of Professional Surveyors and Mappers, Chapter 5J-17, Florida Administrative
Code and per Section 472.027, Florida Statutes and the City of Orlando Engineering
Standards Manual.
PART 2 Topographic Survey
L&S Diversified will utilize the record drawing elevations to help create an existing
conditions topographic survey of the proposed site. Fill in data needed will consist of
the following scope below.
Survey Tasks for part 2 shall consist of: cross sections at 50 foot intervals or at an
interval to secure a one foot contour interval (within right of way and extend 5' outside
of both sides of the right of way and to the returns of all intersection); location of
existing improvements and visible above ground utilities; subsurface utilities as marked
by L&S; trees and landscaping within project limits; and setting at least two(2) site
bench marks at each site in order to facilitate engineering for the project site.
The topographic survey will be displayed at one-foot contours with spot elevations and
will be based on the North American Vertical Datum (NAVD) of 1988.
The Topographic Survey will be prepared in accordance with the State of Florida
Standards of Practice Chapter 5J-17, Florida Administrative Code, as set forth by the
Board of Professional Surveyors and Mappers, pursuant to Section 472.027, Florida
Statutes and the City of Orlando Engineering Standards Manual.
PART 3 Subsurface Utility Designation—ASCE 38-02 Quality Level "B"
A Sunshine 811 "Design"ticket will be requested for the areas described to determine
the utility providers within the project limits and to notify them of the request for
coordination with the L& S utility locator.These areas will be scanned for underground
utilities using electronic detection devices and Ground Penetrating Radar(GPR). Any
utilities detected and found within the project limits will be surface painted and flagged
with the appropriate color as recognized by the National Utility Locating Contractors
Association (NULCA), or if marked by others,will be verified by the L& S utility locator.
Underground utilities that are detectable by the above methods, where surface
evidence exists or where plans are provided to L& S showing the locations thereof can
be designated. However, some underground utilities may not be made of a conductive
material or may not return a GPR echo and therefore cannot be designated with
electronic prospecting equipment or GPR.Without surface evidence or existing plans, as
provided to L& S, identification and designation of any utilities that might exist would
then require soft excavation and would need to be determined by the client as
additional services.
116
Page 2 of 7
N
L& S would expect that any available information from previous surveys of the project
site, research or plans obtained by the design engineer or other drawings that depict
historic utility information and any other pertinent information that has been obtained
by the Engineering Design team regarding utilities at the project site will be provided to
L& S to help facilitate the location and accounting for the subsurface utilities for this
site.
L& S utilizes the above-mentioned resources in addition to the knowledge of our
experienced technicians to accomplish the goal of providing as much information
regarding the subsurface utilities at this location as possible in the limited locations
and by the methods described above. However, the information provided by L& S is
also dependent upon the information provided by the Design team as mentioned above,
Sunshine 811 request for utility owners and/or their representatives to also provide
information and/or to meet with our crew at the time of these activities to verify their
facilities and to confirm the details of the subsurface utilities at this location.
It is understood and expected that the Design Engineer will perform sufficient Utility
Coordination with the Utility Agency Owners, (UAO's) in this location to ascertain and
affirm the information from these efforts and to help confirm that no other subsurface
utilities are possibly undetected by these efforts. It is also understood that the
Contractor is responsible to abide by Sunshine State One Call, Florida State Statutes#
556.106.
L&S will provide MOT design, set up and take down for the opening of manholes where
needed.
PART 4 Subsurface Utility Excavation—ASCE 38-02 Quality Level "A"
L& S will perform 12 soft excavation test holes at positions determined by the client. A
Sunshine 811 ticket request will be called to allow 72 hours in advance of the proposed
excavation as is required by law.The utility at each position will be verified both
horizontally and vertically up to a depth of approximately ten (10)feet. L& S is capable
of soft excavating to a depth of six(6) feet and air probing to a depth of ten (10)feet. It
is possible that ground water intrusion and/or soil conditions at any given position could
prevent a clear identification of any utility or obstruction.
The depth and size of each utility will be measured and noted on a Subsurface Utility
Report for each position, and if visible, the composition of the material of the pipe will
also be noted. However,the condition of the material will not be determined by
L& S as this is not within our expertise. Each position will be restored to near pre-
excavated condition with the excavated soil or like materials such as an asphalt or
concrete patch where applicable.
Deliverables
All Survey Deliverables will be in accordance with the City of Orlando Engineering
Standards Manual and include Civil 3d (2013 version)dwg e-transmittal file and pdf file
of the survey.
117
Page 3 of 7
N
A Sunshine State 811 "Design" ticket will be requested and documentation of this and
any information obtained from the utility companies or their representatives will be
shown in a utility contact log. A copy of the utility contact log will be provided along
with a sketch of the designated utilities and the above mentioned Subsurface Utility
Reports.
The table below summarizes the costs associated with this proposal. Please review
this information and let us know if you have any questions.
Item Description Qty Rate Amount
1 2 Person Survey Field Crew-Survey Control 8 $ 132.00 $ 1,056.00
1 Mapping Technician -Survey Control 4 $ 81.00 $ 324.00
1 Survey Project Manager-Survey Control 2 $ 126.00 $ 252.00
2 2 Person Survey Field Crew-Topographic 12 $ 132.00 $ 1,584.00
Survey
2 Mapping Technician -Topographic Survey 16 $ 81.00 $ 1,296.00
2 Survey Project Manager-Topographic Survey 2 $ 126.00 $ 252.00
3 2 Person SUE Field Crew 16 $ 126.00 $ 2,016.00
3 Subsurface Utility Coordinator 12 $ 60.00 $ 720.00
3 SUE Project Manager 6 $ 126.00 $ 756.00
4 Test Hole (Dirt) 12 $ 300.00 $ 3,600.00
Estimated Time and Materials $11,856.00
Schedule
L& S Diversified will begin the Survey on the subject property within 5 working days
after receipt of your executed Notice to Proceed (NTP).This does not apply if extensive
title work is involved, extensive certification requirements are needed, or if an
ALTA/ACSM Survey is required. Proposed fee and schedule shown hereon is valid for up
to 45 days from the date of receipt. We prefer at least 48 hours of notice for scheduling
of a field crew.
Additional Services
If Carollo desires to change or expand upon these proposed services, an additional fee
shall be negotiated. This renegotiation shall be accomplished prior to commencing the
additional work, and may be necessary for any of the following services which are not a
part of this contract:
Locating and/or flagging Flood Zone Line or Normal High Water Line(NHWL), tidal
records, or locating '0' or specific elevations, Research and ordering additional Maps,
Records or Materials necessary for completing these specified tasks; client-imposed
118
Page 4 of 7
N
requirements not covered herein; Additional Certifications or Affidavits not specified
herein; Elevation Certifications;Wetland Delineation or Location; sub-surface Excavation
or Underground Utility Location; Extensive Title Review and Plotting of Easements;
Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this
proposal; Requests by Third Parties (Buyer's Attorney, Seller's Attorney, Lender or
Lender's Counsel, Real Estate Agents,Title Company Personnel, etc.)for additions,
deletions or revisions to be made to the survey drawings or maps before or after initial
submittal to client; Additional Meetings and Errands not covered herein which are
necessary to complete these specified tasks; Client-Authorized on-site instruction given
to field crew for extra field work not covered herein; Client-approved overtime;
Additional ALTA Table A Items.
Reimbursables such as overnight mailings, sending electronic files, copying charges,
blueprinting costs, plotting of extra drawings not covered herein, delivery, shipping, or
rush charges, etc.will be billed as an Extra cost on a Time, Materials and Expense basis.
It may be necessary for the Project Manager to call the client to receive verification and
authorization for Extra Costs stated above in the preceding paragraph, and may further
require the client to sign an Additional Work Authorization Form for any out-of-scope
requests.
All public entity or jurisdictional agency fees are to be paid directly by the client prior to
obtaining approvals or permits. These fees include, but are not limited to, platting,
impact, re-zoning, permitting, review and application fees. L& S Diversified has no
control over the procedures of public entities or jurisdictional agencies, and therefore,
cannot guarantee timing and outcome of permits and entitlements related to this
site/project.
Please see attached Exhibit"A"-Standard Provisions of Agreement for Professional
Services and Exhibit'B"—Hourly Rates in addition to this Agreement.
The following additional provisions are included in this contract:
1. The terms of this agreement shall be valid for client acceptance for a period of
sixty(60) days from the date of execution by L&S Diversified, LLC after which
time this contract offer becomes null and void if not accepted formally
(evidenced by receipt of an executed copy of this document).
2. This agreement may be terminated by either party within fifteen (15) days
written notice. In the event of termination, L&S Diversified, LLC shall be
compensated to the date of termination, including direct expenses then due.
3. All rates and fees quoted in this document shall be effective for a period of
twelve (12) months, after which time they may be renegotiated with the client.
4. All original documents shall be retained by L&S Diversified, LLC and will remain
their property. This information is proprietary and will not be shared with
others without prior written consent. The client will be provided with
reproducible copies of all original documents upon request, and at client
expense.
119
Page 5 of 7
N
5. For projects lasting over 30 days, L& S Diversified, LLC will bill on 25th of the
month. The invoiced amount will include all work(time and materials)
performed for the calendar month, up to the 201H
6. The client will pay invoices upon receipt and understands interest charges of
1.5%per month will be applied to any unpaid balance. L&S Diversified, LLC may
elect to stop work until payment is received. If work is stopped for thirty(30)
days or more, L&S Diversified, LLC may be compensated for start-up costs when
work resumes.
7. Upon client request, we will contract and/or coordinate with applicable
transportation, environmental,geotechnical, and engineering consultants, and
will rely upon their work; however, L&S Diversified, LLC assumes no liability for
the accuracy of their work.
8. All payments are to be in US Dollars. Payment/wiring instructions will be
provided to client with final invoice.
Thank you for this opportunity and we look forward to working with you on this
exciting new project. Please sign, date and return a copy of this agreement as
your authorization to proceed with these professional services. Should you
have any questions, please do not hesitate to call.
Sincerely,
L&S Diversified, LLC
ul�' 6 if wo�
Sherry Le Manor, PSM May 4, 2020
President
The undersigned agrees to the above terms and costs associated with project
completion.
Accepted By:
Company
Signature Date
Title
120
Page 6 of 7
N
3
� A
C
J
r CD
PL
. W
N
711 N Orange Ave, Suite A
Winter Park, FL 32789
Phone: (321) 972-4989
WEKIVA
ENGINEERING Wekiva Project Number: 20-175
April 23, 2020
Scott Richards, P.E.
Carollo Engineers, P.C.
200 East Robinson Street, Suite 1400
Orlando, FL 32801
Re: Proposal for Structural Engineering Services
Winter Springs WTP No. 1 Improvements
City of Winter Springs, Florida
Dear Mr. Richards,
Wekiva Engineering, LLC (Wekiva) is pleased to submit this proposal to provide structural
engineering services to Carollo Engineers (Carollo) for the above referenced project.
SCOPE OF SERVICES
It is our understanding that the City of Winter Springs (City) is requesting modifications to the
WTP No. 1 facility be designed. These modifications include the replacement of suction header
piping, installation of a new chlorine injection vault with a static mixer and possible piping
connections to the existing ground storage tanks. It is anticipated that the following structural
items may be required to be designed by Wekiva:
• Injection Vault
• Miscellaneous Pipe Supports
• Pipe Penetrations at the Exiting Masonry Pump Building
Task 1.- Prepare Drawings and Specifications.- Wekiva staff will prepare drawings and
specifications for the items described above. It is anticipated that one (1) site visit will be
performed to acquire information about the proposed design and the existing structures.
Wekiva will also prepare an opinion of probable construction cost at each submittal milestone.
We will also assist in any permitting services by preparing signed and sealed drawings and
addressing any comments. It is anticipated that there will be 2 drawings.
Task2.'Services During Construction.-Wekiva staff will assist Carollo staff during construction
by reviewing shop drawings, answering RFI's and performing one (1) site visit to view the
construction progress.
COST AND SCHEDULE
Wekiva proposes to undertake the work described above on a lump sum fixed fee basis at a
price of $6,900. The following is breakdown of fee per task:
• Task 1 $4,300
• Task 2 $2,600
• Total $6,900
122
711 N Orange Ave, Suite A
Winter Park, FL 32789
Phone: (321) 972-4989
WEKIVA
ENGINEERING
TERMS AND CONDITIONS
Wekiva will begin work immediately upon your notice to proceed. We will issue monthly
invoices for the work accomplished during the calendar month. We appreciate the opportunity
to submit this proposal to Carollo and we look forward to a successful collaboration on this
project. If you have any questions or need further information, please call.
Sincerely,
30�'
John Sobczak, P.E.
Member
123