Loading...
HomeMy WebLinkAbout2007-118 � N - � - off 2001 - ! l $ WORK ORDER NUMBER 17 This Work Order Number 17 is entered into as of this 3rd day of Apri 1 200 7 ("Effective Date") 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 in Attachment 1 (Scope of Work) , 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 (Fee Schedule) , 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 (Time Schedule) , 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 terns 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 Kimle -Horn and Associ tes , Inc . OF INDIAN RIVER COUNTY By: By: Gary . heeler, C&a`trman Title: Vi Y✓e51 BCC ApprovedD,ate:l April 3 , 2007 Date : L �. ry Attest: J . K. Barton, Clerk of Court By; p 1� � Deputy Clerk Approved: By: Art oseph . Baird, County Administrator Appro d as t form and legal ,,11 cy: Marian E. Fell, Assistant County Attorney M „ Kimley-Horn ►.'i M FI and Associates, Inc. Attachment 1 Work Order Number 17 Addition of 90th Avenue and CR 510 In-Line Wastewater Master Pump Station (North County Elementary School Site) Project Description and Understandine Construction of a new in-line master wastewater pump station near the intersection of CR 510 and 90"' Avenue is necessary to pump wastewater to the North WWTP . This pump station will redirect flows and relieve Chesters Gap area and boost pressure through the existing 12-inch forcemain on CR 510. The station will be dedicated tore-directing flows from Chesters Gap area to the North WWTP and relieve a hydraulic restriction in this area. The project will consist of construction of a new facility similar to the station designed for 64" Avenue and CR 510 under work order #2 . Both of these proposed stations were identified in the 2004 Master Plan prepared by PBS&J. During the design of 64`h Avenue facility it was determined that the 90`h Ave station was more critical in meeting demands and re-directing flows sooner rather than later as described in the Master Plan. Furthermore, as result of the hydraulic analysis for the 64" Avenue station, it was determined that construction of the 64`h Avenue station can be postponed and possibly be eliminated. Minor modifications to the existing stations between 90th and 64"i Avenues which may be necessary as a result of increasing pressures from the in-line pump station will also be included under this work order. The facility (building, pump room, electrical room) has been designed under WO #2, and will consist of a concrete building (CBS) which will house the pumps, electrical gear, instrumentation and telemetry, and generator. The property acquisition for this station is currently under negotiation by the Utility Department' s staff The station will be located at the North County Elementary School site near the intersection of CR 510 and 90°i Avenue, adjacent to Lateral "D" Canal . Carter Associates, Inc. drawing C-2 for the North County Elementary School identifies the location of this pump station . Normal anticipated flows for the pump station are expected to range from 500 gpm to 1500 gpm, which represent diversion of flows from the area through build-out conditions per the 2004 Master Plan prepared by PBS&J. The size of the station will provide space for future VFD ' s to account for the wide range of flows and/or an allowance for multiple pumps in the future. Smaller size pumps (600 gpm) with across the line starters will be designed for now, with space for piping and electrical gear for larger sizes pumps in the future . Modeling scenarios, using IRCU ' s existing sewer system hydraulic model will be evaluated to determine the recommended option and phasing plan. The station will also consist of backup auxiliary power using a 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 . C:\Documents and Settings\lbrown\Local Settings\Temporary Internet Files\OLK13F\90th Ave In-line Wastewater Booster Station - rev 3 .doc Page 1 / Kimley-Horn and Associates, Inc. SCOPE OF SERVICES The 64th Ave pump station has been designed as an in-line pump station. The design is completed and the "footprint" can be re-used for the 90'h Ave pump station. Additional work such as survey of the site, site design, site plan permitting, modifications to surrounding small pump stations, extension of approximately 1100 ft of on-site forcemain, and hydraulic modeling are additional items which need to be performed for the 90th Avenue site . 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 consists of the following: Task 1 — Survey Consultant will provide survey of one site for the facility located near the Southeast comer of CR 510 and 901h Avenue on the North County Elementary School site where the master pump station will be located . Additional survey will consist of on-site influent and effluent piping which is assumed to be approximately 1100 ft total length. The site survey will consist of a boundary survey for easement transfer with the property owner, which will also consist of at least a 100 'x100 ' area, topography, and other above ground information. It is anticipated that the site granted to Utilities will be approximately 50 'x50 ' , not including access to site. For the influent/effluent forcemain piping, survey of the intersection will be provided up to 100 ft in either direction, including, edge of pavement, existing utilities, and benchmark. Right of way information will be shown on the survey . It is assumed that Utilities will provide locates of their existing lines at the intersection. Task 2 — Hydraulic Design The design will consist of hydraulic evaluation to clearly define conditions of service through build-out conditions, pump station design, pipe sizing, preparation of drawings and specifications for a master pump station, plan and profile of approximately 1100 ft of influent and effluent pipe length to the pump station from CR 510, and electrical and controls design. Consultant will utilize the existing sewer system master plan hydraulic model prepared by PBS&J 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, and the impacts to the existing stations between 90" Avenue and 64th Avenue. Task 3 — Site Design and Final Facility Sizing Construction drawings will be prepared which will consist of a site plan, building plans and elevations, plan/profile of the forcemains from and to connections near the intersection of CR 510 and 90" Avenue, details, electrical schematics and process instrumentation and panel drawings for the pump station . It is anticipated that approximately 20 to 22 drawings will be prepared. Consultant will provide copies of technical specifications, full size (24x36) and half size ( 11x17) drawings for bidding and construction. All plans and technical specifications will be provided to C:\Documents and Settings\Ibrc wn\Local Settings\Temporary Intemet Files\OLK13F\90th Ave In-line Wastewater Booster Station - rev Mae Page 2 = " Kimley-Horn ®' = C ___, and Associates, Inc. the County in electronic format (AutoCAD 2004 / MS Word or latest version, respectively) at the end of the project. The technical specifications and standard details will be based on the County' s current Utility Standards. The design plans recently completed for the 64" Avenue in-line booster station were developed to be utilized on similar booster stations, such as this . These design drawings will be adapted to this facility. Modifications to the specific pump sizes and electrical starters to these pumps will be modified to match the size as listed herein . Modifications will include inlet and discharge piping and valves, electrical starters, feeders, and disconnects . Approximately four (4) drawings depicting plan and profile of the on-site 1100 ft of influent and effluent piping will be designed . Task 4 —Permitting Since the site should not include pervious area more than 1000 sqft, it is assumed that only administrative approval from planning and zoning and BCC is necessary. This scope includes preparation of a submittal package to planning/zoning board for subsequent submittal to BCC for approval . Up to four (4) meetings will be attended for TRC preapplication, public notice meeting, zoning/board meeting, and BCC meeting. Meetings beyond that are considered additional services. A letter request to SJRWMD for exemption of stormwater permit will be prepared and submitted, including landscaping drawings and details, and submittal and coordination with the committee. Consultant will include the $250 application fee . Consultant will prepare and submit one FDEP general permit application 62-604.3000(8)(a) for the pump station . The permit application fee of $500 will be included under this scope 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. An Indian River County ROW permit application will be submitted for the forcemain piping located within CR510 right-o£-way. Task 5 —Upgrade Existing Pump Stations The existing smaller lift stations downstream of the proposed master pump station at 90th Avenue and CR 510 may need to be upgraded as result of constructing an in-line pump station. Consultant will prepare a scope of work and upgrades required for up to 4 pump stations. The scope of work will consist of preparation of scope, minor modifications to drawings for the intended stations, and specifications for these modifications . Permit applications (FDEP) for these stations will be prepared along with the application for the master station . Permit application fees will be included and are assumed to be approximately $ 1250. Installation of a small grinder type station will be included at the Douglas School site. Preliminary sizing has been performed, but final drawings will consist of a 2" forcemain out to CR 510 which has not been completed. This task will consist of completion of the drawings for the grinder station near Douglas School - C\Documents and Settings\lbrcwn\Local Settings\Temporary Internet Files\OLK13F\90th Ave In-line Wastewater Booster Station - rev 3 .doc Page 3 Kimley-Horn �': = and Associates, Inc. Task 6 - Construction Phase Services Consultant will provide construction phase services for this project, consisting of bidding and contract administration, shop drawing review, coordination and meeting attendance, construction observation, start-up services, preparation of record drawings, consisting of electronic format, AutoCadd version 2004 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 six (6) months and that on-site construction observations will be as appropriate with the level of construction activity. Consultant will provide coordination effort in revising front-end documents based on County assistant attorney comments. Consultant will answer bidder questions and prepare addendums, if 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 consultant' s 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 consultant. 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 120 hours. The field inspector will observe construction in order to determine if the project is being constructed in accordance with the contract documents . The Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by the Consultant. Consultant neither guarantees the performance of contractors, nor assumes responsibility for any contractor's failure to perform its work in accordance with the contract documents. This will consist of witnessing installation of piping, pressure testing of new piping, installation of mechanical equipment, 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. The Consultant shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall Consultant have any authority or responsibility to stop or direct the work of any 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 forcemain using information provided by the contractor. These record drawings will be used for final FDEP 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. C\Documents and Settings\lbrown\Local Settings\Temporary Internet Files\OLK13F\90th Ave In-line Wastewater Booster Station - rev 3-doc Page 4 PPP� = " Kimley-Horn ®i and Associates, Inc. A request for final release of the modifications will be submitted to FDEP , consisting of certification application, record drawings, etc . A punch-list will be prepared for the items that 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. SCHEDULE Tasks 1 and 2 are anticipated to be completed within 8 weeks from notice to proceed. Task 3 is anticipated to be completed within 8 - 10 weeks after Task 1 is completed, with Task 4 to take approximately 8 weeks after task 3 is completed. Task 5 will take approximately 6 weeks after Task 2 is complete. INFORMATION PROVIDED BY OWNER The Owner shall provide the record drawings of water and sewer utilities near CR 510 and 90"' Avenue and historical data and projections of the system. Consultant shall rely on the accuracy of this information. Owner shall furnish an updated wastewater system hydraulic model for this area. Consultant shall rely on the accuracy of this information. FEES Consultant will provide these Services as described herein for a lump sum amount of: Task Fee $ 1 . Survey $ 11 ,500 2 . Hydraulic Design $ 6,200 3 . Site Design, Final Facility Sizing $ 17,700 4. Permitting (Site and FDEP) $ 10, 100 5 . Upgrade Existing Pump Stations $ 11 ,900 6. Construction Phase Services $ 32,300 Total $ 89,700 We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated April 6, 2004 with Indian River County. I CADocuments and SettingsMbrown\Local Settings\Temporary Internet Files\OLKI317\90th Ave In-line Wastewater Booster Station - rev 3 .doc Page 5 ATTACHMENT 2 90th Avenue Regional Pump Station Opinion of Construction Costs In-Line System December-06 OPINION OF PROBABLE CONSTRUCTION COSTS ITEM QUANTITY UNITCOST COST SITE WORK Mob/Demob 1 545,00000 545,000 Clean ubl raddsec&mulch I 58,000.00 58,000 Landscape buffer I 522,000.00 522,000 Fence 400 $25 ft 510,000 Drainage Imrovements 1 512,500 512,500 Stabilized access road 800 $ 15.00 s d 512,000 Sod 3000 $ 1 ,60 SO $4,800 5114,300 BUILDING (650 sit ft) Builders Risk 1 S12,000.00 1 S12,000 Preparation 1 $8,500.00 1 58,500 Excavation 35 5250.00 c d $8,750 Slab, footings, mat rebar, concrete,..] 35 8600.00 c d 821 ,000 Walls (CMU) 165 5350.00 s R $57,750 Columns, beams 15.0 590000 cyd 513,500 Will insulanan 50 $30.00 cyd SI ,500 Roofslab 650 530.00 s ft $ 19,500 Roofing 650 $3000 s R $ 19500 Doors, louvers, windows 6 $7,500.00 545,000 AIC unit I S9,500.00 $9,500 Shrew 7150 $ 10.00 s B $ 111500 Painting 3500 $8.50 s 0 $29,750 $257,750 YARD PIPING, VALVES, ETC 2" FM to CR 510 11001 20 It $22,000 New packagelift Station I 45,000 545,000 12" PVC C-900 2200 S72 D 5158,400 12" Ml gate valves 4 53,000 512,000 12" DIP 60 S70 B $4,200 8" DIP 80 $65 B $5,200 12" linins 7600 $3.20 lbs $24,320 8" fittings 525 S320 lbs 51 ,680 8" plug valve 6 $2, 100 512,600 8" check valve 3 $ 1 ,900 55,700 S291,100 FUEL TANK Convault I 542,000 542,000 Fuel piping (supplyand return) 60 $ 120 It 57,200 Fuel level monilar 1 $8,500 S8,500 $57,700 PUMPS 20 hp FI is 3 517,000 S5I ,000 Air release valves 2 52,400 $4,800 Gages, sensing lines, hose bibbs 2 $2,300 54,600 Slab, pipe suppons 7 $900 c d 56,300 Misc metals 1 57,500 57,500 Painting I 54,500 54,500 $78,700 ELECTRICAL 125 kw Gcneraior 1 $65,000 S65,000 Main breaker 1 58,000 S8,000 MCC 1 $35,000 S35,000 2011P VFD'S 3 513,500 540,500 Wiring for PUMES & control valves 40 5120 R $4,800 Disconnects 3 52,400 $7,200 Xfr switch I S13,500 513,500 FPL feeder 1 $4,500 S4,500 Control pariel I S25,000 525,000 Lighting, LP's, receptacles.... 1 $21 ,000 S21 ,000 5224,500 INSTRUMENTATION PLC hardware I 529,000 $29,000 Flow meter (ma ) I 510,000 SI0,0o0 Pressure devices 9 SI ,200 510,800 RTU 1 $ 15,000 515,000 Transmitters 2 56,500 513,000 577,800 CONTINGENCY (25%) S275,463 mu eau TOTAL $ 1,377,313 I p%mu.eR9u110r+ ST E T xlS