HomeMy WebLinkAbout2012-0172n, nom 7,mowmn P�owon
WORK ORDER NUMBER I < 2 01 J
This Work Order Number 1 is entered into as of this 7th day of
February nnnnnnn, 2012 , pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of November 15, 2011, (the "Agreement") by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and ATKINS NORTH AMERICA, INC. ("CONSULTANT").
The COUNTY has selected the Consultant to perform the professional services set
forth on Exhibit 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 Exhibit 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 Exhibit 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
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.
ATKINS NORTH
ERIC INC.
nnnnn
By: David E. Deans
Title: Vice President
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
BY.
C. Wheeler, Chairman
BCC Approved Date
Attest: J.K.
Approved:
Deputy Clerk
ph Al Baird, County Ad
Approved as to form and
Alan Po
►\SStONERs•�.
1
nistrator
al sufficiency:
Cot�rSty Attorney
EXHIBIT 1
INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES
WEST REGIONAL WASTEWATER TREATMENT PLANT
(WRWWTP)
ANAEROBIC TANKS ODOR CONTROL SYSTEM DESIGN
GENERAL
t The West Regional Wastewater Treatment Plant (WRWWTP) is located at 8405 8th Street Vero Beach, FL
32960. Construction on the West Regional Wastewater Treatment Facility expansion begun in July of 2007
i and completed in May of 2010. The facility includes a pretreatment structure with two (2) screens, and grit
chambers and a 1000 CFM odor control system, a 5-stage Biological Nutrient Removal (BNR) system
reusing the existing tankage and adding new tankage, conversion of the system to use diffused air, adding
two additional clarifiers with final total of four, three new effluent filters final total of four, additional
1 chlorine contact basins, additional rotary drum thickeners, a new single stage 2500 SCFM chemical
scrubber for existing aerated sludge holding tanks, additional pumps, piping, chemical feed systems and
1:
controls.
i Although, the initial design and construction of the Wastewater Plant included Odor Control equipment for
areas of the plant that normally are expected to generate odors, recently, adjoining neighbors have
expressed concerns about odors from the plant. Subsequently, an odor evaluation at the plant was
conducted which recommended additional odor control measures. The recommendations included design
of cover system for the anaerobic tanks with a dedicated odor control system. Additional odor abatement
for the grit dumpsters and a landscape buffer along the eastern boundary were also recommended. The
scope of work also includes some minor additional improvements at the plant and is described below.
Following is a list of anticipated improvements:
• Provide flat aluminum covers for the anaerobic tanks.
• Provide an odor control system located by the NW corner of the anaerobic tanks.
• Provide an approx. 21'X24'X15' prefabricated building enclosure around the grit equipment with
odor control (min. 12 air changes/hour).
• Provide an air release valve on the raw sewage influent FM upstream of the 24' influent meter.
• Provide a canopy over the sludge odor control chemical pumps
• Modify foul air piping at the pretreatment to divert the foul air from the existing sludge area odor
control system to the new odor control system.
• Provide Landscape screening buffer along eastern boundary and temporary irrigation system.
Atkins will provide design and construction services related to the above described improvements which
will include the flowing specific tasks.
SCOPE OF WORK
This scope of work N\ ill
specifically include the following tasks:
TASK l -FINAL DESIGN
The final design will include the following subtasks:
Task 1.1 -Construction Plans
CONSULTANT will prepare 24"X36"drawings for the above described improvements. The drawings will
include plan views, sections, and details (mechanical, structural and electrical disciplines).
as 1.2 - Specifications
CONSULTANT will prepare technical specifications and incorporate into a specification book. Front-end
(Division 0 and 1) specifications will be received from the County in an electronic format and
CONSULTANT will modify them to make them project specific.
Task 1.3 -Construction Cost Estimate
CONSULTANT will prepare estimates of probable construction costs at approximately the 60 percent, 90
and 100 percent levels of design completion.
Task l.4 -County Reviews
CONSULTANT will attend three progress review meetings with County staff at approximately the 60, 90
and 100 percent levels of design completion. A single set of written review comments from the County
shall be provided to CONSULTANT before each review meeting.
TASK 2 —SURVEY
No new survey is anticipated. Atkins will use the previous aerial base drawing for locating the landscape
screening buffer.
TASK 3 -PERMITTING
CONSULTANT will prepare permit applications and associated submittals for the following permits:
• FDEP Construction —Minor Modification
No wetlands, endangered species or other ecological permitting is anticipated or included herein.
CONSULTANT shall respond to up to one (1) request for additional information by each of the permitting
agencies.
County will be responsible for all permit fees.
TASK 4 -BIDDING PHASE SERVICES
Task 4.1 -Document Distribution and Pre -Bid Meetin
The CONSULTANT will assist COUNTY with Bidding Services. CONSULTANT shall provide
COUNTY with the following services during the bidding process:
• Attend one (1) Pre -Bid meeting.
• Provide technical responses for one addendum to clarify the bidding documents. The
COUNTY shall be responsible for distributing addendum responses to bidders.
• Evaluate received bids and provide an award recommendation
The COUNTY shall be responsible for setting the bid opening date, advertisement of the bid, scheduling
the pre-bid meeting, and scheduling the bid opening. The CONSULTANT will prepare and distribute
bound hard copies of the bid documents (24"x36" full size drawings and Specification Book) for its use in
distributing/selling bid documents to prospective bidders. The CONSULTANT will keep a log of all
parties obtaining bid documents. The CONSULTANT will provide the COUNTY with electronic PDF
copies of the bid documents.
-2-
DELIVERABLES:
• Four (4) bound hard copies of bid documents (half size (11 "x 17") Final Drawings and
Specification Book).
• One (1) PDF electronic copy of bid documents (drawings and specifications).
• Technical responses for one addenda as required for clarifying bid documents
• Bid Award Recommendation Letter
TASK 5 -CONSTRUCTION SERVICES
General
Once authorized by the County, CONSULTANT will proceed with the construction phase services
described below by specific tasks. It is anticipated that the construction period will not exceed 9 months to
substantial and 12 months to final completion.
CONSULTANT will be the "Engineer of Record" for the project construction and shall be responsible for
certifications or other completion documents that may be necessary.
No materials testing services are included in the scope.
Task 5.1
-Shop Drawing Review
Review shop drawings and other required Contractor submittals, up to two times per submittal, for general
conformance with the Contract Documents and distribute the approved shop drawings.
Task 5.2 - Interpretations and Clarifications
Provide interpretation or clarification of the design documents when requested, and prepare change orders
required for clarification or minor modification of the Contract Documents prepared by the Consultant.
Task 5.3 - Periodic Site Visits
Visit the project site at intervals appropriate to the various stages of construction 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 12 -month construction period
is used as the basis of scopes this task. This work order assumes that two site visits per month will be
provided.
Additionally, CONSULTANT will conduct substantial and final completion visits and prepare a punch list.
Task 5.4 - Pav Request Review
Review, recommend. and submit to County for payment, the monthly pay requests from the contractor
Task 5.5 -Chan a Orders
Review all change order requests and make recommendations to the County Project
Manager for acceptance.
-3-
Task 5.6 -Record Drawings
CONSULTANT shall prepare one reproducible set and two (2) sets of signed and sealed blueprints of
record drawings for the County based solely on information provided by the Contractor. CONSULTANT
will furnish an electronic copy of record drawings in AutoCAD format on CD.
DELIVERABLES
The following deliverables will be provided to OUC
TASK 1 - Final Design (60°/0, 90% and bid ready documents)
TASK 4 - Permitting (FDEP Minor Modification Permit Applications)
TASK 5 - Construction Services (Record drawings)
SCHEDULE
The services described herein will be provided based on the following number of days frN
Proceed unless otherwise noted: om otice to
TASK 1- 3 120 days from NTP
TASK 4 45 days from advertisement
TASK 5 365 days from construction notice to proceed.
KEY PERSONNEL
CONSULTANT proposes to utilize the following persom�el in providing the services described herein:
Design Manager Raj Singh, P.E
COMPENSATION
Compensation for Work Order No. 1 services described herein will be based on the lump sum Method in
accordance with Section 5 of the Agreement. The total estimated fee shall not exceed S109,980.00 without
mutual agreement by the County and CONSULTANT. The individual task compensation shall be as
follows:
Task 1 —Final Dec;
Task 2 —Surveying;
Task 3 — Permitting:
Task 4 — Bid Phase Services:
Task 5 — Construction Services:
Total Compensation Task 1 thru 5
559,550.00
0
$2,100.00
54,800.00
543,530.00
S 109,980.00
-4-
::a
WWI
1►�l I- I� Ii
r-
1►�l I- I� Ii
- - r
21'x24'x-15' BLL1G Outline Around
grit classifiers and dumpster
-6-
r-
- - r
21'x24'x-15' BLL1G Outline Around
grit classifiers and dumpster
-6-