Loading...
HomeMy WebLinkAbout2004-239 09 / 24 / 04 FRI 10 : 43 FAX 15618417819 KHA FIRMWIDE 10005 r � ✓ 1 WORK ORDER NUMBER 2 oU This Work Order Number 2 is entered into as of this 12th day of October , 2004 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6 , 2004 ("Agreement") , by and between Indian River County , a political subdivision of the State of Florida ("COUNTY" ) and Kimley-Horn and Associates Inc. ("CONSULTANT') . The COUNTY has selected the Consultant to perform the professional services set forth on Attachment 1 , attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Attachment 1 , attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Attachment 1 , attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1 .4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein . IN WITNESS WHEREOF , the parties hereto have executed this Work Order as of the date first written above. CONSULTANT BOARD OF COUNTY COMMISSIONERS Kimley-Horn and Associates Inc. OF INDIAN RIVER COUNTY By By _ ' � ✓ � r_ J Carollm D . 61hn;Chat' n Title: / 1Kc% l - WC PtlApprQv°eq ctober 12 = 2p04( Date ) Attest: J . K. itdia ,YClerkpfqburt i ' By Deputy Clerk Approved : gLs d , County Admin trator form ar d�lega sufficiency: s st Attorney 09 / 24 / 04 FRI 10 : 41 FAX 15818417819 KHA FIRKWIDE 14002 k Attachment 1. Pniect Description and Understtuadint Construction of a new master pump station is slated under Indian River County Utilities (IRCU) CIP project it WW012 which will act as a repump station directing wastewater flow to the North Regional WWTP. This pump station would allow redirection of current flows from the Chesser Gap pump station east along CR510 to the NR WWTP. Additionally, in anticipation of future flows from Fellsmere, this pump station should be sized accordingly 1.0 accept City of Fellsmere flows and future development estimated to be approximately 6800 ERU' :; The project will include cutting into the existing forcemain along CR 510 and direoting flows to the new pump station to be located at the and of 64 " Avenue on the Douglas school property. The pump station discharge would be redirected to the CR 510 forcemain allowing pumping to the NR WWTP. The school is offering the site up for use in anticipation of abandoning their drainfield and extending gravity sewer to the pump station. The design of the pump station should consider this tie-in. Normal anticipated flows for the pump station are expected to range from 1000 span to 2000 gpm with initial flows being much less. The design of the station should consider either the use of VFD' s to account for the wide range of flows or an allowance for a triplex (three pumps) station with initial construction to only include a duplex (two pumps) station. Modeling scenarios, using IRCU 's existing sewer systema hydraulic model will be evaluated to identify the ideal recommended option . The station should also include odor control facilities similar to the systerns 1RCU currently operates. A Biocube type system should be designed to handle odors from the pump station. The station should also include backup auxiliary power using dim: l driven generator with an automatic transfer switch. Radio telemetry will be included for remote monitoring and control and match IRCU's standard. It is assumed that Data Flow system will be specified . SCOPE OF SERVICES Consultant will provide survey of the site and 64's Avenue for the construction ofnew forcetnain and pump station. Consultant will prepare project drawings and specifications for the project which can be advertised for bidding by general contractus. Consultant will prepare and submit the appropriate permits listed herein for the construction of the project. Consultant will provide construction phase services during construction, witnessing startup and operational testing, and provide final certification of the facility. The scope includes the following: Task .1 — Survey KHA will provide survey of the site and 64'b Avenue where the master pump station will be located and for the influent and effluent piping located along 60 Avenue up to CR 510. The site survey will include a boundary survey for easement transfer with the adjacent school (Douglas Magnet County school ) which will also include at least a 100 'x 1. 00' area., topo, and other above ground information. Itis anticipated that the site granted to Utilities will be approximately 50 ' x50 ' . For the forcemain piping along 640' Avenue, approximately 600 ' of survey incl uding centerline baseline with 50 ' offsets, 50 ' topo with 100 ' stationing, edge of pavement, existing utilities, and benchmarks (2) will be included. Right of way information will be included in the survey . It is assumed that Utilities will provide locates of their existing lines at the intersection and along (4s Avenue. Task 2 ,, Design The design will include hydraulic evaluation , pump station design, pipe sizing, preparation of drawings 09 / 24 / 04 FRI 10 : 42 FAX 15618417819 KHA FIRMWIDE 003 and specifications for a master pump station, plan and profile of influent and effluent pipes to the pump station, and electrical and controls design. Consultant will utilize the existing sewer system master plan hydraulic model prepared by PBSJ to establish future flows and hydraulics of the sewer system and determine present and future configuration and operation of the pump station for pump sept size selection. An evaluation including the use of variable frequency drives (VFD) will be performed since present and future conditions of pump station operation may be significantly different An alternate design of using a triplex station with three pumps at buildout conditions will be evaluated in eoirjunction with the VFD design. The design will include odor control similar to the other lift stations in Indian River County. It is assumed that Bioeube or equal will be specified for this station. Construction drawings will be prepared which will include site plan, plan/profile of the foreemains along 64'b Avenue, details, and electrical for the pump station. It is assumed that approximately 14 drawings will be prepared. Consultant will provide copies of technical specifications, frill size (2406) and half size ( l 1x17) drawings for the Owner' s for bidding and construction. All plans and technical specifications will be provided to the Owner in electronic format (AutoCAD 2000 / MS Word, respectively) at the end of the project. The technical specifications and standard details will be based on the Owners current Utility Standards. We will coordinate with FPL regarding power requirements and improvements necessary for electrical service to the new station. h is assumed that 3 phase 480 volt power will be necessary. Electrical design will include itaain electrical service and coordination with FPL, pump starter and control panel, telemetry, lighting, evaluation of VFD design, and preparation of drawings and specifications for bidding. Task 3 — Permitting Consultant will prepare and submit a FDEP permit application 62-604.3000(8)(a) for the collection system modifications. The permit application fee of $500 will be included under this scope and paid by Consultant. Consultant will submit the pertnit application when the drawings and specifications are complete. Consultant will respond to one request for additional information (RFI's) from FDEP. Due to work which will be performed within CR 510 right of way, we will prepare and coordinate IRC R/W review permit and respond to questions regarding same, It is assumed that any fees associated with this permit will be waived and/or handled through interoffice coordination. Task 4 —Construction Phase Services Consultant will provide construction phase services for this project, including bidding and contract administration, shop drawing review, coordination and meeting attendance, constriction observation, start-up services, preparation of record drawings, including electronic format in AutoCadd R14 version in real world coordinates on CD, mylars, and final certification of completion of the project. It is anticipated that the duration of construction phase (notice to proceed to final completion) will be four (4) months and that on-site construction observations will he as appropriate with the level of constriction activity. Consultant will answer contractor questions; and prepare addendums, as needed which will be distributed to all the contract docuntemt holders. Consultant will attend a pre-bid meeting at the project site or main office. Consultant will sell project manuals from our office, including drawings, specifications, and generation of all addendums. 09 / 24 / 04 FRI 10 : 42 FAX 15618417819 KIM FIRMWIDE 2004 Shop drawing submittals will be reviewed for conformance with the contract documents. Shop drawings will be submitted directly to Engineer. Consultant will review the submittals and return copies to the contractor and Indian River County Utilities. Consultant will provide coordination of project status meetings and observation of construction for the duration of the project. Consultant will also review pay requests and provide recommendations for payment to Indian River County Utilities for the progress of the work. Construction observation will be provided by a field inspector. Total observation time will be approximately 80 hours. The field inspector will observe construction in order to determine if the project is being constructed in accordance with the contract documents. This will include witnessing installation of piping, pressure testing of new piping, installation of station wetwell, mechanical equipment, etc . Work that Consultant believes does not comply with the contact documents will be brought to the attention of Indian River County Utilities and the contractor. Start-up of the new pumps will be facilitated by the pump manufacture 's representative and by the Contractor. Consultant will observe start-up of the new pumps once the installation is completed . Consultant will prepare record drawings of the foreemein using information provided by the contractor. These record drawings will be used for final clearance of the facility, and incorporation into the Owner 's GIS . A complete set of Mylar reproducible drawings, an electronic copy in AutoCAD format on a CD- ROM, and two sets of prints Will be delivered to Indian River County Utilities upon completion of this project. A request for final release of the modifications will be submitted to FDEP, including certification application, record drawings, etc. A punch-list will be prepared for the items Ghat need to be completed for final closeout of the project. Consultant will provide two site visits with the contractor to review the status of the completion of these punch-list items. SCCEQI,LE: Tasks 1 and 2 are anticipated to be completed within 8 - 10 weeks from notice to proceed. Construction phase services is anticipated to take approximately four (4) to six (6) months after the design and permitting is complete, depending on duration of bidding, permitting, and actual construction. INFORMATION PROVIDED BY OWNER: The Owner shall provide the record drawings of water and sewer utilities along 64th Avenue and CR 510 and historical data and projections of the system. EEES; Consultant will provide these Services as described herein on a lump sure basis for the following fees: with P .CR1 1 . Survey $ 5 , 100 2 . Design $ 28,200 3 . Permitting $ 3800 4, Construction Phase Seryces $ 20 .7007 Total $ 57, 800