HomeMy WebLinkAbout2019-103CCNA2018 AMENDMENT 1 TO WORK ORDER 1
RAS and WAS Pump Replacement at the Central WWTP
This Amendment _1 to Work Order Number 1 is entered into as of this 9th day of July , 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").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
NumberL , Effective Date March 26, 2019
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work)
attached to this Amendment 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), and within the timeframe
more particularly set forth in Exhibit C (Time Schedule), all in accordance with the terms and provisions set forth
in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set
forth in this Amendment. 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.
CONSULTANT: BOARD OF COUNTY COMMISSIONERVy Goh1M15sio,;'•.
OF INDIAN RIVER COUNTY• �•
•.• `c9tp
By: `�� VOA lJ'''�' �., 'Qc
Bob Solari , •Chaje nan _ o.
•^../ER cowl
By:
Print Name:
Title:
David O'Connor
Associate Vice -President BCC Approved Date:
July 9, 2019
Attest: Jeffrey R mith, Clerk of Courtnd Comptroller
614A)
By:
Dep
Approved:
Approved as to form and legal sufficiency:
Jason E. ro . County A nistrator
n T. Reingold, County Attorney
ARCADIS
ATTACHMENT A
ADDITIONAL SCOPE OF SERVICES
PROFESSIONAL ENGINEERING SERVICES
FOR
RAS AND WAS VFD AND ROTARY DRUM THICKENER
REPLACEMENT AT THE CENTRAL WASTEWATER PLANT
1 OVERVIEW
Design & Consultancy
for natural and
built assets
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 under the Continuing Consulting Engineering Services Agreement
for professional engineering services dated April 17, 2018. The terms and conditions of the referenced
Contract apply. This scope is an addendum and the additional design items will be added on to the
existing scope of work approved on March 26, 2019.
1.2 Design Concept
The original design concept as discussed on a call between COUNTY and CONSULTANT on January 9,
2019 and approved by the County commission on March 26, 2019. The concept was then amended, and
additional scope was requested on May 3, 2019. The additional scope of services includes the following
items:
• Replace the existing VFD's for each of the RAS and WAS pumps (10 total)
• Replace the existing level sensors (4 total) with two (2) in the RAS/WAS splitter box and two (2) in
the thickened sludge storage tanks.
• Replace the existing 150 gpm rotary drum thickener (RDT) with a new unit rated at 300 gpm.
• Develop phasing plan for construction to ensure continued operation
• Develop bid documents, provide pre-bid support, and bid recommendation
ARcAD I SDesign us ralCoannsultarduy
fornat
built assets
• 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,
ARCADIS
Design & Consultancy
for natural and
built assets
valves, wiring and appurtenances and variable frequency drives associated with the RAS/WAS Pumps.
Additionally, the consultant will review the existing level sensors within the RAS/WAS splitter box and the
existing 150 gpm rotary drum thickener for replacement. CONSULTANT will review available information
on the existing RAS/WAS Pumps and RDT, 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 equipment manufacturers that can meet the
performance and retrofit requirements to replace the existing equipment 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).
ARCADIS
Design & consultancy
fornaturatand
built assets
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:
ARGADIS fent&Cansultdncy
fornaturaland
built assets
1. Attend a pre-bid meeting and site visit. COUNTY to prepare and publish all addenda and
clarifications.
2. Prepare draft responses to requests for information from prospective bidders. Prepare responses
for addenda to interpret, clarify or expand the contract documents
3. CONSULTANT will contact up to two references of the apparent low bid contractor to assess
qualifications.
4. 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.
ARD 1 s
:Design & Cvnsulkancy
fornaturaland
built assets
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 7 — 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 an original notice to proceed (NTP) date of March 25, 2019 and a revised date of
June 11, 2019, for the amended scope to go before the County Commission. Design work will still proceed
while the scope and fee are reviewed and amended.
Table 1. Preliminary Schedule
Milestone
Calendar Days to
Complete Task
ARCAD I Sn sets
for natural and
built assets
Completion Date
(Calendar Days
from NTP)
Completion
Date
Notice to Proceed (NTP) 0 25 -Mar -19
Kick-off 39 39 3 -May -19
Revised scope 39 78 11 -Jun -19
Draft TM 30 108 11 -Jul -19
County Review 14 122 25 -Jul -19
Final TM 30 152 24 -Aug -19
90% Submittal 60 212 23 -Oct -19
County Review 14 226 6 -Nov -19
100%/Bid Ready Submittal 21 247 27 -Nov -19
City Review 14 261 11 -Dec -19
Bid Ready Documents 14 275 25 -Dec -19
Bidding Services As needed
Construction Management Services
As needed (estimated 6
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 original agreed upon task order fee is $66,523. The additional design work will be $44,075.00
for the increase in scope. 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.
ARCADIS
5 ASSUMPTIONS/EXCLUSIONS
tor natural fancy
naturaland
buitt assets
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.