Loading...
HomeMy WebLinkAbout2019-046DCCNA2018 WORK ORDER 1 RAS and WAS Pump Replacement at the Central WWTP This Work Order Number 1 is entered into as of this 26 day of March, 2019, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Arcadis US ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (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 B (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 C (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. • .... 0\?.. •. C 0 4th j�ssio CONSULTANT: BOARD OF COUNTY COMMISSIO By: Print Name: David O'Connor By: OF INDIAN RIVER COUNTY I'LL'•. Pyr. l o`?- Bob Solari Title: Associate V. P. BCC Approved Date: March 26, 2019 Attest: Jeffrey By: Approved: Approved as to form and legal sufficiency: Smith, Clerk of Court and Comptroller Deputy Clerk /Y.7/1,1C.,o) Jason E Bro n, County -Administrator Dylan T. Reingold, County Attorney ATTACHMENT A SCOPE OF SERVICES PROFESSIONAL ENGINEERING SERVICES FOR RAS AND WAS PUMP REPLACEMENT AT THE CENTRAL WASTEWATER PLANT 1 OVERVIEW 1.1 Background Indian River County (COUNTY) operates the 4 MGD Central Region Wastewater Treatment Plant. A condition assessment of the facility was recently completed as a part of the COUNTY asset management program. During this assessment it was found that the Return Activated Sludge (RAS) Pumps and Waste Activated Sludge (WAS) Pumps and associated piping and valves were in poor condition due to equipment age and environmental corrosion and are recommended for replacement. The COUNTY has requested a proposal from Arcadis U.S., Inc. (CONSULTANT) to provide professional engineering services for design, phasing plan for operations and bidding, and limited construction administration services. The proposed work will be authorized as a task order under the existing General Professional Services Agreement, between the COUNTY and CONSULTANT, dated February 24, 2017. The terms and conditions of the referenced Contract apply. 1.2 Design Concept The general design concept as discussed on a call between COUNTY and CONSULTANT on January 9, 2019 is as follows: • Replace existing RAS and WAS Pumps with new pumps of equal capacity and head of the pumps being replaced • Replace existing piping, valves and sensors associated with the RAS and WAS pumps • Replace existing seal water piping at pumps • Develop phasing plan for construction to ensure continued operation • Develop bid documents, provide pre-bid support, and bid recommendation Provide limited construction administration services • Produce record drawings based on contractor supplied "as builts" and conditions observed during site visits 2 SCOPE OF WORK 2.1 Task 1 - Project Management The CONSULTANT will provide the following services throughout the duration of the project as needed: Coordination between CONSULTANT Project Team and COUNTY Project Team. Manage project schedule and budget. Prepare and distribute agendas and support documentation for project meetings and workshops. Prepare and distribute meeting summaries from project meetings and workshops. Prepare and submit monthly progress reports and invoices. Preparation and implementation of Quality Control Plan and CAD Plan Deliverables: Meeting Summaries Monthly Progress Reports • Monthly Invoices 2.2 Task 2 -Project Kickoff and Site Visit CONSULTANT shall prepare and lead one project kickoff meeting with appropriate COUNTY staff to review the scope of work, project schedule, data needs and key milestones. Prior to the kickoff meeting, CONSULTANT will submit a proposed agenda that will include: (1) items to be discussed, (2) specific questions to be answered, and (3) additional data requests. Immediately following the project kickoff meeting, CONSULTANT and COUNTY will conduct a walkthrough of the RAS/WAS Pumps to gather necessary information on the system configuration and operation. The team will obtain input on the design, operational and maintenance issues, and will interview staff to identify RAS/WAS system constraints and requirements. 2.3 Task 3 - Basis of Design 2.3.1 Draft Preliminary Design Technical Memorandum Utilizing information obtained from the kickoff meeting, site visit and data provided by the OWNER, CONSULTANT will assess and confirm the limits of the replacement needs for the associated piping, valves, wiring and appurtenances associated with the RAS/WAS Pumps. CONSULTANT will review available information on the existing RAS/WAS Pumps, including as -built drawings, equipment cut sheets, and historical operating data to establish replacement requirements for the new pumps. As part of this assessment, CONSULTANT will identify up to three suitable pump/motor manufacturers that can meet the performance and retrofit requirements to replace the existing pumps within the existing site with minimal modifications and have the manufacturer provide a list of installations of their equipment within Florida. CONSULTANT will develop concept level construction costs for the replacement of the pumps along with a preliminary construction schedule and phasing plan that will allow for construction/replacement work to occur while the Central Wastewater Plant is maintained in service. CONSULTANT will prepare a draft Preliminary Design Technical Memorandum summarizing the findings and recommendations of the pump replacement assessment. The memorandum will be submitted to the COUNTY for review and comment. An electronic copy (.pdf) of the draft memorandum will be submitted to the COUNTY. Task 2.3.2 Meeting to Review Draft Technical Memorandum Within about two weeks after the draft technical memorandum submittal, CONSULTANT will lead a meeting with the COUNTY to review the information presented in the memorandum and gather OWNER comments. The meeting will serve as an open forum to discuss preliminary design issues, including equipment preferences. Task 2.3.3 Final Preliminary Design Technical Memorandum Upon receiving comments at the review meeting, CONSULTANT will finalize the preliminary design recommendations and prepare and submit a Final Preliminary Design Technical Memorandum. An electronic copy (.pdf) of the final memorandum will be submitted to the COUNTY. 2.4 Task 4 — Detailed Design Based upon the recommendations presented in the Preliminary Design Technical Memorandum, the CONSULTANT will develop design documents. These design documents will consist of Contract Drawings and Technical Specifications and will be incorporated by the COUNTY into a bid package for public procurement. The COUNTY'S Standard "front end" documents consisting of General Conditions will be utilized. Contract Drawings will be prepared in AutoCAD 2018 or later version. Technical Specifications will follow the MasterFormat® 2016 from the Construction Specifications Institute (CSI). The Final Design will be delivered at two stages of completion to allow for input by the COUNTY. The stages will be 90% and 100%/Bid Ready. At each stage, an engineer's opinion of probable construction cost (EOPCC) will be provided. 2.4.1 90% Design CONSULTANT will prepare a 90% design submittal composed of contract drawings (11"x 17") and draft technical specifications and bid form. Five hard copies of the 90% design package and one electronic copy will be submitted to the COUNTY for review. 2.4.2 90% Design Submittal Review Meeting CONSULTANT will prepare and lead one meeting to review the 90% design submittal and discuss COUNTY comments within about two weeks after the submittal of the 90% contract documents. CONSULTANT will prepare and distribute a meeting agenda and minutes documenting comments and action items from the design review meeting. 2.4.3 100% Design/Bid submittal Based on the comments received from the COUNTY on the 90% design submittal, CONSULTANT will prepare a 100%/Bid design submittal composed of contract drawings (11" x 17") and final technical specifications and bid form. CONSULTANT will provide five hard copies and an electronic copy in .pdf format of the final specifications and plans. 2.4.4 Construction Cost Estimates and Schedule An opinion of probable construction costs and schedule will be prepared for each of the 90% and 100% (final opinion of construction cost) submittals. The opinion of construction costs will utilize appropriate contingency factors for the level of completion at the various design stages. 2.4.5 QA/QC Quality Assurance/Quality Control: The CONSULTANT will provide quality assurance and quality control (QA/QC) reviews at each major milestone deliverable (90%) of the project. For this service, the CONSULTANT will utilize the services of senior and/or experienced professional engineers across the disciplines represented in the design. The professionals, who will make up the QA/QC Team, will purposely be staff not routinely engaged in the project. The QA/QC Team will prepare written comments at the appropriate stages of the design that will be incorporated into revised documents. 2.5 Task 5 - Bidding Services The COUNTY will procure services from a qualified General Contractor (GC) through a public procurement process. The CONSULTANT will provide the following services in connection with the public procurement: Attend a pre-bid meeting and site visit. COUNTY to prepare and publish all addenda and clarifications. Prepare draft responses to requests for information from prospective bidders. Prepare responses for addenda to interpret, clarify or expand the contract documents CONSULTANT will contact up to two references of the apparent low bid contractor to assess qualifications. Prepare a conformed set of drawings and specifications incorporating revisions from addenda during the bidding phase. COUNTY to confirm bids are compliant with the bid requirements. COUNTY to provide compiled Microsoft Excel file with each bidder's cost information. Alternative equipment proposed by potential bidders will not be evaluated by CONSULTANT during the bidding process. Deliverables: • Written responses to questions received during bidding process via email • Bid evaluation letter • Conformed documents (final pdf digitally signed and sealed) 2.6 Task 6 — Construction Management Services The following construction phase services are predicated on one construction contract with an estimated 6 -month construction duration to substantial completion. Full-time onsite observation of construction or resident project representative (RPR) services are not included. 2.6.1 Meetings and Site Visits The CONSULTANT shall arrange and lead a construction kickoff meeting, during which the COUNTY, the CONSULTANT and the contractor shall discuss project requirements, define responsibilities, and receive the contractor's plan to complete the work. The CONSULTANT shall conduct up to six 4 -hour site visits during the replacement of the pumps to confirm the work appears to be proceeding in accordance with the design. Upon substantial completion of the work, the CONSULTANT shall conduct a site visit with the Contractor and COUNTY to develop a punch list of outstanding work items. Upon completion of the work, the CONSULTANT shall conduct a final site visit to confirm the work is in conformance with the contract documents. The CONSULTANT shall submit a summary report following each site visit. 2.6.2 Construction Administration The contractor will prepare shop drawings for the selected equipment and other components of the work as specified in the contract documents. These shop -drawing submittals will be reviewed by the CONSULTANT for compliance with the design concept and contract requirements. The CONSULTANT shall provide a recommendation on the submittal to the OWNER. The CONSULTANT shall also receive and respond to contractor Requests for Information (RFI) or request for clarification of the contract documents or design intent. The CONSULTANT 2.6.3 Startup Assistance The CONSULTANT shall assist the OWNER and the contractor during checkout, startup and commissioning. It is anticipated that installation, startup and acceptance will be completed one pump at a time to ensure the facility can remain operational throughout construction. CONSULTANT startup and testing assistance will include presence at startup testing; providing technical guidance during operational confirmation and acceptance testing; and reviewing test data. The CONSULTANT shall be available for a one four-hour day for startup and testing. Review of Contractor Pay Applications is not included in this scope of services. 2.7 Task 8 — Post -Construction Activities The CONSULTANT will provide the following services during and subsequent to the completion of the construction: 2.7.1 Record Drawings: CONSULTANT will prepare final record drawings from the Contractor supplied "as -built" information. The CONSULTANT provide COUNTY with one PDF set. 3 SCHEDULE A preliminary schedule of the work (calendar days from notice to proceed) is summarized below. The schedule is based upon a notice to proceed (NTP) date of February 8, 2019. Table 3. Preliminary Schedule Milestone Calendar Days to Complete Task Completion Date (Calendar Days from NTP) Completion Date Notice to Proceed (NTP 25 -Mar -1 Kick-off Draft TM 14 14 30 44 County Review 14 58 8 -Apr -19 8 -May -19 22 -May -19 Final TM 30 88 21 -Jun -19 90% Submittal 60 148 20 -Aug -19 County Review 14 162 3 -Sep -19 100%/Bid Ready Submittal 21 183 24 -Sep -19 Bidding Services As needed Construction As needed (estimated 6 Management Services months of construction) 4 COMPENSATION AND METHOD OF PAYMENT The compensation to be paid to the CONSULTANT for providing the services described in the above scope of work will be on a "lump sum by task" basis as described in the breakdown provided in the Attached Fee Schedule. The lump sum compensation for labor services shall not exceed $66,523. The CONSULTANT may adjust budget between tasks as needed, if the total lump sum is not exceeded. The CONSULTANT will submit invoices to the COUNTY's Project Manager for work performed during each calendar month. Invoicing will be accompanied by a brief description of the work effort completed during the billing period. 5 ASSUMPTIONS/EXCLUSIONS The following text describes the assumptions made in the creation of this scope of services and the estimated engineering services fee for this project. Should the scope of the work of the project exceed these assumptions, the CONSULTANT may request additional fees. Assumptions include: • No permits are required • The COUNTY will provide available record drawing of the existing facilities • Resident Inspection will be performed by the COUNTY or another designated representative. • Verification of construction activities will be performed by the COUNTY or other designated representative. • Construction and field reports will be developed by the COUNTY or other designated representative. O/aRCJaDIS Design & Consultancy for naturatand built assets I Men River County Cental Wastewater Plant RASIWAS Pump ReMacem,M Des, Fee Eabmale 81.730.40 19.517,20 RP 643MAS Fee Emesse_eas 15,387,52 87.74,56 820,700.00 112,14.00 17.549.08 80.00 1 of 1 119/2019 Pnnci I Sr. Project Mane r Sr. Mechanical I Cel / EoMmwnel3al E /neer Sr E Engineer (Mechanical / Civil / Emkanm Elac0kal E 0800 Orator TOW 50009 TOW Labor Cost Enum TOW Cost M ice arq 834301 Reports 2 8 10 12.163 1250 12 413 52.413 Task •Tot Hours 2 6 0 0 0 0 0 0 /0 92.163 1250 MEW" RkOaIIMaa611p A.bg61erv0w 4 1 4 8 8 12 16 82.091 81.899 12 oot SI 090 -- 13.999 -. - Task 2 -Total Hours 6 4 4 e 42 o 6 9 26 63,989 50 Mec0ar0ca0yard Piping 1 .4 MEN 36 15 OW 15.080 32881 51.104 Ek0rica0I0C Prop Preliminary Design TM Oran and Finals 4 6 16 20 6 62.881 81,104 OAIOL2 2 4 8655 1465 72.81 -Total Horns 2 2 ♦ 6 w 16 a 6 46 66,645 *4 36,946 66% Deur Me06410aV0,la PI984 6 24 24 9 56 87.643 97.663 '84b43146C 19 24 16 58 87.692 57,932 00 60%Total 2 2 4 4 6 16 26 04 48 6 6 111 61,266 616,272 to 618,272 100%999349 feta Randy) MMrMOewad Pg9p 4 8 12 21 82.669 12.986 ElKbk.R6C 4 8 12 11,771 11.717 0C 100% Tad 2 2 1 4 4 4 6 8 12 0 6 42 81,200 28.845 60 66.045 Zask 470WNM. 4 0 12 22 32 0 62 0 152 522.017 10 122,317 alatilk .., Whip OapwNnad FOEP Co,M60e4en Parts 651 !.:SOMM MINIMMini®t1 _ 0 ..d9.--MEMENNI 0 0 10 SO S0 10 0 0 0 0 S0 60 Take -TOW Hee. 0 0 0 0 0 SO •4 Respond 15 Sdden RCB a 8 8 14 Elm 12.210 3500 1417 82210 2 2 RMw8W Contemn bocla9ank 24 4 6 9 18 1985 12.116 1885 92.116 _ 0 2 10 0 1500 Task 6• Total Hours 20 0 6 0 44 15.729 17.226 =MU.yam Meetings and Site 0601 4 0 4 IMMINEME7' 24 24 . -- W 18436 51,000 7 19.836 201,40041 Review RFI Response 2 2 4 4 16 4 18 34 11 14,849 92,331 Startup 2 4 4 10 81,770 31.778 Task 7 -Total Hours 0 10 12 12 44 48 0 0 110 117,706 81,000 615,765 Record Drawings .. 2 2 _ 2 45 8 14 ogimmintimaaa.,- 81,840 -0 51,640 F 8 Tisk 8 -Total Hours8 2 0 - 2 0 0 14 51;640 SO 11448 �•SO 405991 Abxanca 0 b 0 0— 0 50 Task II -Total Hours 0 0 0 50 Total Hours and Fee 6 44 32 40 150 88 76 0 44 164.773 11,750 066.523 P3oles, Billable Rales 121630 6216.30 1166.45 9168.36 8140.110 1138.00 899.33 388.42 81.730.40 19.517,20 RP 643MAS Fee Emesse_eas 15,387,52 87.74,56 820,700.00 112,14.00 17.549.08 80.00 1 of 1 119/2019