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