Loading...
HomeMy WebLinkAbout2005-241 WORK ORDER NUMBER 5 This Work Order Number 5 is entered into as of this 12th day of July , 200-a. 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 Post , Buckley , Schuh and Jernigan , Inc . ("CONSULTANT" ) . The COUNTY has selected the Consultant to perform the professional services set forth in Attachment 1 , attached to this Work Order and made 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 . 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 , noth ng 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 Wok Order as of the date first written above . CONSULTANT BOARD OF COUNTY COMMISSIONERS Post , Buckley , Schuh ar Jernigan , Inc . OF INDIAN RIVER COUNTY By : By : Robert A . Morrell , P . E . , D . E . E . Thomas S . Lowther Title : yrce 4'65%al� Approved : July 125 2005 ( Date) Vice President Date : / 3 06 Attest : J . K . Barton , Clerk o ggtu1 Deputy Clerk40 ` a Approved : e ✓\ a • . .. . . • .. et 1 � CL se ph A . Baird , County Administrator AMarian s to for d le s y : ell , Ass • nt County Att rney ATTACHMENT 1 WORK ORDER NUMBER 05 TO 2004 PROFESSIONAL SERVICES AGREEMENT FOR EXPANSION OF WEST REGION WWTF INDIAN RIVER COUNTY I. General The existing West Region WWTF is a two- stage BNR plant designed around the Kruger A/O ditch process . The first stage was designed as a fermentation tank for phosphorus removal . The plant also has RAS denitrification capabilities using some of the tankage from an older plant that is no longer in use . Existing Treatment Process Flow Diagram Anaerobic Aerobic Anoxic RAS WAS Current Plant Process Schematic The RAS denitrification process is not being operated as intended and partial denitrification is being achieved in the existing "ditch" . A brief description of the existing plant is as follows : • Preliminary treatment consisting of screening and grit removal • A 116 ,000- gallon , four compartment anaerobic fermentation tank equipped with four mixers • A 1 . 5 MG oxidation ditch ( 15 ' SWD) equipped with three two speed 60/40 horsepower brush aerators , two submerged propeller mixers , and a motor operated effluent weir • Two 70—foot diameter by 12—foot deep secondary clarifiers fed from an influent splitter box • A two compartment RAS denitrification tank equipped with four submersible mixers • A traveling bridge effluent filter • Dual chlorine contact chambers • Two RAS pumps and one WAS pump • Chemical feed systems for alum and sodium hypochlorite • An off line equalization basin • Two , 116 , 000 gallon , aerated sludge holding tanks IRC West WWTF Scope Page 1 6 13/2005 CADocuments and SettingAkdonlevy\Local SettingATemporary Internet Fi1es\0LK20ffWTPEXPNASI0N Design Scope-Rqj Revised by RRM .doc Y • A rotary drum thickener to thicken the "undigested" sludge prior to hauling off- site for further treatment and land application The following scope of work is to expand the plant to 6 -MGD (AADF) and t achieve plant effluent TP and TN concentrations of 0 . 75 mg/1 and 6 mg/l , respectively on an annual average , consistent with the wetlands permit conditions . Influent design loadings need to be confirmed, but we believe that the following represents reasonable basis of design based on our review of the data : Parameter Value Influent Flow , MGD AADF 6 . 0 Influent Flow , MGD Maximum Month 7 . 8 Influent Flow , MGD Peak Hour 18 . 0 Influent BODS , Mg/1 250 Influent TSS , mg/1 200 Influent TN, m l 40 Influent TP , mg/1 8 Effluent BODS , mg/1 Annual Average(l ) 10 Effluent TSS , mg/1 Any Sample(2) 5 Effluent TN, mg/1 Annual Average( l ) < 6 Effluent TP , m l Annual Average( l ) 0 . 75 Table Notes : ( 1 ) Annual Average Wetlands Discharge (2) Any Sample Discharge to Reclaimed Water Reuse PBS &J will provide design , permitting and construction phase services for thim. expansion of the West Regional WWTP from 2 MGD to 6 MGD . The needed facilities will include construction of a new 3 . 0 MGD 5 - stage treatment train and retrofitting of the existing 2 MGD train to 3 . 0 MGD 5 -stage treatment train . The project would generally provide for new pretreatment structure , common anaerobic selector tank , common first anoxic tanks , new aeration basin , new blower building , retrofitting of existing oxidation ditch , common 2nd anoxic tanks common re-aeration tanks , two new clarifiers , three traveling bridge sand filters , chlorine contact tanks , additional rotary drum thickener and wetland recirculation/return pump station . Consulting services for this project sha 1 be provided under this Work Order and will focus on the following general objectives : A . Final design , permitting , and bidding services for the needed facilities . B . Construction administration and observation for designed facilities C . Start up , O&M manuals , operations assistance , and training (To be negotiated as a separate amendment when/if requested by County) . IRC West WWTF Scope Page 2 61312005 CADocuments and SettingAkdonlevy\Lorul SettingATemporary Internet Fi1eA0LK20sWWTPEXPNASI0N Design Scope-Rqj Revised by RRM .doc Services associated with design and or permitting with the reclaim water management and disposal system other than a 1 MGD wetland recirculation system from the wetlands (pump station and forcemain) are not included in this work order. II. Preliminary Engineering Services The preliminary engineering has a two-fold purpose : 1 . Define the project and its elements in sufficient detail to allow the iesign team to start developing plans and specifications 2 . Comply with the FDEP Engineering Report (ER) requirements for permitting purposes In order to expedite the design , our approach is to hold an Initial Process Evaluation Workshop immediately at the start of the project . The purpose of the workshop would be to review our proposed design concepts and other ideas from the design team and County staff (including operations ) . It is critical to make decisions quickly that affect the design of the plant . The intent of the Workshop is to make as many decisions as possible and to focus any special evaluations that are needed to avoid protracted alternatives evaluation ) . Nevertheless this is a critical part of the design and good sound decisions need to be made , as they will be the foundation for the rest of the design phase . PBS &J anticipates a 2 -3 week compressed evaluation phase followed by a second and Final Process Evaluation Workshop at which time all major decisions need to made in order to proceed with preliminary and final design . Major decisions will be documented in memorandum form and will be the basis for the Engineering Report . PBS &J estimates that if the required data and the reviews of the draft sub nittals can be provided in a timely manner, the final FDEP permit application package with associated documents can be completed and ready for submittal within 8 weeks of the Filial Workshop . The start of Final Design does not need to wait until the Final Completion of tf le Engineering Report . III. Final Design Services On the basis of the approved ER and when authorized to proceed by the County, the Consultant shall : A . WWTP DESIGN Prepare construction plans and specifications for the design of wastewater treatment plant as defined in the ER . For the purpose of establishing an exp cted level of effort , the Consultant anticipates the following facilities : IRC West WWTF Scope Page 3 6Y 1312005 CADoruments and Settings\kdonlevy\Loral Settings\Temporary Internet Fi1es\0LK20\W WPPEXPNASION Design Scope-Rqi Revised by RRM .dor 1 . A new pretreatment structure (two (2) mechanically cleaned screens , Screening conveyor/compactor, bypass provisions manual screens) 2 . Common anaerobic selector tanks and mixers 3 . Common first anoxic tanks and mixers 4 . Aeration tanks/ basins utilizing fine bubble diffused aeration 5 . A concrete block blower building with louvers , roll - up dooi s and a bridge crane 6 . Retrofitting of existing oxidation ditch to fine bubble diffused aeration 7 . Common 2nd anoxic tanks and common re- aeration tanks S . Clarifiers with RAS and WAS pumps 9 . Filters (Traveling bridge type) 10 . Chlorine contact basins and associated chlorine feed equipment 11 . Wetlands/ recirculation/ return pump station and force main (f rom discharge end and not from canals to the influent side of the wetlands) 12 . Emergency power generator in a building . A prefabricated concrete building is assumed as the basis of design in the scope 13 . New rotary drum thickener and associated equipment with polymer feed system located adjacent to the existing thickener (slab on grade) 14 . Instrumentation and controls with plant SCADA system modification B . Up to six sets of progress bidding documents (plans and specifications conforming to CSI format) and an associated construction cost estimate will be su mitted to the County for review at approximately the 30 % and 60 % levels of proje Nt completion . Engineering drawings and specifications will be prepared using Autc CAD Version 2000 or higher or Microstation and MS Word . Up to six sets (h rd copies) of progress plans and specifications and an associated construction cost estimate will be submitted to the County for review at approximately the 90 % level of project completion . County will provide Division 0 Bidding and contract documents . IRC West WWTF Scope Page 4 613/2005 CADocuments and SettingsWonlevy\Iocal SettingsVemporary Internet Fi1es1OLK20 WWTPEXPNASION Design Scope-ft Revised Gy RRM .doc IV. Bidding and Construction Phase Services Bidding Phase Services After written authorization to proceed with the bidding phase services , the Consultant shall : 1 . Provide six sets of the Contract Documents and any addenda which may be issued for the County ' s use , and four sets for distribution to bidding service agencies such as Dodge Reports . Additional sets required for bidding will be sold by the Consultant to bidders or others for a nominal fee approximately equal to the Engineer ' s cost of printing . 2 . Assist the County in obtaining bids for construction includin attendance at the pre-bid conference and bid opening, and preparation and distribution of addenda to the bidding documents . 3 . Consult with and advise the County as to the acceptabilit of the prime Contractor and subcontractors and other persons and organizations proposed by the prime contractor(s) (hereinafter called "Contractor( s )") for those portions of the work as to which such acceptability is required by the bidding documents . 4 . Consult with and advise the County as to the acceptabilit of substitute materials and equipment proposed by Contractor(s ) when subs itution prior to the award of contracts is allowed by the bidding documents . 5 . Assist the County in evaluating bids or proposals and make recommendations for the awards of contracts , and assist the County in obtaining the insurance certificates and other such submittal items required from the Contractor(s) by the Contract Documents so that construction of the projects c n commence . Ve Permitting Services The Consultant shall provide permit application packages for the following anticipated permits : 1 . FDEP wastewater treatment permit application (no agricultural use permit, or reuse feasibility, or capacity analysis , or O&M performance reports are anticipated or included in this scope) 2 . EPA/NPDES Notice of Intent Stormwater Notification forte wastewater treatment plant . IRC West WWTF Scope Page 5 6) 13/2005 CADocuments and Settings\kdonlevy\Local SettingsVemporary Internet Fi1es\OLK20sWWTPEXPNASION Design Srope-Raj Revised Gv RRM .dor 3 . County/County site plan approval for the wastewater treatment plant . 4 . An ERP permit is not anticipated to be required and is not included. It is anticipated that due to addition of mainly open tanks only a letter modification of the existing Storm water permit may be reqL ired . 5 . USACOE Dredge & Fill Permit is assumed to not be required for this project. 6 . No wetland treatment permitting is required for this expansion due to additional effluent disposal being derived from expanded reuse system 7 . No ecological permitting is anticipated along pipeline routes and is not included in this scope . Included in above permit applications is provision for up to two (2) request for additional information (RAI) responses for each of the permits . The County shall pay directly all necessary permitting fees . VI. Field Survey Services No detailed field survey is anticipated or included in the scope . It is assumed that limited verification of key elevation will be sufficient and an allowance of $ 5 ,000 is included in the scope . VII. Soils and Geotechnical Services Consultant will subcontract for soils testing and geotechnical services to i professional Geotechnical subconsultant . The proposed plant construction includes he following anticipated unit processes : 1 . Anaerobic Tanks 2 . First anoxic tanks 3 . Oxidation Ditch 4 . Second anoxic tanks and reaeration 5 . Clarifiers 6 , Filter Cell Structure 7 . Chlorine Contact Basin/Wet Well 8 . Thickener pad . 9 . Generator pad 10 . Wetland Return/recycle Pump Station Materials testing during construction is not included in this work order. It can be either required of the Contractor or provided in a separate work order. IRC West WWTF Scope Page 6 6/ 1312005 CADocuments and SettingAkdonlevy\Loral SettingsVemporary Internet Fi1es\0LK20sW WPPEXPNAS/0N Design Scope-Ryy Revised by RRM .doc VIII . Construction Phase Services 1 . After written authorization to proceed with the construction phaso services , the Consultant shall : a. Conduct a pre-construction conference with the selected Contractor(s) , subcontractors , and County; and provide up to ten additional sets of Contract Documents for the Contractor' s use . b . Consult with and advice the County in the administration oft e construction contracts . The County will provide full -time representative(s ) at the construction sites as an alternative full time representation could be provided by the Consultant under a separate work order. C , Visit the project site at intervals appropriate to the various stages of construction as the Consultant deems necessary to observe the progress and quality of the construction and its general conformance with the Contract Documents ; notify the County of observed work which does not conform to the Contract Documents , make recommendations to the County for its correction , and, when authorized by the County, issue instructions to the Contractor(s) through the County ' s representative to carry out the corrective measures . A 16-month construction period is used as the basi of scopes this task. This work order assumes that two site visits per month will be provided with an additional 12 site visits for rebar inspection , for a total of 44 site visits . d . Provide interpretation or clarification of the design doc iments when requested, and prepare change orders required for clarifica ion or minor modification of the Contract Documents prepared by the Consultant . e . Review shop drawings and other required Contractor submittals , up to two times per submittal , for general conformance with the Contra t Documents . f. Review the Contractor(s ) ' applications for payment and the accompanying data and schedules , determine the amounts owed to the Contractor( s ) , and advise the County of the recommended payments to the Contractor( s ) . g . Conduct final site visits to determine if the work has been completed in substantial accordance with the Contract Documents and if the Contractor(s) has (have) fulfilled its (their) obligations there under so that the Consultant may recommend that the County make final payment to the Contractor(s ) . h . Prepare one set of reproducible record drawings for the County incorporating those changes made during construction , based on information furnished to the Consultant by the County . IRC West WWTF Scope Page 7 6/ 13/2005 CADocuments and Settings\kdon(evv\Loca! Settings\Temporary Internet Files\OLK20MWPPEXPNASION Design Srope-Raj Revised by RRM .dor 0 2 . The Consultant shall not be responsible for the acts or omissions oft e County or the Contractor(s) or any subcontractor, or any of the County ' s , Contractor(s) , or subcontractor' s agents or employees performing any of the work of the project, or any other person except his own employees or agents . 3 . The Consultant shall not be responsible for construction means , methods , techniques , sequences or procedures , or for safety precautions and programs in connection with the work , and he shall not be responsible for the Contractor(s) failure to carry out the work in accordance with the Contract Documents . Ixe Compensation For Engineer ' s Services Engineer ' s compensation for the services described in this work order is as ollows ; A . Preliminary Engineering Services The County shall pay the Consultant a Lump Sum of $ 35 ,000 for the services described in Section 11. B . Final Design Services The County shall pay the Consultant a Lump Sum of $560 ,000 for the services described in Section III. C . Bidding Services The County shall pay the Consultant a Lump Sum of $ 20 ,000 for the services described in Section IV . D . Permitting Services The County shall pay the Consultant a Lump Sum of $ 30 ,000 fo the services described in Section V . E . Field Survey Services The County shall pay to the Consultant a Maximum Amount Not-to-Exceed fee of $ 15 ,000 as described in Section VI. F. Soils and Geotechnical Services The County shall pay to the Consultant a Maximum Amount Not-to-Exceed fee of $ 15 ,000 as described in Section VII, IRC West WWTF Scope Page 8 6/ 13/2005 CADocuments and Settings\kdonlevWoral SettingsVemporary Internet Files\OLKMWWFPEXPNASION Design Scope-Raj Revised by RRM . dor G . Construction Services The County shall pay the Consultant a Lump Sum of $292 , 500 for the services described in Section VIII. The total estimated fee for this project is $967 , 500 . IRC West WWTF Scope Page 9 6/ 13/2005 CADocuments and SettingAkdonlevv\Local SettingsVemporan Internet Fi1eAOLK26\W4VTPEXPNAS/ON Design Scope-Raj Revised by RRM .dae Proposed Project Schedule 12 3 ID Task Name Duration Start Finish 1 1 2 1 3 1 4 5 1 6 1 7 1 8 19 10 11 12 1 Notice to Proceed 1 day Tue 7/5/05 Tue 7/5/05 i 2 Preliminary Engineering 104 days Wed 7/6105 Mon 11 /28/05 ? ^ 3 Characterization of Flow (Supplied by County) 1 wk Wed 7/6/05 Tue 7/ 12/05 4 Initial Process Evaluation Workshop 1 day Wed 7/20/05 Wed 7/20/05 . 5 Alternative Analysis & Development 3 wks Thu 7/21 /05 Wed 8/10/05El 6 Final Process Evaluation Workshop 1 day Thu 8/11 /05 Thu 8/11 /05 7 Preliminary Engineering Report 8 wks Tue 10/4/05 Mon 11 /28/05 8 Site Survey and As-built confirmation 9.6 wks Thu 7/28/05 Mon 10/3/05 9 Geotechnical Report 4 wks Thu 7/28/05 Wed 8/24/05 10 Construction Contract Documents 140 days Fri 919/05 Thu 3123106 11 60% Submittal & Review 12 wks Fri 9/9/05 Thu 12/ 1 /05 12 Review Meeting/Comments 1 wk Fri 12/2/05 Thu 12/8/05 13 90% Submittal & Review 8 wks Fri 12/9/05 Thu 2/2/06 14 Review Meeting/Comments 1 wk Fri 2/3/06 Thu 2/9/06 J 15 100% Submittal & Review 4 wks Fri 2/3/06 Thu 3/2/06 16 Review Meeting/Comments 1 wk Fri 3/3/06 Thu 3/9/06 G 17 Final Documents 2 wks Fri 3/ 10/06 Thu 3/23/06 18 Permits 174 days Tue 715/05 Fri 313106 19 Develop List of Required Permits 1 wk Tue 7/5/05 Mon 7/ 11 /05 i 20 Prepare Site Development Permit Applications 4 wks Fri 11 /18/05 Thu 12/ 15/05 n u 21 Respond to RAI's 3 wks Fri 1 /13/06 Thu 2/2/06El 22 Intent To Issue FDEP Permit 1 day Fri 3/3/06 Fri 3/3/06 . 23 Pre-award Services 56 days Fri 3/10/06 Fri 5126106 ^ 24 Prepare Bid Advertisement 1 wk Fri 3/10/06 Thu 3/16/06 25 Advertise Bid 1 wk Fri 3/17/06 Thu 3/23/06 26 Attend Pre- Bid Meeting 1 day Fri 3/31 /06 Fri 3/31 /06 27 Distribute Documents and Respond to Q&A 4 wks Fri 3/24/06 Thu 4/20/06El 28 Attend Bid Opening 1 day Fri 4/21 /06 Fri 4/121 /06 ` 29 Review Bids and Recommend Award 2 wks Mon 4/24/06 Fri 5/5/06 30 Prepare and Distribute Conformed Documents 2 wks Mon 5/8/06 Fri 5/19/06 31 Award Contract 0 days Fri 5/26/06 Fri 5/26/06 32 Construction Phase Services 441 days Mon 5/29106 Mon 2/4/08 33 Prepare for and Attend Pre-construction Meeting 1 wk Mon 5/29/06 Fri 6/2/06 (� 34 Substantial Completion of 3 mgd Train 61 wks Mon 6/5/06 Fri 8/3/07 35 Substantial Completion of retrofit from 2 mgd to 3 mgd 16 wks Mon 8/6/07 Fri 11 /23/07 0 36 Final Completion of 6 mgd 1 day Mon 1 /7/08 Mon 1 /7/08 37 Prepare Record Drawings 4 wks Tue 1 /8/08 Mon 2/4/08 38 Operations Manual 111 days Mon 913/07 Mon 214/08 39 Collect and Organize Manufacturer's Manuals 12 wks Mon 9/3/07 Fri 11 /23/07 0 40 Prepare Draft O&M Manual 12 wks Mon 9/3/07 Fri 11 /23/07 0 41 Final O&M Manual 4 wks Tue 1 /8/08 Mon 2/4/08 Task Summary ^ Rolled Up Progress Project Summary qP1 'milli Mimi W# Project: Preliminary Schedule Progress Rolled Up Task — Split External Milestone Date : Mon 6/ 13/05 Milestone ♦ Rolled Up Milestone O External Tasks Deadline Page 10