Loading...
HomeMy WebLinkAbout2005-173 -� . . U �� WORK ORDER NUMBER 7 �)5 - 1 -J 'J This Work Order Number 7 is entered into as of this 17th day of May , 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 CCOL NTY" ) 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 ar d 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 fo h 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 Thomas S . Lowther, Chairmcan Title : k Attest : J . K . Barton , Clerk of , 0 urt B Z y , . Deputy ClerKs�," �. X° Approved : Ck J eph A laird , County Administrator A pr as to form a gal suffi i ncy : rian Fell , Assis ant Coun'i Attorney HAGeneral\Miller\Indian River County\WORK ORDER NO Tdoc ATTACHMENT 1 Task B 8th Street and King ' s Highway (58th Avenue) In- Line Wastewater Master Pump Station Proiect Description and Understanding Construction of a new in-line master wastewater pump station at the intersection of 8 "' Str et and 58th Avenue is necessary to direct wastewater flow to the West Regional WWTP. This pump kation will relieve some capacity from the South Regional WWTP and redirect flows from the South Regional WWTP to the West Regional WWTP which will undergo future expansion . The project will include construction of a new facility similar to the 64`h Avenue and CR 5 10 pump station currently under design . The facility will include a building constructed of concrete (CBS ) which will house the pumps , electrical and instrumentation gear, and generator. It is anticipated hat the station will be located on the Northwest corner of 8 `hStreet and 58th Avenue . Normal anticipated flows for the pump station are expected to range from 500 gpm to 320 gpm, which represent diversion of flows from the South Regional WWTP and buildout conditions per he 2004 Master Plan prepared by PBSJ . The design of the station will consider the use of VFD ' s t account for the wide range of flows and/or an allowance for a multiple pumps . Modeling scenarios , u ing IRCU' s existing sewer system hydraulic model will be evaluated to identify the ideal recommended option . The station should also include backup auxiliary power using diesel 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 utility information surrounding the intersect on for the construction of new forcemain and pump station . Consultant will prepare project drawings and specifications for the project which can be advertised for bidding by general contractors . 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 K14A will provide survey of one site for the facility, assumed to be the Northwest cornerd 8"' Street and King ' s Highway ( 58th Street) where the master pump station will be located and for th influent and effluent piping . The site survey will include a boundary survey for easement transfer with; the property owner, which will also include at least a 1009x100 ' area, topo, and other above ground in rmation . It is anticipated that the site granted to Utilities will be approximately 509x50 ' , not including access to site . For the influent/effluent forcemain piping, survey of the intersection will be provided up to 100 ' in either direction , including , edge of pavement, existing utilities , and benchmark. 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 . Task 2 = Design H :\General\Miller\Indian River County\Proposals\Task B - 8th Street In- line Master Pump Station Proposal-revl . doc The design will include hydraulic evaluation to clearly define conditions of service throu h buildout conditions , pump station design , pipe sizing , preparation of drawings and specifications for a master pump station , plan and profile of influent and effluent pipes to the pump station , and elect ical 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 size selection . Construction drawings will be prepared which will include site plan , building plans and el vations , plan/profile of the forcemains from and to connections near the intersection of 8th Street and King ' s Highway ( 58th Avenue) , details , electrical schematics and process instrumentation and panel drawings for the pump station . It is assumed that approximately 20 to 22 drawings will be prepared . Consultant will provide copies of technical specifications , full size ( 2406) and half size ( I Ixl7) drawing forbidding and construction . All plans and technical specifications will be provided to the Owner in llectronic 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 . It is assumed that 3 phase 480 volt power will be necessary . Electrical design will include main electrical service and coordination with FPL, pump starter and control panel, telemetry , control panel with PLC ' s , lighting , VFD design , and preparation of drawings and specifications for bidding . The design of a CBS structure to house the pumps , piping, generator, electrical , and controls will be included . The approximate size will be 500 sq ft footprint with architectural treatments , aid include an access road off of 8th Street or Kings Highway . SCADA system programming will be included under the contractor ' s scope of work. Task 3 — Permitting Consultant will prepare and submit a FDEP permit application 62-604 . 3000( 8 )(x) for the collection system modifications . The permit application fee of $500 will be included under this scorle and paid by Consultant . Consultant will submit the permit 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 Kings Highway right of way , we will prepar 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 . An application and review of this pump station by the Community Development Department (CDD) is required for these construction activities . This approval is necessary for a contractor to apply for a building permit. KHA will undertake the task of pursuing a minor site modification for the pump station building through the CDD on behalf of the Indian River County Utilities Department. Thi $ minor site modification will include storm water drainage design and calculations to be submitted to the St. Johns Water Management District in the likely event that any storm water elements are altered aid/or the impervious area on the site is increased by 4 ,000 ft2 or more . 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 , construction observation , start-up services , preparation of record drawings , including electronic format in AutoCadd 2000 version H:\General\Miller\Indian River County\Proposals\Task B - 8th Street hi-line Master Pump Station Proposal-revl .doc 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) vill be six ( 6) to ( 8) months and that on-site construction observations will be as appropriate with the level of construction activity . Consultant will answer contractor questions and prepare addendums , as needed which will be distributed to all the contract document 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 . 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 constr ction for the duration of the project . Consultant will also review pay requests and provide recommend a ions 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 120 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 , construction of new CBS building , site work, mechanical equipment, electrical and controls , etc . Work that Consultant believes does not comply with the contract 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 facility and forcemain using information p ovided 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 that need to be completed for final closeout of I he project. Consultant will provide two site visits with the contractor to review the status of the completion of these punch-list items . SCHEDULE: Tasks 1 and 2 are anticipated to be completed within 10 — 14 weeks from notice to proceed . Task 3 is anticipated to be completed within 4 weeks . Construction phase services is anticipated to take approximately six (6) to eight ( 8) months after the design and permitting is complete, dep0ding on duration of bidding, permitting, and actual construction . I INFORMATION PROVIDED BY OWNER : The Owner shall provide the record drawings of water and sewer utilities near 8 "' street an I Kings Highwary and historical data and projections of the system. FEES : H:\General\Miller\Indian River County\Proposals\Task B - 8th Street In-line Master Pump Station Proposal-revl . doc Consultant will provide these Services as described herein on a lump sum basis for the fol owing fees : Task Fee 1 . Survey $ 59100 2 . Design $ 37 , 300 3 . Permitting $ 71300 4 . Construction Phase Services $ 29 , 100 Total $ 78 , 800 We will provide these services in accordance with our Continuing Services Contract Agre iment for Professional Services dated April 6 , 2004 with Indian River County . H :\General\Miller\Indian River County\Proposals\Task B - 8th Street In-line Master Pump Station Proposal-revl . doc