Loading...
HomeMy WebLinkAboutCPH Inc. Task Order 1 - Potable Water Quality Improvements Agreement 2015 07 27 TASK ORDER 1 WTP 1 TREATMENT IMPROVEMENTS TO PROFESSIONAL DESIGN SERVICES FOR POTABLE WATER QUALITY IMPROVEMENTS AGREEMENT BETWEEN THE CITY OF WINTER SPRINGS AND CPH, INC. This Task Order 1 dated by and between the City of Winter Springs (hereinafter called the OWNER) and CPH, Inc. (hereinafter called the Engineer), is mutually agreed upon and declared an authorized Task Order based on the Professional Design Services for Potable Water Quality Improvements Agreement dated The appropriate provisions of the Agreement apply as fully as if repeated herein. SECTION 1 GENERAL The purpose of this Task Order is to provide for Engineering Design Services, more specifically itemized herein, in the preparation of Plans and Specifications and other Engineering Services for the WTP 1 Treatment Improvements. The FDEP Consent Order specifically addresses the Stage 2 Maximum Contaminant Level (MCL) which has been established as 80 micrograms per liter (ug/L) for Total Trihalomethanes (TTHMs). Stage 2 compliance is based on a single location annual running average (no longer an average of all sample sites within the system).The FDEP requirements for this project is: 1) to provide equipment and/or processes to control Disinfection By-Products (DBPs) to below the MCL of 80 micrograms per liter for Trihalomethanes (THMs) and 60 micrograms per liter for Haloacetic acids (HAAs). The DESIGN GOAL is to provide equipment and/or processes to control Disinfection By-Products (DBPs) to below a GOAL of 60 micrograms per liter for Total Trihalomethanes (TTHMs) and 40 micrograms per liter for Haloacetic acids (HAAs) at the WTP 1 facility using the recommended Ion Exchange (IEX) process and other treatment enhancements. CPH has provided previous information to Staff on the processes used in the Central Florida area to control DBPs. This information was used to recommend the IEX process for WTP 1 based on the unique characteristics of the WTP 1 raw water source. Sampling analysis has indicated that the raw water source (groundwater wells) for WTP1 contains a high amount of bromide. This affects the decision making process and was the reason for selecting the IEX process, because the Ozone process will most likely form bromates that are more highly regulated than TTHMs and HAAs. The Staff has worked to improve the chlorination system and optimize chemical addition to achieve the required levels of disinfection without forming THMs and HAAs that exceed the drinking water standards. These initial and simpler methods have improved the water quality but further improvements are required to consistently meet the Federal Drinking Water Regulations. SECTION 2 BASIC SERVICES OF THE ENGINEER 2.1 GENERAL 2.1.1 ENGINEER agrees to perform professional services in connection with the project as hereinafter stated. 2.1.2 ENGINEER will serve as the OWNER's professional engineering representative in those phases of the project to which this Task Order applies, and will give consultation and advice to the OWNER during the performance of his services. ENGINEER will perform services for the City Commission under the general supervision of the City Manager and the Utility/Public Works Director and will submit interim plans to them for their review, input, decision, etc. as appropriate. SECTION 3 SCOPE OF SERVICES 3.1 GENERAL The OWNER hereby authorizes the ENGINEER to proceed with the preparation of plans and specifications for WTP 1 improvements as listed below. 3.1.1 The project includes the following: a. Design of the improvements described herein. b. OWNER plans to purchase and install two (2) ion exchange (IEX) units. ENGINEER will "Master Plan" the treatment facilities by adding the space and piping to accommodate a third unit. The OWNER may purchase and install the third unit as part of the bid. The third unit will be included as an additive alternate bid item. C. The installation of the equipment necessary to support the IEX units. d. ENGINEER will show the location of future Forced Draft Aeration (FDA) Units on the proposed site plan. FDAs are not part of this design proposal as they are not needed to become compliant with current EPA/FDEP drinking water quality regulations. 3.2 ENGINEERING SERVICES 3.2.1 Retain the services of a Geotechnical Consultant to provide data on existing soils conditions/type for the purpose of placing structures. A copy of the scope for the services is included as an attachment. 3.2.2 Retain the services of an Electrical Consultant to provide the design of the electrical systems and SCADA systems integrated with the existing systems. 3.2.2 The Engineer has recently provided the OWNER with an as-built survey of the WTP 1 site. This survey will be used for this project. 3.2.3 Demolish the old "garage" building. 3.2.4 No new buildings will be provided. 3.2.5 No structure or roof system will be provided around or over the IEX units. 3.2.6 Specify a metal frame structure and metal roof (post and beam style) over the brine tanks/spill containment area. The structure will not be designed by the ENGINEER but will be provided by a steel building manufacturer who will provide structural shop drawings during construction based on the specifications for the roof structure. This structure will house the chemicals and storage tanks for the WTP 1 system. It will not be enclosed but will work as a sunshield for tanks and equipment. Electrical and instrumentation items will be under cover, but will be outside the spill containment area. In a project performed by others, the electrical systems will be housed in the existing generator building structure (remodeled). The new generator (by others) will be housed in its own enclosure. 3.2.7 Reconfigure the corrosion control equipment and the chlorine injection points as part of the design to comply with the new improvements. Also move the feed systems for chlorine and corrosion control to the new containment structure. 3.2.8 Work closely with the OWNER to develop a 90% plan set to submit to FDEP. The City is under a strict and short timeframe with the FDEP Consent Order. If DBP samples collected in June exceed the parameters of compliance, the City has 30 days to submit plans and specifications to FDEP for a permit after receipt of the official notice of sample results. Because of this short timeframe, the ENGINEER does not have sufficient time to go through the normal 60% and 90% plans review process. All submissions shall be "electronic." The June samples will be collected on or around June 3, 2015 and the results are anticipated within ten working days or June 17, 2015. If the June samples are above drinking water levels, we anticipate that the FDEP submittal will be required by approximately July 17 (30 days later). See the attached manpower schedule for a list of the proposed drawings (Attachment 1). 3.2.9 Meet with the City staff often and communicate often during the design process to verify the project is meeting the intent and needs of the City. 3.2.10 Submit plans and specifications to FDEP. 3.2.11 Meet with the City staff on the 90% submittal package. 3.2.12 Respond to comments by FDEP. 3.2.13 Develop the 100% plans ready for bidding upon receipt of the 90% City comments and any changes required by comments by the FDEP. 3.2.14 Perform field checks of completed Plans and Specifications, as necessary, with the OWNER's representative. 3.2.15 Prepare an estimate of probable construction cost based upon final plans and Specifications (aka 100%). 3.3 PERMITS 3.3.1 Assist the OWNER in the preparation of an FDEP Drinking Water construction permit. Permit application submittal shall be based on the 90% plans and specifications. 3.3.2 Respond to reasonable requests for additional information from the FDEP. We estimate that FDEP will take approximately 30 days to review the plans and provide comments. 3.3.3 Proposed improvements at the facility do not surpass the thresholds for an Environmental Resource Permit (ERP). Therefore no storm water permit is anticipated. 3.3.5 OWNER is responsible for all other permit application fees. 3.3.6 OWNER will handle all Development Review Committee submittals and or reviews and meetings. 3.3.7 OWNER will handle the Building Permit. ENGINEER will assist. 3.4 BIDDING SERVICES 3.4.1 Provide electronic Bid Documents for use by the City in their bidding process. 3.4.2 Prepare for, coordinate and attend a pre-bid conference for the project. 3.4.3 Answer questions of bidders and suppliers. No interpretations of the Documents shall be made other than through issuance of Addenda to the Documents, which CPH will develop and send to the Bid Document holders. CPR's electrical subconsultant, Bailey Engineering, will assist CPH with responding to electrical or instrumentation questions. 3.4.4 Attend the bid opening and Commission meeting where the contract is awarded. 3.4.5 Evaluate the bids and will review agreements, bonds, insurance certifications, construction schedules and other portions of the contracts and provide the City with a letter establishing the Engineers Recommendation on the most qualified responsive and responsible apparent low bidder in order to assist the City in selecting the contractor. 3.5 SRF PLANNING AND DOCUMENTATION SERVICES 3.5.1 Provide the SRF planning and documentation services shown and described in the manhour schedules and also described in Attachment C. This document was obtained from the FDEP SRF Drinking Water website. 3.6 IEX PILOT UNIT ASSISTANCE SERVICES 3.6.1 The portion of the project involves the use a "pilot" IEX unit to fine tune the design efforts and includes: a) Develop the test plan and protocol, prepare operating procedure and train operators b) Coordinate with FDEP c) Coordinate with pilot manufacturer d) Laboratory Coordination e) Pilot Unit testing; technical advisory and coordination with the operators f) Data Compilation and analysis g) Memorandum Report 3.6.2 OWNER will provide all manpower and equipment for connecting the unit to the raw water supply and discharge piping to the ground. 3.6.3 OWNER will provide all labor to retrieve samples and deliver to a laboratory. 3.6.4 OWNER will provide all laboratory testing of samples as identified by the ENGINEER. 3.6.5 OWNER will provide manpower to operate and maintain operation of the unit during the testing period. SECTION 4 SUPPLEMENTARY SERVICES OF THE ENGINEER 4.1 If authorized in writing by the OWNER prior to the rendering of such services, the ENGINEER will furnish or obtain under subcontracts, supplementary services which will be paid for by the OWNER. 4.1.1 Additional services due to significant changes in the scope of the project or its design including, but not limited to, changes in size, complexity, character of construction or due to time delays in initiating or completion of the work as described herein. 4.1.2 Additional services in connection with the project including services normally furnished by the OWNER as described in Section 5 herein and services not otherwise provided for in this Task Order. 4.13 Preparing to serve and serving as an expert witness for the OWNER in any protest, litigation, or other proceeding involving the project. 4.1.4 Additional engineering services required by revisions to regulations (after the date of this Task Order) as applicable to the Florida Department of Environmental Protection, the St. Johns River Water Management District, or other regulatory agency requirements. 4.1.5 Provide, through a subconsultant, additional surveying services if required or requested by the OWNER. 4.2.6 Provide, through a subconsultant, soils investigation services if required or requested by the OWNER. SECTION 5 THE OWNER'S RESPONSIBILITIES 5.1 The OWNER will: 5.1.1 Advise the ENGINEER of his requirements for the project and designate a person to act as the OWNER's representative with respect to the work to be performed under this Task Order, and such person shall have complete authority to transmit instructions, receive information, interpret and define the OWNER's policies and decisions pertinent to the work covered by this Task Order. 5.1.2 Guarantee access to and make all provision for the ENGINEER to enter upon public and private lands as required for the ENGINEER to perform his work under this Task Order. 5.1.3 Provide data requested that is reasonably available on the existing utility systems, population and projections, land use and planning information. 5.1.4 Provide personnel to locate facilities and mow, trim, or otherwise make them accessible for inspection. 5.1.5 Examine all studies, reports, sketches, and other documents presented by the ENGINEER and render decisions pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. 5.1.6 Obtain approval of all governmental authorities having jurisdiction over the project, and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 5.1.7 Furnish, or direct the ENGINEER in writing to provide at the OWNER's expense, additional soils investigations if advised in writing by the ENGINEER that they are necessary or advisable. 5.1.8 Furnish, or direct the ENGINEER in writing to provide at the OWNER's expense, necessary additional services as stipulated in Section 4 of this Task Order, or other services as required. 5.1.9 Provide such legal, accounting, and insurance counseling services as may be required for the project and such auditing services as the OWNER may require. 5.1.10 Give prompt written notice to the ENGINEER whenever the OWNER observes or otherwise becomes aware of any defect in the Project. SECTION 6 PAYMENT 6.1 PAYMENT Payments for services and expenses of the ENGINEER to be as set forth below: 6.1.1 There are two parts to the fee, lump sum and hourly not to exceed. The fees are broken down as follows: LUMP SUM Engineering A. Design and Permitting $ 172,901.25 Electrical $ 48,750.00 Geotechnical $ 1,975.00 TOTAL LUMP SUM FEE: $ 223,626.25 HOURLY NOT-TO-EXCEED Bidding Assistance $ 11,099.00 SRF Assistance $ 20,433.00 Pilot Testing and Verification $ 26,704.00 TOTAL NOT TO EXCEED FEE: $ 58,236.50 Total authorization is $281,862.75. 6.1.2 The OWNER will make prompt monthly payments in response to ENGINEER's monthly statements without retention for all categories of services rendered under this Task Order and for reimbursable expenses incurred. 6.1.3 Charges for the services rendered by principals and employees as witnesses in any litigation, hearing or proceeding in accordance with Paragraph 4.1.4 will be computed at a rate of $650.00 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with standard billing rates. 6.1.4 If this Task Order is terminated during prosecution of the services prior to completion of the services of Section 3, payments to be made in accordance with Paragraph 6.1.1 on account of that and all prior work under this Task Order shall be due and payable, and shall constitute total payment for services rendered. In addition, upon termination, the ENGINEER shall be paid for any Additional Services authorized and rendered under Section 4. 6.1.5 The ENGINEER shall promptly begin work on the services authorized by this Task Order upon receipt of notice to proceed from the OWNER. SECTION 7 GENERAL CONDITIONS 7.1 Since the ENGINEER has no control over the cost of labor, materials, or equipment, or over any construction contractor's method of determining prices, any opinions of probable construction cost which may be provided in the services of this Task Order are made on the basis of his experience and qualifications and represent his best judgment as a design professional familiar with the construction industry, but the ENGINEER cannot and does not guarantee that bids or the construction cost will not vary from opinions of probable cost prepared by him. 7.2 The OWNER and the ENGINEER each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Task Order and to partners, successors, executors, administrators, and assigns of such other party in respect to all covenants of this Task Order. Nothing herein shall be construed as creating any personal liability on the part of any officer or agency of any public body which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the OWNER and the ENGINEER. SECTION 8 EXECUTION OF PROJECT 8.1 The ENGINEER agrees to prosecute the work in a timely manner until the Project is completed. IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment the day and year first above written. OWNER: City of Winter Springs, Florida AT fi,E I f 1 By: Date: 1i ENGINEER: CPH, Inc ATTES By:. ' -717 Scott Breitenstein Vice President Associate Date: J:\Z6582\Proposals\Winter Springs\RFQ#005-15-BF\Task Order 1\WTP 1 Treatment Improvements.docx ATTACHMENT A INDEX OF DRAWINGS GENERAL: G-1 Cover Sheet and Location Map G-2 General Notes and Index of Drawings G-3 Construction Notes G-4 Flowstream Identification Table G-5 Symbols and Abbreviations G-6 Process Flow Diagram CIVIL: C-1 Existing Site Plan C-2 Proposed Site Plan C-3 Demolition Plan C-4 Site Geometry C-5 Grading Plan C-6 Yard Piping MECHANICAL: M-1 Ion Exchange Plan M-2 Ion Exchange Sections M-3 Ion Exchange Sections M-4 Ion Exchange Sections M-5 Ion Exchange Details M-6 Corrosion Inhibitor System Plan, Sections & Details M-7 Mechanical Plan, Sections & Details M-8 Mechanical Plan, Sections & Details MISCELLANEOUS DETAILS: D-1 Miscellaneous Details D-2 Miscellaneous Details D-3 Miscellaneous Details D-4 Miscellaneous Details D-5 Miscellaneous Details D-6 Miscellaneous Details D-7 Miscellaneous Details STRUCTURAL: S-1 Structural Plan — Ion Exchange S-2 Structural Plan — Brine Containment S-3 Structural Sections S-4 Structural Details S-5 Structural Details S-6 Structural Details ELECTRICAL: See the electrical proposal. INSTRUMENTATION: See the electrical proposal. ATTACHMENT B Manhour and Cost Proposal C) 0 0 c va m w 0 U _ (n o 0 0 o O Cl C. 0 0 rn � rn m uS W) U its e» a> co.V N 00000 O 0 0 0 0 0 O p 0 0 0 0 0 O p, C) C) Nto (D Y .O = fD N to N ch a) V3 0 F� co b9 vyto 00 00 00 N N ... 00 U N a) C ch O C aW ao.as o co v v v V r N 00 O 00 co N O O) m C m U w C O J N X fA X a O o LU W m L) U lA D O .W U) (A . D Y m ���, �( 0 0 0 0 0 Q F- OOtn Lo O r' 'L) J CO LO e- O 0 G � ts9 69 ER EA� d a (L .2-0 a) a) m .p c UW .SF- N J r C V CL C W .m @ 0 c. p m 4U) 0 n 0 o `o C/) N m c d 'c o m o o o U) ` o " CL o. y? U V) W C N N .L] m a) N U O m E ,6 N .Zu- .� ..�O 3 N C > Q) C.� R.N m m p E c .O E wo @a) N � g c mar' Emm3m F- O .N N N N m 0, C o @'N Cl O U@ T Q N y W U) m >,._ J U N = U O D U m m N'm 0 m (p N m C T O. O. a) O'R .E O N i C Q m m .N 0 F- a4OU 'i5 m 3: U) U) NM V Lo (o 1-- 000 Y h m F- C) C) C) C) C) C) CD C) m C) Lo 6 LO cli rl- Qlx 0) LO 0) 69- 61f C C oCl C 0 D D D D D D D D C C C C D D (D D Q ul 0 U Ul ul U) O CV CN CD 0 cu c cu U) (1) U) 0 UJ Q- -C ui x 0 0 M 0 0 (N U) : O(1) E to CO ui C) C) C) C) C) CO 2 -ffi CD C> c:> C) C) C4 r U) -i < CD CD LO U.) ci .r >% < ry (D LO C) (0 CL U) — — 60� w vi� Vj� cn x a. 0 UJ I CL W L) 0 IL (1) a) m -0 LLJ c F— CO P -c. *0—) _j (1) c c — (3)ui L:)) (D cu U) U) —0 Cf) 0 'E N 2' a- .0 ry m 0 m < ui 0 4) W 0 0 o *.I 0 r Df ui m 0 co c b .2 < cn c: a) -C F- 0 L — F— cn 0 m F- U) U) can O o O '.. Cl n (y '.:N V c N 0 6 N V' O rNr O OOH Ln V. LO OON N LO O (o r O (D O Lt's m : O co ti N V' to m N (D (D 00 00 co co NN V' <t V NN co (D co V V V (D -_-. V' OO.. co a OOO O r.N N N M M N r '.c0 N N 6). T co IT O O O O O O c r O O (f] O O LO M � U NtDO O ta V N a) c 'p c W NN -It wN V Mr N.N C) - 00 - -N N IT NN r c M .-- U>CO O p) N LO MN Ul) CD Nn U) m n m O E U O N r N W Q : H m xx CL n O .` CL F- tq >C _ CD of L W U) W :� Y E r' rrrrri— r r rrcprNM .- rr .....V' __ ...'- .-'Nr O) OO OOO V) W m M �-, LL r r r Q I- �- O O tD to O M (fl 03,61)61).� 4) CL O m m = a) LM Ommm � W_ c H a� m c m rn � E �rnN m o E cu a 0 m W 'yU) o CC N N `, Um moo _ m .� E CO 3M O Q O c •� O > �' a) M O N U C U) p N 6Y m a) Q. _ c E O U O U) C_ E y U) T.'6 N 2 M d �= d LL > N -� U '6 U) m w a) m m = U v a m acid cn C a) -20 c:05 °� C, E -- v (n E al N .°_ � a>i � E cc v _ _ m e Z U3 c p c O cn U_ Y N C O_ N (L U m N U U W c c ""' U) U c a) O- O c m v in M x a) m Z c .o a) ,v d a) E � 6 CO H e N c a) aoi W e a) t0 m a o E E c O 3 m x c 6 N m (D 0 [0 p F- v � .� 0 0 E o m ca i m -0 °- m c N m f° � U) c 0 o•m 0) a 0 U rn N m c O O 6 c � c U O d d O O O O 00 O C6 6 ci � M M U r= ti C: - 0a° ( C) C) C) °000 00 a) 000000 N W N O00000 d CO — Fl- O IT CO 0 GO N N_7 {i3. , 6s 6G ER Ef} -...- N N 41 N C O � O W a0 O v N Nt N O CO N m C co C4 75 O O H Q C N 0 W C ` m U X s. LJJ f (N w Q O © 0 0 0 Q O O U) U) O s� �j � (L' (0 U) O CO 9 C: —� �- � � 6% F HEi4/f3 ER to y a ¢ O to z F a °-O (D .0 W .c H v m IL 0) C O N m O N W p v m ate) 0 0 0 U) Q V Q C O N N :t-_ O (n c� E CL � Q N E r N O � ; (D E O W U) N m C) i C 6 J ` U- O_ to :3 N Fn to � (� Q O E Q W w O O � c .Em r) T cu m c _j co Q c c a. E F _ ( o m c O c) m i) — o I- � E Q a) m ai � '> co 2 aE vmw IU) z° l Y N M t6 O O C O O m � O O U m 7 V- 'Y `V' (V 00 O O O O O O O O O O 6) O N O r- O LO LO 60 0 N C6 N r U 6}64 O 00000 O O O O O O O O O a) � O v �a00 N O LO M V' 00 69 EA CH ER N (O V V (O Cl) ch U lv � C ._ W O W N 00 00 r N Cl N CL) CD CO p) N u) N CO r- C O N M cn Jfn W N O Fd- �a a o O n w L IL x ZD (D h W U) W Y C!3 W OOOOO H76 Q X 0 0 0 0 0 Q. F of 0(_0 LO r O_ C O O to p < fPr ER ER(f} a 0 E- a rUn nWW � L J C 0)W L c C) z� a) a L > ca U U) p 0 bpi a) -� N C 0 O U') .2 Q) a) cr L CL (6 M C 0)� U G U O (1) .o a c O o d ..=O U .,U.. C X(6 Q is O L � = U C F- -0 y t6 'O �O N N L O U L 3 U o CL m ° m E .Q H N a) p Q ` N p N p -0 C n 0) J a) p) co 0 .2 O• 0 O F L CL C N O C>D N LO -Y N C7 IT LO CO fn H O O O C � C O U CA O 0 C. 0 O O O O O O 0 0 O EA H3 V3 V3 N U N r O 0 0 0 0 0 O C 0 0 0 0 0 O 0 0 0 0 0 0 O 6a Gq ca co 69 EFT H O N CD LL O 0 0 0 0 0 N 0 t0 G m S` C N �O N W Q O I— m X d O ow E CO L m N d to .`n o 7+ t-_.. C/) to F- 0 o W 0 0 0 0 0 m o 0 0 0 0 tl) X a < C,C,, Lo L6 6 LU G (D E= S F a C W c N m E m w.rn(1) m co U) o ca a CD a) o cn w N Q ro W U3 F' O Q ry O Q m N 0 Z U r.a — w o d .Q w W Q a� 0 O 0 N m I- 0 ° co CO 14- LO 1.0 !- N t0 I H C) O ci to c m W c U 'd'_... tt N N N ._. r.CN,.. IT _ r O O O O N O O LO LO 0 0 cn M OD to Lf) Cl) N M fPr cY 4) N N Cn ff3 (0 = N M 0 0 0 0 0 O CJ7 OOOO 0 U co0oco as M M N(0 ' r� r+ M m ° r �6 ° � to 00 It �r Nr O N a� a a = w O N V V N V N N �r V _ 0 r OD O N r r (- N Cl) N iT m G m N O J @ N 0 O cc W N d (n m m a L � r -__N r r..r r .-'r �-... ri...... r W O O O O O CL N 0 0 0 0 0 ti f/1 ?C QCJ Q COC) LO to<A i»iA w CL w y IL ----- - a — � a) 0 O 0 U m m 0 Lu r- , B o O Oa. CD E c c a� o N a) ca > m a) ° 9 N i0 O v d o o � ,U � d 'c (n ro E fz o o a d V Q. Co CO .O 0 U O p �. � .0 d O'O c o ° E 3 d.O m a1 _� .� p > "6_ L m N a) W _ w LO c N m U = U w O a) = O L N a N 0)_ C m O N _ t0 O V" = N •� O a) a) Mo Mm 6 m Q U7,- N aa) N ° H �' O. E N V) CL 0- = 0) '- U m w 42 m � a - LLu, n � a� � v, � m (nc E c > c a) U � @ N U y E o - > ' _ c E w o � _ _ a�i C c 3 � E c c v � • c(A m o x w d m w O ° U c ,3ow � co Q 7 J 0 ca m ca m E Q p Q 2 2 o at .S U w u U m 0 Y d 0 m m Q a m ur m o w m F- 0- m m ig v 2 a ° 4 ai n .0 m .n � c D f U) it u) n a 0.<.<-a. ¢ ¢ m co Y r N CO [r LO 0 r- CO O d U m C) 0 0 0 U .Q O _N -- N 000 O O O O 0 t0 O O N 64 t0 O N LO r- (6 Eta O N N N -.:. _.-_. . -.-.. -..... O O O O O O O 0 0 0 0 0 O 0) 00000 O EH ER 6R r CN F- N N Ef-T fR (D 0_ c W CO CO OD O C)cli.-..-- OP O CO 0 O N N N O N .-- r m m C C cn vO a a) W d o Q 0 O o W E ho 76 N O! U) O ._ O 0) y i in cn H 5. CL ° W °o o° OO °o °o co tq X CL � ooLOLO0 L W U : M tO _ O_ CO V C 69.U9,ull(A 0).� d CL -- a' 7 a-O N R3 9 L) W H N � tc_a rn W .0(n cc CO cn C U N c a m (D -0 m O 'o o cn Z (D m O C 0 rn c c N O CL O U N '0 CO N c Q c m c g CL cc m O '+- N UJ CU ca N O cr- tl W -p 0_ .o c E Z C @ 0 = . CO M C 0 C U- 0_ 'O — C @ W O C t0 L = 0 N aj O O Q. C1.N .�+ U N E 0 .__ v m e Q. E d N 0 Y O m c0 E cc O l O 1~- U 'p O = N 6 m F ' i .0-1I000 aa0O_ U) c� �- N CO V t.Cy OO tom- co N m - a o X W p2 O 6% N N 0 r N _T M O O O o O W coca cl) d3 Lc) n in - 0 0 N F T N _ C7 O O O O O O O O O O Lu b9 64 fA to b4 co Y F d 0 Co o O O 0 00 0 0 0 0 o rn of Lo W v> 63 M W Y co d cN 0 00 0 0 00 0 W L 0) to W F 0 0 !C 0 W c N T LO (n Q Oa00 N N 0 L W y W Z CL W O N U) O O O O O T`r X O 0 0 O O N W EA 69 61) :.(n ER Y U) q , d O O O O O O O O O O O O O O WV> EH Y ~ _T d H O O to to to to to to W W W 0 0 0 0 L O o 0 0 O N V to v n 0 0 0 U) w w 69 w w C.d3 fH O 69 cn 6n Z - to O xn M x N 2 O� N w tT@ mp O O O O N U CU QO.QO Q E E E C LU O O a C N d N U U O J cts U U M'� . O O'O Q N C wV O j Q W 0 ca o0 tZatom= to (5> 0r (r� O r Lo O O O N 16-4,N O O U? N O LO - O t0 C O M IT w 0) � � O � N d w to N `- t`- M tD CO EHOfA N N N K N 64 64 fR t> 6 U) H z W U O E >- z E-- z I--O 0 z0 Ow U v d Q o CL cn X z fr I.- U H F-w U- U) w U) G r '�� WUzz 0 W Z > Y d CL z W Ov a' tt! z 0° 0 Q tQ- Zw0U) = Y z U Q W O z Q U U) O z 0 -j O Ur a. U) F= 4 z M z <1 - _ Q D (j tj 0 Z �- W ~ J J O of to W = � uj < �i J z d F- J Y wXw � 1- © z u_ O F IL U) CL M = m C) can 0- OP H N r N M r1 LO (D r- 00 m CL U) U) U) U) J F- lam- Imo- Imo- tom- Fes- 1�- Id- L0 C) C) C) LO LO co C) C) C) C) co C) C) C) 04 N a a 0 LO W U-) to to (D (d a ci a (D Cd C) CD C4 IT 't 0 � cl) 0 oc� cc� rl-� 6,31 (D IT 't LO m N N CN CD cl� Lri L6 cl�61) C6 IN- rl- LO C%i U") LO 6q LO C14 Vy to 40 6q U!Y 41% V) CD C) 0 c) C) (0 CD -T ci CD C) C) co CD cu 0) Yy(0 to Nr cli U cl� Vy N (3) U) (D C) a CD CD r- C) C) m CD CD U) I'- L6 6 cn L6 6 C- 0 co a) C) (D oil 0 (D a) (f?Ci o F- CC) o F- 69� 'E to -E a) a) CO I- C) C) (0 CD CD rl- CD 9 Lo C) C) C'4 L6 to L6 ci CJ C O to — a) — IT (D 0) — 00 0 a) q ta .(D C: E CY) O f9 a_ c c Efl w CO (D CL tm C> C) (0 C) CD C th w w - 9 9 — 0 rl_ a C) 0 m CD C) 0 04 66 cn w LO tn CD w CL to CD -- - — x (D z- C%j 0a) W CY) 0) (10 ca rt C: C a. 2-1 2 Cf) m U) cc C)C) C) UC14-) c) C? C)C? 9 V- b CD C) C) (N �CL (D (D Y) C FL Q C6 CL m CL c 0 0 _lz co m N z m z M (n 0 0 N • it a) w U) w CU 0 LL LL 0 0 cn 0 n (1) L) .0 C w CL 0 a) m 0 a) co w r- cn 0 x cy, o x LL C: M .0 C/) 0 J W a) U) _j -j c Ch _j w m m w w 0 c 0 c 0 C-) (D o o a) x E OL LE 0 w N 0 cu 0 =3 x 0 0 m 0 0 X 0 LL F- -j F- F- U)-WlF- 1: -1 F- F- U).W F-il MAILEY May 21St, 2015 ' Mr. Terry M. Zaudtke, P.E., BCEE CPH, Inc. 1117 E. Robinson Street, Suite C Orlando, FL 32801 Re: Winter Springs Water Treatment Plant No. 1 Treatment System Improvements City of Winter Springs, Florida Dear Mr. Zaudtke: We are pleased to submit our proposal for electrical and control system design engineering services for the above project. The following serves to provide an overview of the engineering services Bailey Engineering Consultants, Inc. (BEC) intends to furnish on the above referenced project to CPH, Inc. (CPH). This letter contract represents an overview of the work and provides the agreed upon lump sum fee proposal. Your signature on this agreement will serve as your letter of intent and official notice to proceed with the referenced work. Our services shall include completed drawings for the work, covering all phases of our design in an AutoCAD 2013 format. Our scope of work will include the following: Task 1 -Design Services; 1. Engineering design associated with the Ion Exchange process improvements at WTP#1. These improvements will include: a. Automate the new ion exchange treatment process being installed at WTP #1. b. Integrate vendor provided controls into the overall process control system enhancements for the project. c. Upgrade the existing plant control system PLC at WTP #1 to the City standard PLC platform. d. Provide new HMI SCADA server for the Water services. 2. Provide electrical design for new treatment process motors, valves and miscellaneous electrical items at WTP#1. 3. Deliverables: a. 90% Drawings, specifications and opinion of costs. b. 100% Drawings, specifications and opinion of costs. Mr. Terry M_ Zaudtke, P-E., BCEE May 21s, 2015 SUPPLEMENTAL SERVICES -Any work requested by the City that is not included in one of the items listed in any other phase will be classified as supplemental services. Our scope of services shall include the design services as outlined above and shall be performed on a lump sum basis, billed at monthly intervals. Our fee for this work shall be $48,750.00. The attached spreadsheet shows the hourly breakdown of our work. An estimated sheet list is also included. Very truly yours, ph n E'. Bailey, P' . ACCEPTED DATE CPH-15-010D 2 Mr. Terry M. Zaudtke, P.E., BCEE May 21,11, 2015 Winter Springs WTP#1 Treatment System Improvements City of Winter Springs, Florida Preliminary Sheet List May 21",2015 ELECTRICAL E-1 Electrical Notes,Symbols and Abbreviations E-2 Overall Location Map E-3 Electrical Demolition Site Plan E-4 Proposed Electrical Site Plan E-5 Single Line Diagram E-6 Overall Control Wiring Diagram E-7 IEX PCP Control Wiring Riser Diagram E-8 High Service Pump Building Electrical Plan E-9 Ion Exchange Overall Electrical Plan E-10 Ion Exchange Enlarged Electrical Plan E-11 Ion Exchange Electrical Section Details E-12 Ion Exchange Lighting Plan E-13 Ion Exchange Lightning Protection/Grounding Plan E-14 Corrosion Inhibitor System Electrical Plan EA5 Panel Schedules E-16 Lighting Fixture Schedule&Details E-17 Electrical Details—Sheet I E-18 Electrical Details—Sheet 2 INSTRUMENTATION 1-1 Instrumentation Notes, Symbols&Legend 1-2 Process& Instrumentation Diagram—Overall 1-3 Process&Instrumentation Diagram—Ion Exchange 1-4 Process&Instrumentation Diagram—Chemicals 1-5 Control System Block Diagram 3 Winter Springs Water Treatment Plant No.1 Treatment System Improvements City of Winter Springs,Florida Date: 5121/2015 Estimate of Work Effort&Fee Principal Senior Engineer Eledtical Engine& DesignertCadd Tech Description Hourly -�Rato Hourly Hourly Totals Rate $17000 $'14000 Rate $12500 Rate $8000 Task i-Preparation of Contract Documents man- Total Total men- Total man- man- ti hours hours Total hours Total 90%Submittal Meetings ;+8 `: S 1,36000 $ $ 8 $ 1,360.00 Data Collection $ 1,36000 $ $ 1,00000 S - 16 $ 2,360.00 Electrical Design ': $ 4,08000 ,dot. S 5,60000 $ 3,75000 $ d,180 00 146 S 17.690 00 Specificatims/Opir ion of Casts z8 s', S 1,36000 "i$8 $ 2,24000 s 2,50000 _p-e'. $ - 44 $ 0,10000 Subtotal, 48 $ 8,160.00 5o ^a 7,84000 58 5 7,250.00 52 $ 4.16000 214 $ 27,410,00 1001/WBitl Submittal Meetings $ 1,360 0 $ $ 1,12000 $ $ 18 $ 2.480 00 Electrical Design , 2,72000 . S 5,600.00 z . $ 3,25000 ` g:. $ 3,68400 128 $ 16,25000 Spec;fications/OpiNVn of Costs 5 $ 68000 „.�; $ 1,66000 ,- S 1,25 000 e o $ - 26 $ 3,61000 �z,�z Subtotal. 2a $ 4,760.00 60 s 6,40000 3t1 $ 4,50000 46 $ 3,880.00 170 $ 21,340 00 60 �Q '�i�''�ti � Winter Springs WTP No.1 Page 1 of 1 5/2112015 May 14,2015 -- --'— — -- --o— ~ CPH, /nc^ 1117 East Robinson Street Orlando, Florida 32801 Attn: Mr. Allen C. Lane, Jr., P.E. P: [4071425-0452 E: e|ane@ophcoro-con» He: Proposal ba Provide Geotenhnica Engineering Services Proposed Concrete Pads fomWTP 1 City of Winter Springs, Florida Proposal No. PM115U348 Dear Mr. Lane: Terramcom CommmVtomts° Inc. (Tormacmn) is pleased to present this proposal for providing Qeotaohnioa( amQ|nemhnQ services for the above-referenced project. The purpose of the exploration is to obtain Qeutenhnica| engineering data to assist in the design of the proposed improvements otthe above-referenced site. This proposal outlines our understanding of the project, presents a recommended scope of services, and Contains a time and cost estimate for providing those services. A. SITE AND PROJECT DESCRIPTION The project site is at the existing Water Treatment Plant 1 located on Northern VVmv near Trotwoud Park|n the City of Winter Springs, Florida. The proposed improvements consist ofthe construction of a total of five /5\ concrete pads' each approximately 14 feet in diameter, |t|aour understanding that the pads will be located in the same area and are proposed to support equipment/machinery. B. GEOTECHNICAL SCOPE OF SERVICES Terracon will perform a geotechnical investigation to facilitate foundation design of the proposed improvements and construction of the Project. To,raoon Consultants, Inc, 1675 Lee Road Winter Park, FL ocraa P (*07)740 8110 r (407)740 811e tnnaoun,00m Proposal to Provide Geotechnical Engineering Services Irerracon Proposed Concrete Pads for WTP 1 a City of Winter Springs, Florida May 14,2015 x Terracon Proposal No. PH1 150349 Our exploration is planned to include the following based on provided information: � Stake boring locations and coordinate underground utility clearance at the site, � Mobilization nf truck drill rig and crew ho the site. a Perform three (3) Standard Penetration Test (GPT) borings hoa depth of about 15 feet in the proposed concrete pad areas. � Perform visual classification and appropriate laboratory testing of the soil samples obtained from the borings. The exploration will be supervised by qualified Gentechnioa| Engineer registered in the State of Florida, and the results of the exploration will be presented in mgooteuhnicm/ engineering report. The report will address the following items: � Existing site conditions. � Exploration, testing and sampling methods, � Subsurface soil conditions encountered and soil classification, � Depth 0o groundwater at the time of the exploration and estimated aaaouna| high groundwater levels. a A discussion of general site preparation techniques,fill compaction, fill suitability, etc. -6 Gewhachnioa| design parameters$o assist with foundation design oftheoonoretnpode. C. GEOTECHNICAL PROJECT SCHEDULE Based on our present schedule, wm are prepared homobilize to begin the field operations onthis project within about one (1) week ufyour authorization to proceed. We anticipate the field portion of the study to be completed in approximately one (1) day. Engineering analysis, necessary laboratory work, and report preparation should be completed within approximately two /2> weeks after the completion uf field work. Responsive it Resourceful a Reliable 2 Proposal to Provide Geotechnical Engineering Services Irerracon Proposed Concrete Pads for WTP 1 a City of Winter . Florida May 14, 2015 a Terracon Proposal No. PH1 150349 D COMPENSATION AScope of Services and Proposed Fee for geotechnical services is attached to this proposal and will be applicable for services on this project. Our not-to-exceed fee for geoteohnium( services for the described exploration io$1,975'Q0' In computing this budget figure, we have assumed the site is moueaoib|e to our field onmYv, that we have right of entry to the site, and that we will not experience excessive delays due to rubble at borehole locations or for other reasons beyond our control. If such conditions are encountered that could ouuao the ouGt of the exploration to exceed the budget figure, we will notify the client and obtain approval for the additional work before we proceed. E. AUTHORIZATION To authorize uahz proceed with this project, please execute and return boueu copy ofthe Purchase Order. F. CLOSURE Ter«wcon appreciates the opportunity to submit this proposal, and we look forward toworking with you on this project, If you have any questions, or if we can provide any additional information, please feel free to call us at your convenience, Sincerely, TERRACON CONSULTANTS, INC. '-- , �- -�kosN. Jenlnma[ P.E. Bruce H. VVooshin' P.E Senior Project Engineer Principal Attachments: Scope of Services and Proposed Fee Responsive m Resourceful eReliable 3 SCOPE OF SERVICES AND PROPOSED FEE PROPOSED CONCRETE PADS FOR WTP I CITY OF WINTER SPRINGS,FLORIDA PROPOSAL NO, PHI 130349 DESCRIPTION OF WORK FIELD EXPLORATION A. Mobilization of Crew and Equipment --Truck-Mounted Equipment(0 to 25 miles) 1 $ 400.00 per trip $ 400.00 6, Standard Penetration Test(SPT)Borings: 3 to 15 feet 45 $ 12.00 per I.f. $ 540.00 C� Site Reconnaissance/Utllity Coordination Senior Engineering Technician 3 $ 60,00 per hour $ 180,00 Subtotal $ 1.120.00 11. LABORATORY TESTING A. Visual Examination/Stratify --Senior Engineering Technician 0.5 $ 60.00 per hour $ 30,00 B. Grain Size Analysis(Single Sieve) 2 $ 30,00 each $ 60.00 Subtotal $ 90.00 Ill. ENGINEERING AND TECHNICAL SERVICES A. Senior Engineer 1 $ 160.00 per hour $ 150.00 B. Project Engineer 4 $ 110,00 per hour $ 440.00 C. CADD Operator 2 $ 05.00 per hour $ 130.00 D. Administrative Assistant 1 $ 45.00 per hour $ 46,00 Subtotal $ 765.00 TOTAL FOR PROJECT(NOT-TO-EXCEED FEE) $ 1,975.00 ATTACHMENT C Drinking Water SRF Planning Requirements Drinking Water SRF Planning Reguirements Section 62-552.700(4). F.A.C. covers the planning requirements for the State Revolving Loan Program. The loan m grant applicant must provide the following planning documentation: Planning Document • Executive Summary ° Environmental Effects/Benefits ^ Development of Alternatives and selection ofe Preferred Alternative " Public Participation Process • Financial Feasibility ~ Schedu|e ~Adopting Resolution Executive Summary • Project Description, including identification of planning and service areas. ^ Need or Justification for Project. • Project Location Map. This map must clearly show the precise location of the proposed project. Roedvvoyannuntbe \egibiy |mbe(ed. EnvironmenW Effects ^ Discuss environmental benefits associated with the proposed project. ^Will the proposed project have any significant adverse effects upon flora, fauna, threatened or endangered plant or animal species, surface water bodies, prime agricultural lands, wetlands, or undisturbed areas? • Provide a list of endangered/threatened plant and animal species (obtain from U.S. Fish and Wildlife Service)for the project mraa. ,Will the proposed project hmxeanymignifioardadvereehunnonhga|thor environmental effects on minority or low-income communities? ^ What investigations/site visits were performed tmdetermine the environmental effects of the proposed project? Thisshou|dboencomnpUehedbyaqua|ified individual. Submit any napoho or findings. Development of Alternatives and selection of a Preferred Alternative ^ Describe existing and recommended facilities • A cost comparison of at least three feasible alternatives (alternatives may include the cost ofo "no action" oKenlative) • Provide detailed cost estimate of preferred alternative. Public Participation Process • Hold public meeting to explain the project, including alternatives considered and cost and impact on user charges; and enable public participation in evaluating project alternatives. ° Meet local requirements for advertising the public meeting. ° Provide minutes of public meeting and include a copy of the advertisement. Financial Feasibilli ^ Identify revenues tobe dedicated to repaying the loan. ° Existing/Proposed User Charge System • Complete the Business Plan. Schedule ^ Schedule for implementing the recommended facilities Adopting Resolution ^ Specific Authorization to implement the planning recommendations. State Clearinghouse JSCH) Review • Submit one hard copy (signed and seated by P.E. registered in the State of Florida) of the planning document along with a CD (containing a compiled version in PDF format) to the Bureau of Water Facilities Funding for uploading to DEP's vveboiba . The SCH will then distribute the plan electronically. • SCH review process takes 6 to 8 weeks Department Actions The Department reviews the planning documents and works with project sponsors to ensure that planning requirements one met. In eddbkan. Department staff will be responsible for the following actions. Environmental Review • DEP pedbrnno an environmental review for all projects. The environmental navigvv establishes the environmental significance ofe proposed project andeptmbhahem the Department's intention to make funding available for the project. • For each project, theOEP publishes Florida Environmental Information Document (FE|O) in the Florida Administrative Weekly. Acceptance of Planning Documents ° Upon completion of all planning requirements, the Department will issue a letter accepting the planning document. Other Planning Related Issues To get on the fundable portion of the priority list requires the following readiness-to- proceed requirements. ° Completion of the planning requirements as described above. ~ Department acceptance of biddable plans and specifications. ^ Certification of availability of all projects aiteaneuessaryhzrthepurpooeof construction, operation, and maintenance over the useful life of the facilities. ^ Permit (as-required) or notice of intent to issue permit. The planning document shall be signed and sealed by a professional engineer registered in the State of Florida. The approval pnooaam is estimated to take approximately 3 months once e complete document has been submitted bythe sponsor's engineer. Projects are subject to removal from the fundable portion of the priority list if the loan application is not submitted within 120 days of placement on the fundable portion of the priority list and are also subject to removal if the loan agreement has not been executed within 210 days of being placed on the fundable portion of the priority list. Loans are awarded ona "first come, first serve" basis.