Click here to load reader

Meeting called to order Public Hearing and Meetings...Michael W. Sweeney, Deputy Executive Director Nilsa C. Diaz, Executive Assistant AGENDA AUGUST 14, 2013 5: 30 PM 1. Meeting called

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • 951 Martin Luther King Boulevard

    Bruce R. Van Meter, Chairman

    Raul S. Banasco, Vice Chairman

    Wendell McKinnon, Supervisor 1

    Thomas White, SecretaryClarence L. Thacker, Supervisor 2

    LaRue " Skip" Stellfox

    MKissimmee, FL 34741 407- 944- 5000 www. tohowater. com

    Brian L. Wheeler, Executive Director

    Michael W. Sweeney, Deputy Executive DirectorNilsa C. Diaz, Executive Assistant

    AGENDA

    AUGUST 14, 2013

    5: 30 PM

    1. Meeting called to order

    2. A. Moment of Silent Reflection

    B. Pledge of Allegiance

    3. Approval of the Agenda

    4. Awards and Presentations

    5. Public Hearing

    6. Hear the Audience

    7. Consent Agenda

    Mark G. Lawson, General Counsel

    The Consent Agenda is a technique designed to expedite handling of routine and miscellaneousbusiness of the Board of Supervisors. The Board of Supervisors in one motion may adopt the entireAgenda. The motion for adoption is non -debatable and must receive unanimous approval. Byrequest of any individual member, any item may be removed from the Consent Agenda and placedupon the Regular Agenda for debate.

    7A. APPROTAL OF BOARD OF S11PERTISOR4, fljT111TES FOP4

    JULY 24, 2013

    7B. APPROVAL TO PURCHASE TWO ( 2), 25 FOOT ROLL- OFF

    TRAILERS

    7C. APPROVAL OF AGREEMENTS FOR GENERAL CONCRETE

    CONTRACTOR WITH WW DANIELS AND CM ENGINEERING

    SERVICES

    TOHO_MAIN_HQ\THUNTERhttp://www.tohowater.com/

  • 7D. APPROVAL OF VACUUM TRUCK SERVICES FROM

    ENVIROWASTE SERVICES GROUP AND SWS

    ENVIRONMENTAL SERVICES FOR LIFT STATIONS

    7E. APPROVAL OF A SIXTY ( 60) DAY CONTRACT EXTENSION

    FOR BIO -SOLID HAULING, PROCESSING, AND DISPOSAL

    SERVICES WITH FLORIDA N- VIRO

    7F. APPROVAL OF BARNES, FERLAND & ASSOCIATES, INC.' S

    SCOPE OF SERVICES FOR THE MARYDIA SANITARY SEWER

    EXTENSION PROJECT

    FOR PHASE 11 SECURITY SYSTEM INSTALLATION

    7H. APPROVAL OF PURCHASE OF WIRELESS ETHERNET

    REMOTE TELEMETRY UNITS ( RTU) FOR LIFT STATION

    MONITOR AND CONTROL SYSTEMS — SUPERVISORY

    CONTROL AND DATA ACQUISITION ( SCADA)

    7- 1. APPROVAL OF A SCOPE OF SERVICES PROPOSAL WITH BFA

    FOR ENGINEERING DESIGN, SURVEYING, AND

    CONSTRUCTION ADMINISTRATION SERVICES FOR THE

    REHABILITATION OF LIFT STATION # 2 AND #41 P

    8. Informational Presentations

    9. Unfinished Business:

    1 • •••• - •'

    JUDGE FARMS IMPOUNDMENT PROJECT

    10. New Business

    11. Staff Reports

    12. Board Officials

    13. Board Attorney:

    A. UPDATE AND DISCUSSION OF MATTERS OF INTEREST

    B. MARK G. LAWSON MONTHLY REPORT

    C. BMO MONTHLY REPORT

  • Description Regular meeting of the Tohopekaliga Water Authority Board ofSupervisors for July 24, 2013. Present at the meeting wereSupervisor Raul Banasco ( via telephone), Attorney Mark Lawson, Supervisor Skip Stellfox, Supervisor Clarence Thacker, ChairmanBruce Van Meter, Supervisor Wendell McKinnon, Executive Director

    Brian Wheeler, Executive Assistant Nilsa Diaz and Kissimmee CityCommissioner Wanda Rentas and Osceola County CommissionerMike Harford.

    Date: July 24, Location: Toho Water Authority Board Room2013

    Time Item Minutes

    5: 30 PM Meeting called to Meeting called to order at 5: 30 PM by Chairmanorder Bruce Van Meter.

    Moment of Silent After a Moment of Silent Reflection, Supervisor

    Reflection and White led the attendees in the Pledge of

    Pledge of Allegiance.

    Allegiance

    Approval of the Mr. Van Meter explained that Supervisor Banasco

    Agenda wished to participate via telephone because of a

    business necessity and asked the Board to

    approve his participation. Supervisor McKinnon

    motioned to have Mr. Banasco participate via

    telephone and Supervisor Stellfox seconded the

    motion. Motion passed 5 to 0.

    Executive Director Wheeler added Item 9B.

    Approval of Special Counsel and Associate

    Counsel Services Retainer Agreement with Bryant

    Miller Olive to the Agenda. Supervisor White

    motioned for approval of the Agenda as amended

    and Supervisor Stellfox seconded the motion.

    Motion passed 6 to 0.

    5: 05 PM Awards and None scheduled

    Presentations

    Public Hearing None scheduled

    Hear the Audience No one came forth

    5: 06 PM Consent Agenda Supervisor Thacker moved for approval of the

    Consent Agenda and Supervisor McKinnon

    seconded the motion. 6 to 0

  • 7A)APPROVAL OF BOARD OF SUPERVISOR

    MEETING MINUTES FOR JULY 10, 2013

    7B)APPROVAL OF CATERING SERVICES FOR

    DISASTER RECOVERY — RENEWAL OPTION

    2

    7C) APPROVAL OF HARMONY INSTITUTE

    SPIRIT FARM) EASEMENT REQUEST

    7D) APPROVAL OF LAWN MAINTENANCE

    SERVICES FOR WATER/ WASTEWATER

    PLANTS, LIFT STATIONS, THE

    ADMINISTRATION BUILDING AND FIELD

    SERVICE OPERATIONS

    Informational

    Presentations

    5: 32PM Unfinished 9A. APPROVAL OF GENERAL COUNSEL AND

    Business SPECIAL COUNSEL LEGAL SERVICES

    AGREEMENT WITH MARK G. LAWSON —

    Attorney Lawson explained that the agreement forgeneral counsel and special counsel legal

    services that he drafted and was submitting forBoard approval is similar to the existing

    agreement the Authority has with Bryant MillerOlive ( BMO) for similar services. Several of the

    Board members questioned Mr. Lawson on some

    of the specific parts of the agreement. Supervisor

    White asked about the rates as listed in the

    proposed agreement, $ 215/ hr. for general counsel

    services and $ 245/ hr. for special counsel

    assignments. Mr. Lawson advised the Board that

    the proposed rates are the same as those

    presently charged by BMO and have not beenadjusted for the past three years. The proposed

    rates will remain in effect through fiscal year 2014

    and will then be adjusted in accordance with

    changes in the CPI.

    Supervisor Thacker asked whether approval of

    the agreement for general counsel and special

    counsel services would also be approval of Mr.

    Lawson' s plan for transitioning the Authority to anin- house counsel. Mr. Lawson responded that

    approval of the agreement was not approval of his

    transition plan. Supervisor Thacker stated that

  • issues requiring special counsel services shouldbe submitted to the Board for approval in advance

    of proceeding with special counsel services. After

    discussion, the Board reached consensus that Mr.

    Lawson should obtain approval for special

    counsel services from the Board in advance of

    proceeding where possible. Supervisor Thacker

    expressed his opinion that the Board should be

    responsible for the hiring of the in- house counselcandidate with assistance from Mr. Lawson

    because the in- house counsel will report directlyto the Board.

    Chairman Van Meter

    should be responsible

    counsel candidate but

    agreed that the Board

    for hiring the in- houseMr. Lawson should be

    involved with the Board in the process. The Board

    and Executive Director discussed modifying thecontract language to reflect Mr. Lawson' s role of

    assisting the Board in the hiring process for in- house counsel. Supervisor Thacker asked for

    clarification on the agreement providing for Mr. Lawson to act as lobbyist on behalf of the

    Authority. Mr. Wheeler advised the Board that theAuthority has an existing contract with Mr. WilliamPeebles for lobbying services and that Mr.

    Lawson should rarely have to provide services inthis area. Supervisor Thacker emphasized that

    under the proposed agreement policy direction isprovided by the Board and not the ExecutiveDirector.

    Chairman Van Meter stated that the agreement

    provides for a one year term with the ability toterminate the agreement with a 90 day notice. Mr. Lawson reminded the Board that the proposed

    agreement is on a year to year basis and with the

    termination at will clause his employment is at will.

    Supervisor Thacker stated that he thought the

    contract was to be for one year and would be

    evaluated at the end of the year.

    Chairman Van Meter suggested that the Board

    follow the same procedure that the Board uses to

    rate the Executive Director for the attorney.

    The Board discussed changes to be

  • in the contract proposed by Mr. Lawson to be

    approved by the Board. Section 2. Item ( A) of thecontract should be modified to state that work

    must be done by work order approved by theBoard. Second part of the motion would be under

    Section 2. Item ( 15) of the contract should be

    modified to delete the first four words of the

    sentence and start the sentence with the word

    Assisting". Wording would be added to thecontract to provide for an Annual Review.

    Supervisor McKinnon motioned for approval of the

    General Counsel and Legal Services Agreement

    with Mark G. Lawson incorporating all the

    changes requested by the Board. SupervisorStellfox seconded the motion and requested that

    a revised copy of the agreement be provided tohim. Motion passed 5 to 1; Supervisor Thacker

    voted against the motion.

    9B. APPROVAL OF SPECIAL COUNSEL AND

    ASSOCIATE COUNSEL LEGAL SERVICES

    RETAINER AGREEMENT WITH BMO —

    Supervisor Thacker asked whether it was

    necessary to approve this agreement at thisBoard meeting. Mr. Lawson responded that

    agreement with BMO should be approved

    because it provides continuity of service on

    matters that the firm is presently handling for theAuthority. Supervisor Thacker stated that he hadnot had a chance to review the agreement

    because it had not been provided with the regular

    agenda. Mr. Lawson stated that the BMO

    agreement is identical to his agreement and

    includes the same rates. Supervisor Thacker

    stated that the Board needs to wean the Authorityfrom the services of Mr. Lawson and BMO

    through the hiring of the in- house counsel. Mr. Lawson stated that the Board would need to

    authorize the Chairman to sign the Agreements

    once they were revised with the changes

    requested by the Board. Supervisor McKinnonmade a motion to approve the Special Counsel

    and Associate Counsel Legal Services Retainer

    Agreement with BMO incorporating the changesdiscussed in Item 9A. Supervisor Stellfox

    seconded the motion. Motion passed 5 to 1;

  • Supervisor Thacker voted against the motion.

    New Business NONE

    PM Staff Reports 11A) HARMONY MIEX UPDATE — Ms. Deborah

    Beatty, Senior Engineer on staff, provided aPowerPoint presentation to update the Board on

    the status of the construction of the new Miex

    water treatment system for the Harmonycommunity. Ms. Beatty advised the Board that aletter is being sent to the residents of Harmonyoutlining the steps to be taken with switch over tothe new treatment system. Ms. Beatty said thatthere will be a Precautionary Boil Water Noticeissued to the community at one stage of theswitch over to the Miex treatment system. The

    Board questioned Ms. Beatty about some of thechanges the Harmony residents could expect inthe quality of the water from the Miex system.

    Chairman Van Meter asked about the status of

    the Assessment Program to fund a portion of the

    new water treatment system. Mr. Lawson advised

    the Board that the assessment program would

    follow now that the construction was almost

    complete. There was some discussion about the

    process and procedures associated with the

    implementation of the assessment program.

    Chairman Van Meter asked if the residents had

    been informed of the assessment program and

    Mr. Wheeler responded that they have not butthat Mr. Lentz knows. Mr. Lawson reminded the

    Board that the Authority has agreed to pay halfthe cost of the Miex treatment system.

    11 B) FINANCIAL REPORT FOR JUNE 2013 —

    Rodney Henderson presented the report with asummary of the June monthly financial report andfielded questions from the Board.

    11C) SYSTEM DEVELOPMENT CHARGES

    UPDATE — Nothing new to report.

    11 D) MAJOR CAPITAL PROJECT SUMMARIES

    SHADE MEETING At this time, Chairman Van Meter read a notice

    declaring a Shade meeting with only designatedpeople allowed to remain in the room. DONALD

  • W. FRASIER AND FRASIER FAMILY LIMITED

    PARTNERSHIP V. TOHOPEKALIGA WATER

    AUTHORITY AND THE CITY OF KISSIMMEE

    CASE NO. 2011 -CA -3804

    TWA Board Mr. Wheeler informed the Board that they neededOfficials to decide on a date for the Operational Budget

    Workshop. The Board decided on Tuesday, August 20, 2013 starting at 3: 00 PM.

    Mr. Wheeler will be on vacation until August 3`d

    Supervisor McKinnon commented on the in- house

    counsel hiring and stated that the Board can setsome ground rules for the process, produce a

    short list of candidates, and have the Executive

    Director and some of his staff review the

    applicants to provide the Board some feedback on

    the candidates.

    7: 44 PM There being no further business to come beforethe Board, Chairman Van Meter adjourned the

    meeting at 7: 44 PM.

    ADJOURNED

    Bruce R. Van Meter, Chairman

    Tom White, Secretary ncd

  • CATEGORY: Consent

    Attachment( s): Bid Tabulation

    RDK Municipal Truck Center' s bid submittal

    APPROVAL TO PURCHASE TWO ( 2), 25 FOOT ROLL- OFF TRAILERS

    Explanation: The Toho Water Authority (TWA) is requesting authorization to purchase2, 25 foot roll -off trailers from RDK Municipal Truck Center per the invitation for bid # IFB

    13- 028 25 Foot Roll - Off Trailer which was advertised on June 7, 2013. The trailers will

    be used to transport sludge thickening boxes to decrease the biosolids liquid hauling forthe Poinciana Wastewater Treatment Plants ( WWTP) — Walnut WWTP and Lake

    Marion WWTP. Currently, the Operations Department has purchased 3 sludge

    thickening boxes for the Walnut and Lake Marion WWTPs to be used to decrease theliquid hauling percentages; however, they in turn require the need to be hauled andemptied at least twice a week per facility during normal wasting periods. The roll -off

    trailers will be used to transport the sludge boxes to the biosolids primary processingfacility located in Daytona Beach or the secondary facility located in Clermont. This

    service is currently being performed by the TWA's Field Services Department or anoutside vendor when Field Service Department is unavailable due to their workload or

    equipment maintenance.

    IFB 13- 028 was advertised on June 7, 2013 on Demand Star for 22 days. It was also

    advertised in the Orlando and Osceola Sentinel on June 9, 2013; 3 bids were received,

    with no submittals from local vendors. Since no local vendors submitted bids, TWA' s

    Local Vendor Preference Policy was not applicable in the decision to award this bid. RDK Municipal Truck Center was the lowest responsive and responsible bidder with a

    price of $ 46, 985 for each truck resulting in a total cost of $ 93, 970. These items havebeen approved in this year' s budget.

    Recommendation: Staff recommends approval to purchase 2, 25 foot roll -off trailers

    from RDK Municipal Truck Center for a total cost of $ 93, 970.

    2 25 Foot Roll Off Trailers. 08. 14. 13al

  • One ( 1) copy of signed Bid Form and CD- ROM or memorystick

    TABULATION SHEET FOR:

    Yes Yes

    Acknowledgement of Addendums 1 and 2 Yes

    T BID# IFB 13- 028 25 Foot Roll Off Trailer - REBID a,

    Yes Yes Yes

    PAGES GO ACROSS THEN DOWN

    Yes Yes Yes

    References

    b DATE/ TIME: 6/ 28/ 13 @ 2: 00PM

    Yes

    U

    Non - Collusion Affidavit Yes Yes Yes

    Confidental Material

    U

    N/ A

    LO

    h

    N/ A

    co

    a)

    N/ A

    O

    Y) Q

    U) coco

    Possible Subcontractors N/ A N/ A

    cnO

    U O Uch

    E J

    L

    LL

    Description,

    e

    Vendor Prides

    W cnU-

    U)

    W

    25 foot roll - off trailer in accordance with

    specifications.

    t

    46, 985. 00

    SCO Q Q W- 0

    TOTAL BASE BID 100, 650. 00 93, 970. 00

    0o Y d 0ca

    m cn 0' d' co

    One ( 1) copy of signed Bid Form and CD- ROM or memorystick Yes Yes Yes

    Acknowledgement of Addendums 1 and 2 Yes Yes Yes

    Drug Free Workplace Certificate Yes Yes Yes

    Substitute W9 Yes Yes Yes

    References Yes Yes Yes

    Non - Collusion Affidavit Yes Yes Yes

    Confidental Material N/ A N/ A N/ A

    Local Vendor Preference for Vendors N/ A N/ A N/ A

    List of Possible Subcontractors N/ A N/ A N/ A

    Item Quantity, Description, Vendor Prices ; Vendor Prides Vendor Prices

    1 2

    25 foot roll - off trailer in accordance with

    specifications. 50, 325. 00 46, 985. 00 59, 250. 00

    TOTAL BASE BID 100, 650. 00 93, 970. 00 118, 500. 00

  • CATEGORY: Consent

    Attachment( s): Submittals — CM Engineering and VW DanielsEvaluation Score Sheet

    Agreements

    APPROVAL OF AGREEMENTS FOR GENERAL CONCRETE CONTRACTOR WITH WW

    DANIELS AND CmHENGINEERING SERVICES

    Explanation: The current general concrete contractor for general concrete services is currentlyserviced by WW Daniels. The bid was Gvv@rd8d in 2009 and contract extensions for 8 monthswere approved in2013. All renewals and extensions for the contract have been exhausted and

    anew solicitation was created, Request for Proposal / RFp\ 13- 018.

    On April 11, 2013. RFP 13- 018 was advertised for general concrete contractor to perform

    construction services for the following tasks: 0 Construction of new sidewalks

    m Removal and replacement 0fexisting asphalt and associated basem Removal and replacement Ofexisting sidewalks

    Pouring or repair ofconcrete e|ube, pathways or structuresConstruction Ofnew O[ repair Ofexisting roadway curb and gutterConstruction Ofcurb cuts and handicap rampsConstruction Ofhandrails

    Construction Ofgravity walls and h88dvv@|| GDemolition and removal Ofconstruction debris

    General grading and soddingOther work @Sassigned t0complete each task

    All VVO[ k will iDCUdR DlObi| izabOO. i@bOr, Dl8t8h8| S. supplies, equipment, and D8CeSS8ry S8nviCeS10complete the tasks mentioned above. Theseservices are for restorations that are needed

    fO|| Ovving repairs that are noGd8 to any Toho Water Authority ( TWA) infrastructure by TWACr8m8. [> nS8 these 88rviC8S are needed, TWA staff will contact the GvvGrd8d v8ndOn8. obtain

    pricing, and proceed with the lowest bidder. The RFP also includes 2renewal options after the

    first year Ofsatisfactory services.

    RFP 13- 018 was opened on May 1' 2013 at2p.m. with 7 firms responding. An evaluation

    committee, which consisted of Rick Nipper, Director ofOperations and Deb Beatty, Engineerevaluated the submittals. Adana Lurnaden, Purchasing Manager acted as an advisor. TheSUbnnitt8| S were short listed to 2 firms and ranked as fO|| OxvS: 1\ VVVV Daniels and 2\ CM

    Engineering Services. TWA has consistently and is currently doing business with \ 8/ VV Daniels, so the evaluation committee recommended that an interview would not be necessary. References were checked for CW1 Engineering Services and the responses were satisfactory; therefore, the ev8| U8iiOn COnnnniUeO also recommended that an interview would not be

    necessary.

    TWA has spent an estimated $ 550. 000 with VVVV Daniels; thonafona, it is estimated that TWA will spend

    this amount ormore with VVVV Daniels and CM Engineering Services.

    Recommendation: Staff recommends approval of W.W. Daniels and CM Engineering Services toprovide general concrete services.

    General Cvnomo, San/ icoo. O8. 14. 13. a| 7C

  • REQUEST FOR PROPOSAL 13- 018

    PRE- QUALIFICATION FOR GENERAL CONCRETE CONTRACTOR ON A TASK AUTHORIZATION BASIS

    EVALUATION SHEET

    Page 1 of 1

    Evaluation Criteria

    Max Pts

    Allowed

    Scores for:

    WW Daniels CM

    EngineeringServices

    1. FIRM' S QUALIFICATIONS AND EXPERIENCE 40 40 20

    2. SIMILAR PROJECTS 20 20 13

    3. STAFF QUALIFICATIONS AND EXPERIENCE 25 21 16. 5

    4. PROJECT APPROACH 15 12. 5 12. 5

    TOTAL SCORE 100 93. 5 62

    RANKING 1 2

    COMMENTS:

  • CATEGORY: Consent

    Attachment( s): Bid Submittals — Enviro Waste Services Group & SWSEnvironmental Services

    Bid Tabulation

    Contracts

    APPROVAL OF VACUUM TRUCK SERVICES FROM ENVIROWASTE SERVICES

    GROUP AND SWS ENVIRONMENTAL SERVICES FOR LIFT STATIONS

    Explanation: Vacuum truck services are an essential preventative maintenance tool

    used to prevent sanitary sewer overflows by removing rags, debris, and grease fromsewer collection lift stations. By removing this material from the lift stations, the TohoWater Authority ( TWA) will improve the reliability of the pumps by reducing thepossibility of clogged pumps and tangled control floats. Moreover, removal of thisdebris also prevents clogs in valves and force mains. The more debris TWA can

    remove from its collection system, the greater the lift station performance will be.

    The current vacuum truck services to all of the TWA' s lift stations are currently servicedby Brownie' s Wastewater Solutions. The original bid was awarded in 2009 with contract

    renewals following 2 years after award. A contract extension for 6 months wasapproved in 2013. All renewals and extensions for the contracts have been exhausted

    and a new solicitation was created, IFB 13- 025.

    IFB 13- 025 Vacuum Truck Services was prepared and advertised on June 3, 2013 with

    a due date of June 21, 2013 at 2p. m. The bid was also advertised in the Orlando andOsceola Sentinel. The IFB consists of 3 renewal options after the first year. 6 bids

    were received, with no submittals from local vendors. Since no local vendors submitted

    bids, TWA's Local Vendor Preference Policy was not applicable in the decision to awardthis bid.

    Lapin Septic Tank Service and Envirowaste Services Group were the apparent lowbidders; however, while conducting reference checks, it was determined that LapinSeptic Tank Service provided inadequate services to their references. Staff notified

    Lapin Septic Tank that their bid will be rejected based on the unsatisfactory referencecheck results.

    Both, Envirowaste Services Group and SWS Environmental Services, are the nextresponsive and responsible bidders. Reference checks for both vendors came back

    satisfactory and they were notified of the recommendation to award. This service will beprovided at the hourly rates stated in their submittals.

    m

  • Staff anticipates spending $ 85, 000 for vacuum truck services. Funding for the proposedservices is provided for in the 2013 Operating budget.

    Recommendation: Staff recommends approval of Envirowaste Services Group andSWS Environmental Service' s bid submittal for vacuum truck services for the TWA' s lift

    stations.

    Approval of VacuumTruckServices. 08. 14. 13. al

  • T

    b

    S

    it

    e

    e

    TABULATION SHEET FOR:

    BID# IFB 13- 025 Vacuum Truck Services

    PAGES GO ACROSS THEN DOWN

    DATE/ TIME: 6/ 21/ 13 @ 2: OOPM

    N

    Nr

    n Z OC> c6

    co

    to JO LL

    S

    c n

    c6 N

    06' 0

    p2oMNU

    N Mn r

    N cvMj

    J

    o LLW E

    C ( j U) Tw v

    N

    Ooo

    co

    V JQ LL

    ac c

    fl- M

    3MO

    cic nN O S

    U Y COU JOi

    c

    O O

    USO

    CO

    J

    CLi-

    O O UU Cn co

    p N mO

    N

    O

    m 2 mc n oo a0 O M OU) 0-

    U

    ro -6m co N

    C M

    O C LLc6

    co 0-

    w Eu) O m

    CD c9cncoa-

    One ( 1) copy of signed Bid Form and CD- ROM or memorystick Yes Yes Yes Yes Yes Yes

    Acknowledgement of Addendums 1 2 3 and 4 Yes Yes Yes Yes Yes Yes

    Drug Free Workplace Certificate Yes Yes Yes Yes Yes Yes

    Substitute W9 Yes Yes Yes Yes Yes Yes

    References Yes Yes Yes Yes Yes Yes

    Non -Collusion Affidavit Yes Yes Yes Yes Yes Yes

    Confidental Material N/ A N/ A N/ A N/ A N/ A N/ A

    Local Vendor Preference for Vendors N/ A N/ A N/ A N/ A N/ A N/ A

    Bidder Qualifications Per Section 3. 3 Yes Yes Yes Yes Yes Yes

    List of Possible Subcontractors N/ A N/ A N/ A N/ A N/ A N/ A

    Item Quantity Description' Vendor Prices Vendor Prices; Vendor Prices Vendor Prices Vendor Prices Vendor Prices

    1 625 hrs Vacuum truck with operator helper 205. 00 140. 00 150. 00 300. 00 150. 00 150. 00

    2 50 hrs Support truck, if needed to haul equipment 15.00 0. 01 75.00 50. 00 30.00 50.00

    3 15 hrs

    Emergency response - daytime hours

    between 7: OOa. m. to 4: OOp. m.) 246. 50 149. 00 150. 00 300. 00 20. 00 175. 00

    4 15 hrs

    Emergency response - after hours ( after

    4: OOp. m.) to include nights, weekends andholidays 246. 50 149. 00 150. 00 450. 00 40.00 215. 00

    5 1 1/ 2 load Disposal fee for materials removed 400.00 600.00 275.00 2, 000.00 1, 000.00 240.00

    6 1 load Disposal fee for materials removed 600. 00 750. 00 475. 00 2, 000. 00 1, 500. 00 480. 00

  • CATEGORY: Consent

    Attachment( s): None

    APPROVAL OF A SIXTY ( 60) DAY CONTRACT EXTENSION FOR BIO -SOLID

    HAULING, PROCESSING, AND DISPOSAL SERVICES WITH FLORIDA N- VIRO

    Explanation: The Tohopekaliga Water Authority (TWA) has contracted with Florida N- Viro since June 2008 for the removal and treatment of the biosolids produced by TWA' sWater Reclamation Facilities. Florida N- Viro's contract ended on July 23, 2013 but wasextended to August 23, 2013. These services are currently being solicited under RFP13- 030 Bio -solid Hauling, Processing, and Disposal Services with a due date of August5, 2013. A second contract extension is being requested to complete the solicitationand procurement process over the next sixty (60) days.

    The average monthly cost for this service over a two- month contract extension period isprojected to be approximately $ 125, 000. The current purchase order ( PO) has abalance of $ 12, 500. If approved, $ 250, 000 is the estimated cost for continuation of

    these services until a new contract is awarded under RFP 13- 030.

    Funding for this contract extension will come from the Other Contract Services accounts34- 00) of the following Water Reclamation Facilities:

    South Bermuda 991209

    Sandhill 471740

    Camelot 47, 740

    Parkway 131392

    Cypress West 111718

    Walnut 301201

    Total 2501000

    Recommendation: Staff recommends approving a sixty ( 60) day contract extension forbio -solids hauling, processing, and disposal services with Florida N- Viro.

    BiosolidTreatmentAdditionalFunds. 08. 14. 13a1

  • CATEGORY: Consent

    Attachment( s): None

    APPROVAL OF BARNES, FERLAND & ASSOCIATES, INC.' S SCOPE OF

    SERVICES FOR THE MARYDIA SANITARY SEWER EXTENSION PROJECT

    Explanation: The Marydia Subdivision is located south of Osceola Parkway betweenOrange Blossom Trail and Michigan Avenue. Osceola County has obtained aCommunity Development Block Grant ( CDBG) from the State of Florida in the amountof $ 433,438. 56 to extend sanitary sewer service to existing homes within the

    subdivision served by failing septic tanks.

    Failing septic tanks and drain fields can cause sewer overflows in yards posing a healthrisk to the residents.

    On December 12, 2012 the Authority' s Board of Supervisors approved $ 1, 000, 000. 00towards the construction of the proposed sewer extension and is included in the Fiscal

    Year 2014 budget. The grant, in conjunction with the allocated funds by the Authority, will fund design for the entire project, and permit, bid and construct a portion of the

    sanitary sewer system. The $ 1, 433,438. 56 will not fund replacement of all failing septictanks with a gravity sewer system. The complete project will require multiple phases of

    construction depending on County funding. Subsequent phases will be funded by theCounty.

    Staff has negotiated a scope of design services with Barnes, Ferland & Associates, Inc.

    BFA), a continuing consultant for the Authority, in the amount of $ 245, 168. 77. The

    scope includes the following:

    1. Preliminary design and layout of the proposed sewer system. 2. Level A survey, which includes utility designation, subsurface excavations,

    survey and the use of ground penetrating radar ( GPR) and multi -sensorelectromagnetic induction. All of the above items will aid in properly locating allexisting utilities along the path of the new sanitary sewer system leading to fewerunforeseen conditions and construction change orders.

    3. Permitting: BFA' s scope includes permit application preparation and submittal forthe following:

    a. Florida Department of Environmental Protection ( FDEP) sanitary sewerpermit.

    b. FDEP dewatering discharge permit. c. Osceola County right- of-way permit

    4. Bidding assistance. 5. Construction administration consisting of:

    a. Attendance to progress meetings.

    b. Bi -weekly site visits. c. Responses to requests for information by the contractor. 7F

  • d. Change order review.

    e. Material submittals review and approval.

    f. Review of pay applications. g. Issuance of work directives.

    h. Record drawings preparation.

    i. Preparation of sewer requests for clearances.

    The Authority will be responsible for managing design and construction of the project. However, Osceola County will be responsible for managing the CDBG administrationand compliance throughout the project.

    BFA will be allowed to encumber costs only after an interlocal agreement betweenOsceola County and the Authority has been executed.

    The project will be initially funded by the CDBG grant, Authority funding will be availablein Fiscal Year 2014.

    Recommendation: Staff recommends approval of Barnes, Ferland & Associates, Inc.' s

    scope of design services for the Marydia Sanitary Sewer Extension project in theamount of $ 245, 168. 77.

    Marydia Sanitary Sewer Extension — BFA Design Scope of Services. 08/ 14/ 13. em

  • CATEGORY: Consent

    Attachment( s): Evaluation Score Sheet

    Stanley Security Solution' s SubmittalAgreement

    APPROVAL OF AWARD TO STANLEY SECURITY SOLUTION FOR PHASE 11

    SECURITY SYSTEM INSTALLATION AND UPGRADE

    Explanation: In 2003, Toho Water Authority ( TWA) began the first phase of the

    installation of security systems to protect vulnerable Water Treatment Plants (WTP) andstorage facilities based upon the vulnerability assessment and response plan requiredby EPA per Public Law 107- 188 the Public Health, Security, and Bioterrorism

    Preparedness and Response Act signed into law by the President in June of 2002. EPA developed vulnerability assessment guidelines to help water utilities evaluate theirsusceptibility to potential threats and identify corrective actions needed to reduce risks. These regulations focus primarily on reducing the risk of contaminants in drinking watersystems, contingency planning, and physical security and cyber security threats. Under

    the Bioterrorism Act, water utilities serving more than 3, 300 persons must:

    Conduct a vulnerability assessment, certify to the EPA that the assessment hasbeen completed and submit a copy of the assessment to the EPA; Show that the utility has updated or completed an Emergency Response Planoutlining response measures if an incident occurs; andTake corrective action to minimize vulnerabilities.

    TWA along with consultants, Jacobs Engineering, Inc. conducted the vulnerabilityassessment and submitted to EPA in 2003. That task followed by the development ofan Emergency Response Plan was submitted to EPA in 2004.

    Now that Phase I is complete, in order to continue to meet the vulnerability assessmentissues and necessary security of vital facilities, protection of employees within TWA' sWTPs and Wastewater Treatment Plants ( WWTP) along with other essential assets,

    Phase II must be installed as per the design created by Jacobs Engineering, Inc. andTWA. Included in the design and installation will be closed circuit cameras, motion

    detection devices to detect intrusion, and access control into all facilities. The motion

    detection devices are to detect an unauthorized entry onto a facility site and allow thedetermination of an intrusion by the CCTV system to provide a response to suchunauthorized entries by TWA staff and law enforcement agencies. The locations thatwill receive the installation are Bellalago WTP, Peabody WTP, Huron WTP, SouthBermuda WWTP Warehouse, Harmony WTP, Harmony WWTP, South BermudaWWTP, Camelot WWTP, Sandhill WWTP, Parkway WWTP, Cypress West WWTP, Walnut Street WWTP, Lake Marion WWTP. The locations that will receive an upgrade

    to their existing security system are Southwest WTP, Northwest WTP and FieldServices Operations Center. 7G

  • On March 19, 2013, Request for Proposal ( RFP) 13- 008 was advertised on Demand

    Star and in the Orlando and Osceola Sentinel for Phase II electronic security systemupgrades. The RFP included certain mandatory requirements that each vendor had tomeet in order for their proposal to receive further evaluation. Those requirements were:

    Vendor shall be Gold Certified from Lenel Systems International and DVIP

    Certified from Dedicated Micros.

    Vendor shall be an authorized representative of the security systemsmanufacturer' s - Lenel Systems International and Dedicated Micros.

    Vendor shall have a service facility within 75 miles of TWA'sAdministration Building. Vendor shall be fully capable and experienced in the cabling systemsSYSTIMAX.

    Vendor shall have a Registered Communications Distribution Designer

    RCDD) on staff that will be responsible for project.

    RFP 13- 008 was opened on May 6, 2013 at 2p. m. with three ( 3) firms responding. Anevaluation committee, which consisted of Mike Johnson, Assistant to Executive

    Director; Chris Wilson, Security Administrator, and Timothy Noyes, Asset Managerevaluated the submittals. Adana Lumsden, Purchasing Manager and Bob Craig fromJacobs, Inc. acted as advisors. The submittals were short listed to three ( 3) firms and

    ranked as follows: 1) Stanley Security Solutions, 2) Qualified Systems Contracting, 3) Kratos Public Safety & Security. Because TWA has had a relationship with the numberone ranked firm for a number of years and is currently doing business with StanleySecurity Solutions, the evaluation committee decided that an interview with StanleySecurity Solutions would not be necessary.

    Stanley Security Solutions has been notified of the recommendation to award and hasagreed to provide the requested services for a cost of $ 1, 348, 060. The present budget

    appropriation remaining for Phase 11 installation is $ 933, 920. The balance of $ 414, 140will be funded through identified capital budget transfers in order to complete the

    installation as designed to meet minimum security standards.

    Recommendation: Staff recommends approval of Stanley Security Solution' s proposalfor Phase II electronic security system upgrades for the total cost of $ 1, 348,060.

    Phase ISecuritySystemUpgrades. 08. 14. 13al.

  • REQUEST FOR PROPOSAL 13- 008

    PHASE 11 ELECTRONIC SECURITY SYSTEM UPGRADES

    EVALUATION SHEET

    Page 1 of 1

    Evaluation Criteria

    Max Pts

    Allowed

    Scores for:

    Stanley Security QualifiedSolutions Systems

    Contracting

    Kratos Public

    Safety & Security

    1. FIRM' S QUALIFICATIONS AND EXPERIENCE 25 25 22. 2 22. 2

    2. SIMILAR PROJECTS 10 8. 9 10 7. 8

    3. STAFF QUALIFICATIONS AND EXPERIENCE 25 25 22. 2 16. 7

    4. PROJECT APPROACH 5 5 4. 4 2. 2

    5. PRICE 35 23. 3 15. 5 15. 5

    TOTAL SCORE 100 87. 2 74. 3 64. 4

    RANKING 1 2 3

    COMMENTS:

  • Category: Consent

    Attachment( s) CEC Motor & Utility Services Bid SubmittalBid Tabulation

    APPROVAL OF PURCHASE OF WIRELESS ETHERNET REMOTE TELEMETRY

    UNITS ( RTU) FOR LIFT STATION MONITOR AND CONTROL SYSTEMS —

    SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA)

    Explanation: Radio Telemetry Units ( RTUs) automate the monitoring and controlfunctions for lift stations within the Toho Water Authority ( TWA) service areas. TheRTUs are connected to the devices in the field and transmit this data to Field Interface

    Units ( FIU). The FIU communicates to the Human Machine Interface ( HMI) which allows

    the operations and maintenance personnel to effectively operate and maintain thesystems.

    The majority of the existing RTUs in the TWA service areas are Motorola MOSCADRTUs. These units have been in operation in the TWA service areas since the late

    1990' s. The Motorola RTUs communicate over the Osceola County 800 MHz trunkedradio system. The Osceola County Communications Department is in the process ofupgrading their system. The new digital systems have caused a significant increase inthe cost to TWA to utilize the radio communications for the SCADA applications. TWA

    SCADA staff is in the process of migrating the RTU communications from the expensiveand slower 800 MHz radio system to more cost effective and faster Ethernet based

    communications. This migration process will take place as existing RTUs need to bereplaced due to lift station rehabilitation, age of equipment or damage due to

    environmental conditions.

    Invitation For Bids ( IFB) 13- 031 Wireless Remote Telemetry Units was prepared andadvertised on June 10, 2013 with a due date of July 30, 2013 at 2p. m. The bid was alsoadvertised in the Orlando and Osceola Sentinel. 8 bids were received, with no

    submittals from local vendors. Since no local vendors submitted bids, TWA' s Local

    Vendor Preference Policy was not applicable in the decision to award this bid.

    CEC Motor & Utility Services was the apparent low bidder. Reference checks were

    completed by staff and they were satisfactory. CEC Motor & Utility Services has beennotified on the recommendation to award for the price of $ 69, 696.

    The purchase of the Remote Telemetry Units will be funded by the accounts listedbelow:

  • Account No. Project No. Balance

    421- 1145- 536.63- 00 1145- 03 7, 000. 00

    1145- 05 6, 500. 00

    1145- 06 40, 900. 00

    421- 1245- 536. 63- 00 1245- 01 6, 500. 00

    421- 1345- 536. 63- 00 1 1345-02 1$ 6, 500. 00421- 1445- 536. 63- 00 1 1445- 02 6, 500. 00

    Recommendation: Staff is recommending the purchase of the twelve wireless Ethernetremote telemetry units for a total cost of $69, 696 from CEC Motor & Utility Services.

    WirelessEthernetRTUs. 08. 14. 13. aI

  • T

    bDATE/ TIME:

    S

    e

    t

    TABULATION SHEET FOR:

    BID# IFB 13- 031 Wireless Remote Telemetry Units

    PAGES GO ACROSS THEN DOWN

    7130/ 13 @ 2: OOPM

    AHt WNN

    N dMCn Js U

    O

    p

    U

    Uma-

    C

    g

    o

    U NN

    Cl)

    U JL- N Lo N

    n M= N> pO

    C

    C upi

    omU

    W 0--

    Cj

    N

    C - p aON O

    I _p Mf0 Q

    p O UC

    O O Ci=

    Lr) C/)

    ry MO_

    U Y MLla MO

    O C - 6U S C

    Lo YUPJ

    0

    rn

    o, >

    i V

    N C NN>

    C Q NW Z UNa QCon U

    s

    w

    v

    N u; opp Z M

    V in r- C >'

    Cl)

    C M

    E C Cfl JE O co LLO O O p

    UM MJO - J

    One ( 1) copy of signed Bid Form and CD- ROM or memorystick Yes Yes Yes Yes Yes Yes

    Acknowledgement of Addendums 1 and 2 Yes Yes Yes Yes Yes Yes

    Drug Free Workplace Certificate Yes Yes Yes Yes Yes Yes

    Substitute W9 Yes Yes Yes Yes Yes Yes

    References Yes Yes Yes Yes Yes Yes

    Non -Collusion Affidavit Yes Yes Yes Yes Yes Yes

    Confidental Material N/ A N/ A N/ A N/ A N/ A N/ A

    Local Vendor Preference for Vendors N/ A N/ A N/ A N/ A N/ A N/ A

    List of Possible Subcontractors N/ A N/ A N/ A N/ A N/ A N/ A

    Item

    1

    Quariti

    12

    Description

    Wireless Ethernet Remote Telemetry Unit

    Vendor Prices

    5, 808. 00

    Vendor Prices

    6, 250. 00

    Vendor Prices

    6, 976. 00

    Vendor Prices

    8,285.00

    Vendor Prices

    7, 208. 00

    Vendor Prices

    7, 256. 00

    TOTAL BASE BID 69, 696. 00 75, 000. 00 83, 712. 00 99, 420. 00 86, 496. 00 87, 072. 00

    Warranty 12 months 1 year 1 year 1 year 12 months 1 year

  • UO

    T rO

    N C7M2c

    O J

    U [ 2 - oc

    20 mN O

    Of co J

    UCto

    U_

    nOCDC00

    N Cl) O Lo J

    0) rnc x

    W Ory Co _ 0

    0 d. 2!

    Yes Yes

    Yes Yes

    Yes Yes

    Yes Yes

    Yes Yes

    Yes Yes

    N/A N/ A

    N/ A N/ A

    N/A N/ A

    Vendor Prices

    6, 600. 00

    Vendor Prices

    10, 334. 00

    79, 200. 00 124,008. 00

    1 year 1 year

  • CATEGORY: Consent

    Attachment: Scope of Services Proposal from BFA

    APPROVAL OF A SCOPE OF SERVICES PROPOSAL WITH BFA FOR

    ENGINEERING DESIGN, SURVEYING, AND CONSTRUCTION ADMINISTRATION

    SERVICES FOR THE REHABILITATION OF LIFT STATION # 2 AND # 41P

    EXPLANATION: Tohopekaliga Water Authority budgets annually for the rehabilitationor replacement of lift stations in deteriorated condition. A total of ten lift stations are

    currently scheduled. Toho staff is performing eight of these lift station rehabilitationprojects in- house. The remaining two lift station rehabilitation projects have beenassigned to TWA' s continuing consultant, BFA, and will be competitively bid to outsidecontractors as TWA' s in- house construction crew is booked through 2014: LS -2

    Pershing), located in the Toho I service area along Gilbert Avenue near the intersectionof Pershing Avenue, and LS -41 P ( Trophy Lane), located in a drainage and utilityeasement at the end of Trophy Lane in the Toho IV service area. The negotiated scopefor the design related services is $ 66, 929. 79.

    These stations are approximately 30 years old and have deteriorated piping, pumps andwet wells; outdated electrical components, and below grade valve vaults. These

    stations have been selected for rehabilitation based on the Asset Management

    Condition Assessment and Consequence of Failure scores. All below grade valve

    vaults will be removed and the discharge piping and appurtenances will be raised abovegrade, consistent with TWA' s current standards and also eliminate maintenance

    confined space safety issues.

    LS -2 will require wet well rehabilitation or replacement, new pumps, piping, and

    appurtenances, an upsized water service, upgraded electrical components, and grading

    improvements for drainage.

    LS -41P will require wet well rehabilitation or replacement, new pumps, piping, and

    appurtenances, a water service, upgraded electrical components, a security fence, andan access road and driveway.

    A scope of services has been negotiated with BFA to provide engineering design, surveying, permitting, bidding and award assistance, and construction administrationservices for the rehabilitation of lift stations # 2 and # 41 P.

    This design project will be funded by budgeted lift station rehabilitation funds, projectnumber 113013.

    RECOMMENDATION: Staff recommends approval of the $ 66,929. 79 engineeringdesign scope of services with BFA for the Lift Station # 2 & # 41 P Rehabilitation project.

    2012 Lift Station Rehab -Design Services- 08. 14. 13. ag

    a

  • BFA1230 Hillcrest Street Orlando, Florida 32803

    407) 896- 8608 Fax ( 407) 896-. 1822

    REVISED PROPOSAL

    TO: Annie Geary, P.E., Tohopekaliga Water Authority

    FROM: Willie Thomas, P. E., Barnes, Ferland and Associates

    DATE: August 6, 2013

    SUBJECT: Tohopekaliga Water AuthorityProposal for Engineering ServicesLift Station Rehabilitation ( LS -2 and LS -41P) Project

    BFA # 2012- 34. 2

    This proposal includes the scope of work, fee estimate, and project schedule required to

    successfully complete the preliminary and final design, permitting, bidding assistance andgeneral construction support services for the Lift Station Rehabilitation ( LS -2 and LS -41P)

    project in accordance with the scope of work described below.

    DESCRIPTION OF PROJECT

    The Tohopekaliga Water Authority (TWA) owns and operates numerous wastewater lift stationsthroughout TWA' s wastewater service area. Many of the stations have been in operation for anextended number of years and as a result many lift stations have exhibited signs of wear andlimiting operational functionality. This project includes the rehabilitation of LS -2 and LS -41P,

    according to the following:

    LS -2

    LS -2 is a duplex submersible station with 5 -Hp pumps located within a utility easement alongthe west right of way of Gilbert Avenue near the intersection of Pershing Avenue. The station

    receives residential flow from the local sanitary sewer collection system serving the GreenwoodSubdivision and discharges to a force main connection along Pershing Avenue to the SouthBermuda WRF. The station configuration includes a small circular wet well ( less than 6 -ft

    diameter), below grade valve vault, control panel, SCADA unit, and a chain link security fence. Condition assessment data provided by TWA recommends the following lift stationimprovements:

    Wet well restoration,

    Replace ( 2) Hydromatic grinder pumps, guide rails, galvanized steel riser pipes and

    valves,

    Replace RTU,

    Upgrade 3/ 4" water service,

    Drainage improvements,

    Remove valve vault and bring piping above grade.

  • PROPOSAL

    August 6, 2013

    Page 2

    LS -41P

    LS -41P is a duplex submersible station with 5 - Hp pumps located within a drainage and utilityeasement at the end of Trophy Lane behind Lot # 19 and adjacent to a drainage ditch andwetlands area. The station receives residential flow from the local sanitary sewer collectionsystem serving the Village 1 Neighborhood 3 South subdivision in Poinciana and discharges to a4 -inch force main that runs northwest within the drainage and utility easement to a manholealong Brassie Lane. The station configuration includes a 6 -ft diameter wet well, below grade

    valve vault, control panel, and SCADA unit. No chain link security fence or access driveway isprovided at the site. Condition assessment data provided by TWA recommends the following liftstation improvements:

    Wet well restoration,

    Remove valve vault and bring piping above grade, Upgrade 3/ 4" water service,

    Install security fence.

    04 [0 9 W3 9li.,Z0]. 1 C

    The following Scope of Work is anticipated for the lift station rehabilitation improvements:

    Task 1. 0 Preliminary Engineering; Task 2. 0 Geotechnical Coordination;

    Task 3. 0 Construction Documents;

    Task 4.0 Permitting; Task 5. 0 Bidding Assistance; andTask 6. 0 Construction Administration.

    TASK 1. 0 - PRELIMINARY ENGINEERING

    The purpose of the preliminary engineering phase is to present project completion alternatives toTWA in a manner that will allow TWA to make an informed decision as to how the project shall

    proceed.

    1. Kickoff Meeting: A project kickoff meeting will be held with TWA staff members to discussproject requirements, receive any information available for the project, discuss projectschedule, and receive input from TWA staff.

    2. Data Collection: Collect and review all available information such as records, maps, aerials,

    surveys, easements, records, plans, record drawings, historical flow data, pump data, hydraulic data, soils investigation reports, privately owned utility system data, zoningclassification, building codes and standards that may be pertinent to execution of the Project. Review all requirements of all agencies having jurisdiction over the Project. Collect andreview any other information that may have a bearing and impact on the planning, design, approval, pennitting, construction or operation of the Project.

    3. Site Visits and Condition Assessments: BFA will observe existing conditions at each liftstation by site visitation with TWA staff. Pump draw -down testing will be performed with.

  • PROPOSAL

    August 6, 2013

    Page 3

    the assistance from TWA staff to calculate pumping rates. BFA will prepare written

    condition assessments of the two lift station' s existing condition.

    4. Site Survey: BFA will provide a complete boundary and topographic survey of the liftstation sites including potential access areas as required. Horizontal Control will be FloridaState Plane Coordinates, East Zone, NAD 83/ 90. Benchmarks and elevations will be based

    on North America Vertical Datum of 1988 and tied to Osceola County Engineeringbenchmarks. The Topographic Survey will be processed and prepared using AutoCAD Civil3D 2013. All features will be on appropriate layers and a legend of all abbreviations and

    symbols will be included.

    Each underground utility will be designated in the field using a combination of wire flags andpaint to provide an approximate horizontal location of the utility on the ground surface forinclusion into the Topographic Survey. Each utility will be labeled on the appropriate layerand the quality level of the utility will be noted by layer. All existing utilities shall be shownon the plans in accordance with the CFASCE 38- 02, ASCE Standard Guideline for the

    Collection and Depiction of Existing Subsurface Utility Data.

    Underground utilities at specific locations will be excavated using vacuum excavation tosafely expose the utility and obtain accurate horizontal and vertical information as well as thesize, type, material and condition of the utility. A semi-permanent marker will be placed anda depth measured for inclusion as part of the Topographic Survey. Up to four ( 4) soft digsare assumed for this scope of services.

    5. Estimate of Wastewater Flows: BFA will determine the existing and future wastewater flowsfor the project service area based on existing and future land use. Future design flows will bebased on ultimate development as known during project design, Osceola County zoning andmaximum density requirements, and current TWA standards for unit flow rates. BFA willperform an analysis of the applicable service area for each lift station in order to confirm

    estimated flow projections. The analysis will include a review of the service area tributary tothe lift stations and the existing flows, review of the land use within the service area and thepotential future development. TWA will provide sewer system and service area maps which

    illustrate the lift station service area boundary. TWA provided flow records, pump run timedata and system head curves will be used as a basis for defining the needed capacity at eachlift station. BFA' s scope of work does not include influent flow monitoring or influentgravity sewer inspections or evaluations.

    6. Preliminary Design Memorandum: Following completion of the above tasks, BFA willsummarize the findings in a Design Memorandum. At a minimum, the design memorandum

    will present illustrative sketches/ plans of the lift station site plan, permit requirements,

    alternative construction methods, lift station bypass plan, and any conclusions and

    recommendations concerning further execution of the project. BFA will also prepare a finaldesign, permitting, and construction project schedule for inclusion with the design

    memorandum.

    Deliverable: Preliminary Design Memorandum ( Draft and Final); Five ( 5) Copies and anelectronic pdf document.

  • PROPOSAL

    August 6, 2013

    Page 4

    TASK 2. 0 - GEOTECHNICAL COORDINATION

    Geotechnical investigation services will be provided by a TWA consultant under a separate workauthorization. BFA will coordinate with TWA' s geotechnical consultant to develop minimumrequirements and associated scope of work for the geotechnical investigation to facilitate design

    of the proposed lift station rehabilitation projects. Results of the geotechnical investigation shall

    include at a minimum the following:

    1. Soil boring logs and classifications.

    2. Existing groundwater levels and estimated seasonal high levels.

    3. Pipe trench preparation and backfill recommendations.

    4. Manhole and or potential lift station wetwell excavation, dewatering and backfillrecommendations.

    TASK 3. 0 - CONSTRUCTION DOCUMENTS

    The construction documents shall be complete and meet all requirements for construction

    contract competitive bid formulation and subsequent construction of the Project. All documents

    shall comply with the current requirements of TWA design standards. BFA will provide qualityassurance and " constructability" review prior to all submittals to TWA. Design services willinclude 60%, 90%, 100% and Final document submittals, survey, geotechnical coordination, andpermitting.

    The anticipated construction drawings index will include the following sheets:

    Drawing No. DescriptionG- 1 Cover Sheet

    G-2 Legend, Abbreviations, Location Map, and Drawing IndexG- 3 General Notes

    C- 1 Lift Station 2 Existing Survey and Demolition Plan. C- 2 Lift Station 2 Site Plan, Section and Notes

    C- 3 Lift Station 41P Existing Survey and Demolition PlanC- 4 Lift Station 41P Site Plan, Section and Notes

    D- 1 Lift Station Construction Details

    D- 2 Wastewater System Construction Details

    E- 1 Electrical Notes, Symbols and Abbreviations

    E- 2 Lift Station 2 Electrical Plan

    E- 3 Lift Station 41P Electrical Plan

    E-4 Lift Station Single Line Diagram

    E- 5 Electrical Details

    Subtask 3. 1— 60% Level of Completion

    60% Design Submittal shall be defined as a complete set ( all sheets that will be in the bid

    package) of drawings indicating all survey and topographic information, all existing utilitylocations, all main connections, all applicable construction details and a preliminary draft of allsections of the technical specifications, tabulation of quantities, measurement and payment

  • PROPOSAL

    August 6, 2013

    Page 5

    section, summary of work, bid form, and general requirements ( Divisions 0 and 1 to be providedby TWA).

    1. Submit three ( 3) printed sets to TWA and a digital copy as a single PDF file of constructiondrawings and project manual.

    2. Horizontal and vertical controls shall be shown on the design drawings sufficiently todetermine locations and elevations for the contractor to establish his work and shall be

    labeled as Horizontal or Vertical Control, state the name of the Surveyor that set the controls,

    state the date of survey, and identify the type of monument. The Drawings shall state whatdatums were used to set the controls shown on the Drawings.

    3. Prepare drawings to include all required plan and profile views and all necessary constructiondetails and notes. Prepare the technical specifications for the project manual.

    4. Coordination with KUA or Progress Energy for electrical power to the lift station sites andon-site meetings with a power company representative.

    5. Design drawings and specifications shall be in accordance with current TWA standards. Anymodifications to TWA' s Standard Drawings shall be noted.

    6. Meet with TWA to discuss the 60% submittal, prepare a written list of comments, submit to

    TWA for verification and subsequently revise the construction documents per TWA' scomments.

    Subtask 3. 2 - 90% Level of Completion

    90% Design Submittal shall be defined as a complete set of the construction drawings and

    project manual including final sections of the technical specifications, tabulation of quantities, measurement and payment section, summary of work, bid form, and general requirementsDivisions 0 and 1 to be provided by TWA) and all ofTWA' s 60% review comments addressed.

    1. Submit three ( 3) printed sets to TWA and a digital copy as a single PDF file of construction. drawings and project manual.

    2. BFA shall prepare and submit a QA/ QC engineering review checklist.

    Subtask 3. 3 - 100% Level of Completion

    100% Design Submittal shall be defined as a complete set of the construction drawings and

    project manual including final sections of the technical specifications, tabulation of quantities, measurement and payment section, summary of work, bid form, and general requirementsDivisions 0 and 1 to be provided by TWA) and all of TWA' s 90% review comments addressed.

    3. Submit three ( 3) printed sets to TWA and a digital copy as a single PDF file of constructiondrawings and project manual.

    4. BFA shall prepare and submit a QA/ QC engineering review checklist.

    Subtask 3. 4 — Final Design Documents

    Final Design Documents shall be defined as a complete set of construction drawings and project

    manual including final sections of the technical specifications, tabulation of quantities,

  • PROPOSAL

    August 6, 2013

    Page 6

    measurement and payment section, summary of work, bid form, and general requirementsDivisions 0 and 1 to be provided by TWA) and all of TWA' s 100% review comments

    addressed.

    1. Submit two ( 2) printed sets to TWA of Final Design construction drawings and project

    manual.

    2. Submit a copy of the drawings and specifications in electronic format as . pdf documents on aCD.

    3. Submit a copy of the drawings in electronic AutoCAD format (. dxf or . dwg) and a copy ofthe Project Manual in Microsoft Word format on a CD.

    4. Prepare and provide the Engineer' s Estimate of Probable Cost, signed and sealed by a Stateof Florida Registered Professional Engineer.

    TASK 4. 0 — PERMITTING

    Prepare and submit all required Project related permit applications and supporting documentationnecessary to obtain required permits for construction and operation of the Project from allapplicable agencies with jurisdiction over the Project. Respond to all requests for additional

    information from permitting agencies. All permit fees will be paid by TWA. Based on theproposed Scope of Work, the following permits are anticipated for this project:

    1. Up to two ( 2) FDEP General Wastewater System Construction Permits may be required forthe lift station improvements if the station size or capacity is increased. DEP Form 62- 604.300( 8)( a) Notification/ Application for Constructing a Domestic Wastewater

    Collection/ Transmission System will be utilized for each permit. Assumes up to one ( 1) RAIper permit application.

    2. Osceola County Public Works Department Utility/Right- of-Way Utilization Permit

    application for the entire project. Scope of work assumes up to two ( 2) RAI' s.

    3. Submittal to Osceola County Building Department for electrical review if necessary.

    TASK 5.0 - BIDDING ASSISTANCE

    1. Create construction drawings and project manual for bidding and distribution by BFA. Construction drawings and project manual shall be formatted as . pdf documents and

    furnished to TWA on CD.

    2. Consider written questions from bidders related to the Project and prepare all addenda as

    required to interpret, clarify or expand the Bidding Documents. Submit answers and addendato TWA and distribute to bidders in a timely manner that allows reception of addenda by allbidders no later than a minimum of three ( 3) days prior to bid opening date. This scope of

    work assumes the preparation of up to two ( 2) addenda.

    3. Prepare a tabulation of all bids received in spreadsheet format and provide a digital copy, review and evaluate the apparent three ( 3) lowest bidders unit prices, experience and

    references and make recommendations to TWA regarding the award of the constructioncontract.

  • PROPOSAL

    August 6, 2013

    Page 7

    TASK 6.0 - CONSTRUCTION ADMINISTRATION

    TWA will provide daily construction inspection of the project. All instructions to theContractor( s) shall be issued through TWA. BFA will provide the following constructionadministration services:

    1. Conformed Construction Documents

    A. Modify bidding documents, if required, and obtain all TWA required and Contractorexecuted documents. Construction drawings and bound Project Manuals ( collectivelyreferred to as the Conformed Contract Documents).

    B. Submit three ( 3) certified, full size, hard copy sets of Conformed Contract Documentssigned and sealed by the Engineer to TWA for use during the construction phase of theProject.

    C. Submit digital Conformed Drawings in AutoCAD (dxf or dwg) format.

    2. Preconstruction Conference

    A. Plan, organize and conduct a pre -construction conference; distribute Conformed Contract

    Documents, take meeting minutes and distribute written minutes to all attendees.

    B. Provide the Contractor with two ( 2) full size, hard copy sets of Conformed ContractDocuments for use during the construction phase of the Project.

    C. Provide a digital version of the conformed construction drawings in AutoCAD format

    dxf or .dwg) to the Contractor.

    3. Perform review and approval of shop drawings and product submittals, pay application andChange Order requests for conformance with the Contract Documents.

    4. Provide clarifications, interpretation of the specifications, sketches and drawings to resolve

    actual field conflicts encountered and provide consultation and advice during theconstruction process, as requested by TWA. Provide responses to Contractor' s request foradditional information.

    5. Visit the work site periodically ( approximately two ( 2) visits per month) to observe theconstruction activities for compliance with the contract documents, permit requirements, and

    Contractor' s latest schedule; and inform TWA of observed deficiencies.

    6. Attend monthly construction progress meetings, take meeting minutes and distribute minutesto all attendees. Concurrently on the day of the monthly construction progress meeting, observe the construction of the Project and discuss any concerns with TWA. Utilitycoordination meetings shall be managed by the Contractor and the Utilities Inspector and arenot included in the scope.

    7. Issuance of work directives to the Contractor as authorized by TWA, review of schedule ofvalues, and review of baseline and updated construction schedules.

    8. Conduct substantial and final completion inspections of Project and prepare appropriate

    punch lists".

    9. Prepare necessary documents and submit certification of completions to FDEP to obtain allapprovals for clearance of the lift stations for use.

  • PROPOSAL

    August 6, 2013

    Page 8

    10. Prepare necessary documents and submit certification of completion to Osceola CountyPublic Works to close out ROW Utilization permit.

    11. Attend lift station startup performed by the Contractor. Observe and provide technical

    guidance during the start-up operations and performance testing as required by the ContractDocuments. Provide start- up reports for the lift stations.

    12. Record Drawings

    A. Develop Record Drawings in accordance with Section 11. 6 of the Tohopekaliga WaterAuthority Standards, Specifications and Details 2009 Edition. Record Drawings will be

    developed from the As -built Drawings and asset tables of the construction supplied bythe construction contractor. The Engineer shall indicate substantial deviations from the

    original design documents and certify whether the deviations are such that the originalengineering design intent has or has not been " materially" accomplished by the finishedconstruction. The Engineer shall fully and completely delineate the scope of theEngineer' s work on all Record Documents and what services were performed by theEngineer upon which the certification is based. The accuracy of the location informationis to be based upon the Contractors surveyor' s as -built data.

    B. The Engineer shall submit one ( 1) certified, full- size, hard copy set of Record Drawings, signed and sealed by the Engineer of Record and containing appropriate notes ordisclosures accompanying the certification that state the Engineer' s determination thatsuch modifications do or do not " materially" affect the permitted design.

    C. The Engineer shall submit a digital version of the certified, hard copy Record Drawingsin ACAD (dwg) and Adobe Acrobat protected document file (pdf) format.

    SCHEDULE

    BFA proposes to complete the Tasks 1 through 6 within 23 weeks from the notice to proceed in

    accordance with the schedule provided as Attachment A. Task 7 — Construction Administration

    services is estimated at 5 months for construction.

    19IM0111X 13Mof

    BFA' s total proposed fee estimate is $ 66,929. 79 which includes a lump sum amount forengineering services and a hourly not to exceed amount for construction administration services. The proposed firm fixed fee estimate ( lump sum) to provide engineering services for Tasks Ithrough 6: preliminary engineering, survey, construction documents, permitting, and biddingassistance tasks as described above is $ 48, 787. 09. Proposed fees for Task 7 — Construction

    Administration services are estimated at an hourly not to exceed fee of $18,142. 70. A completedescription of the proposed fee providing man- hour and fee information per task is provided inAttachment B.

    We appreciate the opportunity to be of service to TWA and look forward to working with you onthis project. If you have any questions or require further information, please do not hesitate tocontact me.

  • ATTACHMENT A

    Lift Station Rehabilitation ( I -S- 2 and LS -41P) Project

    TOHO Water AuthorityBFA Project Schedule

    August 6, 2013

    TASK TIME TO COMPLETE DATE OF COMPLETION

    Consultant Notice to Proceed August 19, 2013

    1. 0 Preliminary Engineering 4 Weeks September 16, 2013

    2. 0 Site Survey 2 Weeks September 2, 2013

    3. 0 Geotechnical Coordination 2 Weeks October 14, 2013

    4. 0 Construction Documents 8 Weeks October 28, 2013

    5. 0 Permitting 3 Weeks November 18, 2013

    6. 0 Bidding Assistance 4 Weeks November 25, 2013

    7. 0 Construction Administration 5 Months April 24, 2014

    Notes: Tasks 1 and 2 can be completed concurrently.

    Tasks 3 and 4 can be completed concurrently.

    Tasks 5 and 6 can be completed concurrently.

    F:\ CIVIL\ PROJECTS\ 2012\ 2012- 34 Tol- lo Cont Wtr WW Reuse\ 2012- 34. 02 LS Rehab LS -2 & 41P\ 1. 0 Contract\ 1. 2 Scope & FeeTee Analysis and Schedule. xlsx

  • ATTACHMENT B

    Lift Station Rehabilitation ( LS -2 and LS -41P) Project

    TORO Water Authority

    BFA Cost SummaryAuaust 6. 2013

    TASK

    BFA Labor

    Totals

    BFA

    Direct

    Costs

    Subconsultant

    Costs

    Project

    Total

    CostsHours Costs

    1. 0 Preliminary Engineering 82 8, 912.44 22. 80 939. 00 9,874. 24

    2. 0 Site Survey 78 7, 981. 27 7, 981. 27

    3. 0 Geotechnical Coordination 4 510. 21 510. 21

    4. 0 Construction Documents 232 21, 895. 23 149. 70 4, 982. 00 27, 026. 93

    5. 0 Permitting 12 1, 062. 29 17. 04 250. 00 1, 329. 33

    6. 0 Bidding Assistance 18 1, 526. 22 14. 90 524. 00 2, 065. 12

    7. 0 Construction Administration 147 14, 771. 50 24. 20 3, 347. 00 18, 142. 70

    Project Totals 573 56, 659. 15 228. 64 10, 042. 00 66, 929. 79

  • ATTACHMENT B

    Lift Station Rehabilitation ( LS -2 and LS -41P) Project

    TOHO Water Authority

    BFA Labor Costs

    Auaust 0. 2013

    TASK

    Principal Engineer

    Daniel Allen

    Hourly Rate $ 65. 63

    Billing Rate $ 196. 23

    Hours Costs

    Project Manager/ Sr. Engineer

    Willie Thomas

    Hourly Rate $ 42. 66

    Billing Rate $ 127. 55

    Hours Costs

    Engineer I

    Paul Nielsen

    Hourly Rate $ 23. 08

    Billing Rate $ 69. 01

    Hours Costs

    Sr. Surveyor and Mapper

    Bill Miller

    Hourly Rate $ 40. 00

    Billing Rate $ 119. 60

    Hours Costs

    2 Person Survey/ SUE Crew

    Shawn Maturo/ Thomas Camden

    Hourly Rate $ 42. 00

    Billing Rate $ 125. 58

    Hours Costs

    Utility Coordinator

    Shawn Maturo

    Hourly Rate $ 21. 00

    Billing Rate $ 62. 79

    Hours Costs

    Survey Technician

    Thomas Camden

    Hourly Rate $ 21. 00

    Billing Rate $ 62. 79

    Hours Costs

    CAD III

    Jerry Bishop

    Hourly Rate $ 28. 00

    Billing Rate $ 83. 72

    Hours Costs

    Admin. Support

    Jennifer Humphries

    Hourly Rate $ 15. 00

    Billing Rate $ 44. 85

    Hours Costs Hours

    BFA Labor

    Totals

    Costs

    1. 0 Preliminary Engineering

    1. 1 Kickoff Meeting 3. 0 588. 70 3. 0 382. 66 6 971. 36

    1. 2 Data Collection and Review 2. 0 255. 11 4.0 276. 04 6 531. 14

    1. 3 Site Visits and Condition Assessments 2. 0 392. 47 6. 0 765. 32 2. 0 89.70 10 1, 247. 49

    1. 4 Estimate of Wastewater Flows 4. 0 510. 21 4 510. 21

    1. 5 Preliminary Design Memorandum 2. 0 392. 47 24. 0 3, 061. 28 16. 0 1, 104. 15 12. 0 1, 004. 64 2. 0 89.70 56 5, 652. 24

    Subtatet 7.0$ 1373. tr4 39.0 4+#3? 4.5 20.{ 1 1. 38{ 1. 18 12.0 1,00 , 64 1. 0 179.40 82. 4 A4

    2. 0 Site Survey

    2. 1 Boundary and Topographic Survey 1. 0 127. 55 10. 0 1, 196. 00 30. 0 3, 767. 40 6. 0 376. 74 21. 0 1, 318. 59 68 6, 786. 28

    2. 2 Subsurface Utility Engineering 1. 0 127. 55 8. 0 1, 004. 64 1. 0 62. 79 10 1, 194. 98

    3. 0 Geotechnical Coordination

    Subtotal 2.0 255.11 10.0 1,196.00 3810 4,772. 04, 6.t? 376.74 22:4 1, 381. 38 0 7,1181. 27

    3. 1 Coordination and Review 4.0 510. 21 4 510. 21

    Subtotal 4.0 510.21 4,0 510.21

    4. 0 Construction Documents

    4. 160% Design Submittal 2. 0 392. 47 35. 0 4, 464. 37 23. 0 1, 587. 21 63. 0 5, 274. 36 2. 0 89.70 125 11, 808. 11

    4. 2 90% Design Submittal 1. 0 196. 23 20. 0 2, 551. 07 14. 0 966. 13 31. 0 2, 595. 32 2. 0 89. 70 68 6, 398. 45

    4. 3100% Design Submittal 1. 0 196. 23 7. 0 892. 87 5. 0 345. 05 5. 0 418. 60 2. 0 89.70 20 1, 942. 45

    4. 4 Final Design Submittal 7. 0 892. 87 5. 0 345. 05 5. 0 418. 60 2. 0 89.70 19 1, 746. 22

    5. 0 Permitting

    ubtotaf 4,0 784.53. 69, 0 8,801, 18 47.0 3243.43 104. 4 8,706,88 SQ 358,80,. 2324 21, 895.23

    5. 1 FDEP Permit Preparation and Submittal 4. 0 510, 21 8. 0 552. 07 12 1, 062. 29

    6. 0 Bidding Assistance

    Subtotal 4.0 1141. 21 8.0 552,07 12. 0 1. 062.29

    6. 1 Bid Documents Distribution 2. 0 255. 11 4. 0 179. 40 6 434. 51

    6. 2 RAI Responses/ Issue Addenda 2. 0 255. 11 2. 0 167. 44 4 422. 55

    6. 3 Bid Evaluation/ Recommendation 2. 0 255. 11 6. 0 414. 06 8 669. 16

    Subtotal CO 765.32; 8U 414.06 24, 167.44 4.0, 179. 44 .' 180, 1,626.22

    7. 0 Construction Administration

    7. 1 Conformed Construction Documents 2. 0 255. 11 4. 0 276. 04 2. 0 167. 44 1. 0 44. 85 9 743. 43

    7. 2 Pre -Construction Conference 4.0 510. 21 4.0 276. 04 1. 0 44. 85 9 831. 10

    7. 3 Progress Meetings 15. 0 1, 913. 30 2. 0 89. 70 17 2, 003. 00

    7. 4 Contractor RFIs/ Coordination/ Clarifications 24. 0 3, 061. 28 24 3, 061. 28

    7. 5 Submittal Reviews 8. 0 1, 020. 43 16. 0 1, 104. 15 2. 0 89,70 26 2, 214. 27

    7. 6 Periodic Site Visits 10. 0 1, 275. 53 10. 0 690. 09 20 1, 965. 63

    7. 7 Work Directives and Schedule Reviews 4.0 510. 21 2. 0 138. 02 6 648.23

    7. 8 Substantial and Final Completion Inspections 8. 0 1, 020. 43 4. 0 276. 04 12 1, 296. 46

    7. 9 Record Drawings 2. 0 255. 11 8. 0 552. 07 8. 0 669.76 18 1, 476. 94

    7. 10 Certification of Completion 2. 0 255. 11 4.0 276. 04 6 531. 14

    Total

    Subte? at

    11. 0 2, 158. 57

    74.0

    203. 0

    10,076,72

    25, 893. 34

    53.0

    133. 0

    3,588. 48

    9, 178. 22 10. 0 1, 196. 00 38. 0 4, 772. 04

    t

    6. 0 376. 74 22. 0 1, 381. 38

    10.0

    128. 0

    837,20,

    10, 716. 16

    BU

    22. 0

    269.10

    986. 70

    147}

    573. 0

    14,771.54

    56, 659. 15

    Fe Analy. m and ScnedW. e . x8/ 8/ 2013

  • ATTACHMENT B

    Lift Station Rehabilitation ( LS -2 and LS -41P) Project

    TOHO Water Authority

    BFA Direct Costs

    Auoust 6. 2013

    TASK

    Color Copies

    11 x 17)

    B/W Copies ( 8-

    1/ 2 x 11) B/ W Copies ( 11x17)

    Bond Plots

    24x36) Courier Delivery Direct Costs Total

    Rate

    Units $ 0.80 Units

    Rate

    0.05 Units

    Rate

    0. 09 Units

    Rate

    0.45 Units

    Rate

    15. 00

    BFA Direct

    Costs

    Subconsultant

    Costs

    Direct

    Costs

    1. 0 Preliminary Engineering 20 $ 16. 00 100 5. 00 20 1. 80 0. 00 0. 00 22. 80

    EMI Electrical Engineering 939. 00

    961. 80

    2. 0 Site Survey 0. 00 0. 00 0. 00 0. 00 0. 00 0. 00

    0. 00

    3. 0 Geotechnical Coordination 0. 00 0. 00 0. 00 0. 00 0. 00 0. 00

    0. 00

    4. 0 Construction Documents 0. 00 1, 500 75. 00 0. 00 66 29. 70 3 45. 00 149. 70

    EMI Electrical Engineering 4, 982. 00

    5, 131. 70

    5. 0 Permitting 0. 00 30 1. 50 6 0. 54 0. 00 1 15. 00 17. 04

    EMI Electrical Engineering 250. 00

    267. 04

    6. 0 Bidding Assistance 0. 00 100 5. 00 0. 00 22 9. 90 0. 00 14. 90

    EMI Electrical Engineering 524. 00

    538. 90

    7. 0 Construction Administration 0. 00 250 12. 50 20 1. 80 22 9. 90 0. 00 24. 20

    EMI Electrical Engineering 3, 347. 00

    3, 371. 20

    Total 20 $ 16. 00 1, 980 99.00 46 4. 14 1 110 49. 50 4 60. 00 228.64 10, 042. 00 10, 270. 64

  • EMI Consulting Specialties, Inc. 5742 River Bed Rd

    Groveland, Fl 34736

    352) 460- 4034

    352) 460-4036 ( Fax)

    CLIENTS NAME / ADDRESS

    BFA Environmental Consultants

    1230 Hillcrest Street

    Orlando, F132803

    Fee Estimate

    DATE ESTIMATE NO.

    7/ 29/ 2013 1509

    PROJECT PROJECT

    Toho LS Rehab ( LS -2 and LS -4...

    CATEGORY DESCRIPTION HRS COST TOTAL

    Task I (Evaluation)

    Clerical General clerical, filing, invoicing, correspondence, etc. 2 32. 00 64. 00Site Visit Data gathering, site investigation, photos, field notes etc. 3 125. 00 375. 00

    Engineering Provide technical memorandum with recommendations 4 125. 00 500. 00SUBTOTAL 939.00

    Task II (Design)

    Clerical General clerical, filing, invoicing, correspondence, etc. 6 32. 00 192. 00

    Engineering Coordinated with local power company, write letter, 6 125. 00 750.00

    meeting with power company on- site

    Engineering Power systems with instrumentation and control system 12 125. 00 1, 500. 00

    design including interfacing with the existing SCADAsystem and field instrumentation for two ( 2) pump stationwith no generators.

    Design ( CARD) Design, drafting ( CADD), & in -office plotting for EMI 20 70. 00 1, 400. 00review and coordination for 90% and 100% submittals.

    Drawing List:

    E- 1 SITE PLANS

    E- 2 POWER RISERS

    E- 3 DETAILS

    E-4 DETAILS

    TOTAL

  • EMI Consulting Specialties, Inc. 5742 River Bed Rd

    Groveland, Fl 34736

    352) 460- 4034

    352) 460-4036 ( Fax)

    CLIENTS NAME / ADDRESS

    BFA Environmental Consultants

    1230 Hillcrest Street

    Orlando, F132803

    Fee Estimate

    DATE ESTIMATE NO.

    7/ 29/ 2013 1509

    PROJECT

    Page 2

    PROJECT

    Toho LS Rehab ( LS -2 and LS -4...

    CATEGORY DESCRIPTION HRS COST TOTAL

    Specification Create or edit and compile design specifications. 8 125. 00 1, 000. 00

    1. 6050 Electrical - Small Projects

    Assist with control panel specification

    13600 RTU

    Cost Estimate Prepare opinion of cost for EMI design. 2 70.00 140.00

    Permitting Sign and seal for DEP 2 125. 00 250. 00

    SUBTOTAL 5, 232. 00

    Task III (Bidding)

    Clerical General clerical, filing, invoicing, correspondence, etc. 2 32. 00 64. 00Addendum Create bidding addendum related to EMIs design. 2 125. 00 250. 00

    Design ( CARD) Design, drafting ( CADD), & in -office plotting for EMI 3 70. 00 210. 00review and coordination.

    SUBTOTAL 524.00

    Task IV (Construction)

    Clerical General clerical, filing, invoicing, correspondence, etc. 6 32. 00 192. 00

    Shop Drawing Review and process shop drawings. 8 125. 00 1, 000.00

    Permitting Sign and seal for Building Dept. Responding to review 3 125. 00 375. 00comments

    Punch List Site visit to compile final punch list. 6 125. 00 750. 00

    Site Visit Substantial completion visit 6 125. 00 750. 00

    Record Dwgs Revise bid documents to reflect as -builds. 4 70. 00 280. 00

    SUBTOTAL 3, 347. 00

    Deliverables:

    TOTAL

    Page 2

  • EMI Consulting Specialties, Inc. 5742 River Bed Rd

    Groveland, Fl 34736

    352) 460- 4034

    352) 460-4036 ( Fax)

    CLIENTS NAME / ADDRESS

    BFA Environmental Consultants

    1230 Hillcrest Street

    Orlando, F132803

    Fee Estimate

    DATE ESTIMATE NO.

    7/ 29/ 2013 1509

    PROJECT

    Page 3

    PROJECT

    Toho LS Rehab ( LS -2 and LS -4...

    CATEGORY DESCRIPTION HRS COST TOTAL

    Digital copies of drawings each submittal per EMI format

    Digital specifications per EMI format

    Punchlist per EMI format

    Exclusions:

    Security Systems

    Radio SurveyTelephone Systems

    Video Systems

    Fire protection

    PlumbingHVAC

    Production Plotting

    Radio SurveyIntercom Systems

    Re -design after 90%

    Alternative Analysis

    Generators

    Production PrintingDistribution of shop drawingsPermit sets

    Assumptions:

    One person from BFA will be assigned to direct EMI' s

    work.

    Bidding and permitting documents of drawings will beprovided to EMI at no cost.

    Existing SCADA system and base data collection systemhardware and software will not require upgrading

    TOTAL

    Page 3

  • EMI Consulting Specialties, Inc. 5742 River Bed Rd

    Groveland, Fl 34736

    352) 460- 4034

    352) 460-4036 ( Fax)

    CLIENTS NAME / ADDRESS

    BFA Environmental Consultants

    1230 Hillcrest Street

    Orlando, F132803

    Fee Estimate

    DATE ESTIMATE NO.

    7/ 29/ 2013 1509

    Page 4

    PROJECT

    Toho LS Rehab ( LS -2 and LS -4...

    CATEGORY DESCRIPTION HRS COST TOTAL

    TOTAL $ 10, 042. 00

    Page 4

  • TOHOPEKALIGA WATER AUTHORITY

    CONTRACT ADDENDUM ADDENDUM #: 1

    DATE: $/ 7/ 13

    Per the terms, conditions, and specifications of the Tohopekaliga Water Authority ( TWA) with

    Barnes, Ferland and Associates, Inc. ( BFA)

    Engineer)

    for

    LS -2 & LS - 41 P Rehabilitation

    Project)

    the following described changes are agreed to and are hereby accepted and incorporated:

    DESCRIPTION OF ASSIGNMENT:

    Provide engineering including preliminary and final design, permitting, bidding assistance and general constructionsupport services for the Lift Station Rehabilitation ( LS -2 and LS -41 P) project.

    FORM OF COMPLETED DELIVERABLES:

    BFA will prepare preliminary design, 60%, 90%, 100% and Final Design documents for permitting, bidding andconstruction.

    BASIS OF PAYMENT: Services shall be made on the basis of Overhead Costs and Labor Multipliermethod of compensation)

    method in accordance with the Agreement, the total not to exceed $ 66, 929. 79 without further

    authorization from the Board of Supervisors.

    ESTIMATED DATE OF COMPLETION: This assignment shall be completed within 311 calendar days from the

    receipt of this fully executed Addendum or 311 calendar days from receipt of TWA providedinformation which will enable the Engineer to proceed with this work assignment.

    Previous Contract Total Dollars: 0. 00

    NET Dollars for this Change ( Addition/ Subtraction): 66, 929. 79

    NET CONTRACT TOTAL DOLLARS: 66, 929. 79

    Accepted By: signature)

    Title/ Position: Willie E. Thomas, P. E. / Vice President

    Company Name: Barnes, Ferland and Associates, Inc.

    T/ contracts/ Standard Contracts/ Addendum- TWA

    Requested By:

    Approved By:

    Board of Supervisors Approval Date:

    TOHO_MAIN_HQ\THUNTERBrian L. Wheeler, Executive Director

    TOHO_MAIN_HQ\THUNTERBruce Van Meter, Board Chairman

    TOHO_MAIN_HQ\THUNTER8/14/13

  • CATEGORY: Unfinished Business

    Attachment: Purchase Agreement; Settlement Justification

    11= 11 W INWON Ali is NUNN U-09 Iwo W991110 I R; Rel a q :4 ramel I qF111 i G : 11 RI I11 U01110 I 5111A Ina :0

    Explanation: On June 26, 2013 the Board of Supervisors approved three resolutions to

    acquire three properties contiguous to the south end of the Judge Farms property tofacilitate the development of a water impoundment reservoir. An Interlocal Agreement

    with Osceola County was approved by the Board on May 8, 2013 for the collaborativewater impoundment project which will capture stormwater and surface water from the

    East City Ditch, Mill Slough, and other various sources for reuse as supplementalirrigation and as an added benefit will provide pollution reduction and nutrient removal

    prior to the water entering Lake Tohopekaliga.

    To utilize the natural topography of the area around the Judge Property, and to

    maximize the potential storage capacity of the impoundment, acquisition of the threeadditional parcels is required. The Interlocal Agreement with the County obligates theAuthority to acquire these parcels with the assistance of the County' s Eminent DomainAttorney and with the County reimbursing the Authority all costs. The Authority iscurrently attempting to acquire the parcels and has been negotiating with the threeproperty owners. One purchase has been negotiated with the property owners JerryDean and Betty Jean Freeman. With Board approval of the attached PurchaseAgreement, staff will continue with the process to finalize the acquisition. This will

    include preparation of a closing statement and scheduling a closing to transferownership. The two remaining property owners, Morton and Pratt, have met with staffand have indicated they will submit counterproposals within the next few weeks. If

    negotiations with Morton and Pratt are unsuccessful the Authority will proceed withacquisition through eminent domain. The County will reimburse the Authority for thecosts of the eminent domain action if the action becomes necessary.

    The 3. 35 acre Freeman property was appraised by Carpenter and Pinel at a valuation of102, 900. The Freemans submitted a counteroffer to staff of $ 150, 000. Negotiations

    between the Freemans, TWA staff and Eminent Domain Counsel concluded with a price

    of $ 135, 000. Staff and Eminent Domain Counsel recommend the negotiated price of

    135, 000 be approved by the Board as Counsel believes the cost of Eminent Domainlitigation and the possibility of a higher jury award if this parcel went to trial will exceedthe cost differential of $ 32, 100 of the appraised value and the negotiated price.

    Counsel' s settlement justification is attached.

  • Recommendations: Staff recommends approval of the negotiated settlement in the

    amount of $ 135, 000 for the purchase of the Jerry Dean and Betty Dean Freeman parcel1001).

    Purchase Agreement for Parcel 1001 for the Judge Farms Impoundment Project-

    08. 14. 13. db

  • PROJECT: JudgeroProject

    PARCEL: ( 0

    THIS AGREEMENT made by and between JERRY DEAN & BETTY JEANaddress is 2 10 Idora Blvd., Kissimmee, Florida 34744, hereinafter

    referr- to •;' AUTHORITY, 951 Martin LutherBlvd., Kissimmee, FL 34741, hereinafter- r to

    WITNESSETH:

    For • • • of • and conditions herein contained and

    under threat of condemnation, SELLER hereby agrees to sell and TWA hereby agrees topurchase a fee simple• • described property, r• • r andconditions:

    1. DESCRIPTION.

    The legal description of Parcel 1001 is attached hereto as Exhibit " A", and made a

    binding part hereof, hereinafter referred to as the " Property".

    PRICE.Ii. PURCHASE

    closingAtamount of ONE HUNDREDTHIRTY- FIVE

    THOUSAND AND 00/ 100 DOLLARS ($ 135, 000. 00) . r- payable to JERRY

    FREEMANBETTYJEAN • purchase of above r x parcel.

    SELLER,aforementioned amount includes all compensation due to their attorneyr •

    experts,their if any, forthe saleof I1 for Judge Farm Water ImpoundmentProject.

    CONDITIONSD LIMITATIONS.

    a) SELLER warrants they have no knowledge and that there are no facts known toSELLER materially affecting the value of the Property which are not readilyobservable by or • been disclosed •

    encumbrances(

    b) SELLER is responsible for delivering clear, unencumbered and marketable titleby Warranty Deed to the TWA at closing, subject to easements, restrictions and

    of • • acceptable to TWA and taxes for 2013, be

    prorated of date of closing. Any sum, other than traditional• • costs

    which are the responsibility of be •; •-• to clear

    encumbrances, be deducted • from purchase price.

    shall be r•; r for • • the d- • and any and all closingcosts.

    Director(

    d) It is understood and agreed by the parties that TWA specifically appoints theExecutive • r Tohopekaliga Water Authorityto execute, on behalf,• •

    complete this transaction.

    Page I of

  • e) To the best of SELLER' S knowledge there are no hazardous wastes or other

    contamination located in, on, • r• the property beingacquired by TWA. SELLER agrees • • any and all future closing i• necessary to fully

    this matter.

    g) TWA assures that positive drainage of stormwater from the remainder of the

    SELLERS' property will not be impacted by any of the work TWA performs onthe property it is acquiring; this provision shall survive the closing of thisproperty.

    h) TWA also assures that the property being acquired closest to the SELLERS' driveway shall be compacted and sodded.

    i) It is mutually understood that this purchase agreement is subject to final TWAacceptance. Final TWA acceptance shall be evidenced by the signature • theChairman/ Vice- Chairman the Board • Supervisors for the To, opekaligaWater The date • final TWA acceptance shall hereafter be referred to

    as the " Effective Date."

    The SELLER hereby releases TWA from any and all claims which the SELLERmay have, or may claim to have, under Florida Eminent Domain Law, includingFlorida Statutes, chapters 73 and 74 and Article X, Section VI • the Florida

    Constitution, arising from the Judge Farm Water Impoundment project. SELLERshall be fully responsible for allocating any funds to any parties who may claim tohave an interest in the • paid in accordance herewith. This provision shall

    survive the closing • this transaction and the Deed executed pursuant to this

    Agreement.

    k) SELLER agrees that the amount of the purchase price includes all relocation and

    cost entitlements provided under federal and state law and that the

    property shall be delivered free of any tenants.

    IV. TYPEWRITTEN OR HANDWRITTEN PROVISIONS.

    Typewritten or handwritten provisions inserted h