HomeMy WebLinkAbout2020-021AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070
South Oslo Rd Water Plant ATS Replacement
This Work Order Number 2 is entered into as of this 6 day of , 202U pursuant to that certain
AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER RESOURCES ENGINEERING SERVICES
RFQ2019070 entered into as of this 5th day of November, 2019 (collectively referred to as the "Agreement"), by
and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and
Kimley-Horn and Associates, Inc., ("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.
CONS
By:
Print
Title: `-�. i o.✓ � i
Attest; Jley R. Smith, Clerk of Court and Comptroller
y.B�J
Deputy Clerk
Approved:
Jason 4. Bro n, County Administrator
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
EXHIBIT #1
Automatic Transfer Switch (ATS) Replacement
at Oslo Road Osmosis Water Treatment Plant
PROJECT UNDERSTANDING
The Oslo Road Reverse Osmosis Water Treatment Plant (ROWTP) standby
power system consists of an automatic transfer switch (ATS) and emergency
backup generator which provide service to the WTP during instances when
utility service is unavailable. The ATS is critical to the operation of the WTP
under periods of inclement weather or power source failure.
The existing ATS, originally manufactured by General Electric, is approximately
thirty (30) years old and is need of replacement. Furthermore, the GE electrical
gear division has since been purchased by ABB, resulting in issues with locating
and acquiring spare parts necessary for operation of the emergency standby
power system. The following scope provides the design and bid phase services
related to the replacement of the ATS at the Oslo Road WTP.
SCOPE OF WORK
Consultant will utilize the services and provide coordination of C&W
Engineering in the execution of these tasks.
TASK 1 - PREPARATION OF DESIGN DOCUMENTS
Consultant will prepare design plans and specifications for ATS replacement.
Design plans and specifications will be submitted to IRCU at the 60%, 90%, and
100% intervals. Design documents will provide recommended sequence of
construction to maintain electrical service to the WTP with minimal shutdown
durations.
Consultant will prepare an opinion of probable construction costs (OPCC)
associated with the proposed improvements at each design interval.
Consultant will provide design deliverables for review by IRCU at the 60% and
90% intervals. Comments from the 90% submittal review will be addressed in
the final (100%) submittal. It is expected that design review meetings will be
held via teleconference calls with the project team at the 60% and 90% design
intervals.
K:\WPB—Civil\General\Black\Florida\IRCU\Oslo ATS\2020.01.22 - Scope - Oslo ATS.docx Pagel of4
TASK 2 - BID PHASE ASSISTANCE
Consultant will attend one (1) pre-bid meeting and answer a reasonable number
of questions from potential bidders regarding the scope of work during the
project advertisement (bid) phase.
Consultant will review bids and prepare a bid review letter that identifies the
lowest, most responsive and responsible bidder.
SCHEDULE
In general, the following schedule is anticipated and consultant will work as
expeditiously as possible to meet it:
Task 1: 10 - 12 weeks from Notice to Proceed (NTP)
Task 2: 3 - 4 weeks after Task 1
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project
but may be required depending on circumstances that may arise during the
execution of this project. Additional services include, but may not be limited to
the following:
• Design phase services beyond those described herein
• Design improvements to Motor Control Center (MCC)
• Additional design meetings
• Construction phase services
K:\WPB_Civil\General\Black\Florida\IRCU\Oslo ATS\2020.01.22 - Scope - Oslo ATS.docx Page 2 of4
FEESCHEDULE
We will provide these services in accordance with our Agreement for Professional
Services for Water Plant and Water Resources Engineering Services _ RFQ 2019070,
dated November 5, 2019, by and between INDIAN RIVER COUNTY, a political
subdivision of the State of Florida ("COUNTY") and Kimley-Horn and Associates, Inc.,
("Consultant").
The Consultant will provide professional services for a lump sum fee as follows:
Task No. Task Task Fee
Task 1 Design $ 26,700
Task 2 Bidding $ 4,700
TOTAL LUMP SUM FEE $ 31,400
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project, but may
be required depending on circumstances that may arise during the execution of this
project. Additional services include, but may not be limited to the following:
• Design meetings beyond those described herein
• Construction phase services
K:\WPB Civil\General\Black\Florida\IRCU\Oslo ATS\2020.01.22 - Scope -Oslo ATS.docx Page 3 of4
z
O
Q
t
0
m
a
MM
O
0
609
EfC'-,
¢
69
6q
bq
cri.
7
E +
EA
69
M
fes,
M
O
f�
Q
^
O
O
oc
N
O
00
y
6n
bN9
rl
�n
N
O
�n
69
69
s
0
x
ET
7o
G
N
Gos
—
N
V
[�
b9
N
✓� n
z
r
y
�
�
L.
Vl
as
A
O
Q
PQ
a
s
0
m
a
FXI-IIRIT ttl
Automatic Transfer Switch (ATS) Replacement
at Oslo Road Osmosis Water Treatment Plant
PROJECT UNDERSTANDING
The Oslo Road Reverse Osmosis Water Treatment Plant (ROWTP) standby power system consists
of an automatic transfer switch (ATS) and emergency backup generator which provide service to
the WTP during instances when utility service is unavailable. The ATS is critical to the operation
of the WTP under periods of inclement weather or power source failure.
The existing ATS, originally manufactured by General Electric, is approximately thirty (30) years
old and is need of replacement. Furthermore, the GE electrical gear division has since been
purchased by ABB, resulting in issues with locating and acquiring spare parts necessary for
operation of the emergency standby power system. The following scope provides the design and
bid phase services related to the replacement of the ATS at the Oslo Road WTP.
SCOPE OF WORK
Consultant will utilize the services and provide coordination of C&W Engineering in the execution
of these tasks.
TASK 1— PREPARATION OF DESIGN DOCUMENTS
Consultant will prepare design plans and specifications for ATS replacement. Design plans and
specifications will be submitted to IRCU at the 60%, 90%, and 100% intervals. Design documents
will provide recommended sequence of construction to maintain electrical service to the WTP
with minimal shutdown durations.
Consultant will prepare an opinion of probable construction costs (OPCC) associated with the
proposed improvements at each design interval.
Consultant will provide design deliverables for review by IRCU at the 60% and 90% intervals.
Comments from the 90% submittal review will be addressed in the final (100%) submittal. It is
expected that design review meetings will be held via teleconference calls with the project team
at the 60% and 90% design intervals.
TASK 2 — BID PHASE ASSISTANCE
Consultant will attend one (1) pre-bid meeting and answer a reasonable number of questions
from potential bidders regarding the scope of work during the project advertisement (bid) phase.
FAUtilities\UTILITY - EMPLOYEE FOLDERS\Terry Southard\Memos\2020.01.22 - Scope - Oslo ATS (002).docx Page 1 of 4
Consultant will review bids and prepare a bid review letter that identifies the lowest, most
responsive and responsible bidder.
SCHEDULE
In general, the following schedule is anticipated and consultant will work as expeditiously as
possible to meet it:
Task 1 10 - 12 weeks from Notice to Proceed (NTP)
Task 2 3 - 4 weeks after Task 1
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project but may be
required depending on circumstances that may arise during the execution of this project.
Additional services include, but may not be limited to the following:
• Design phase services beyond those described herein
• Design improvements to Motor Control Center (MCC)
• Additional design meetings
• Construction phase services
FAUtilities\UTILITY - EMPLOYEE FOLDERS\Terry Southard\Memos\2020.01.22 - Scope - Oslo ATS (002).docx Page 2 of 4
FEE SCHEDULE
We will provide these services in accordance with our Agreement for Professional Services for
Water Plant and Water Resources Engineering Services _ RFQ 2019070, dated November 5, 2019,
by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY")
and Kimley-Horn and Associates, Inc., ("Consultant").
The Consultant will provide professional services for a lump sum fee as follows:
Task No. Task Task Fee
Task 1 Design $ 26,700
Task 2 Bidding $ 4,700
TOTAL LUMP SUM FEE $ 31,400
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project, but may be
required depending on circumstances that may arise during the execution of this project.
Additional services include, but may not be limited to the following:
• Design meetings beyond those described herein
• Construction phase services
FAUtilities\UTILITY - EMPLOYEE FOLDERS\Terry SouthardWlemos\2020.01.22 - Scope - Oslo ATS (002).docx Page 3 of 4
W
z
0
Q
I F-
22
O
O
Vl
�n
O!
W
oc
69
O
_
rn
7
611
9
M
ON
69
.O
X
W
sA
6M�-
N
sA
_
i..
M
O
Cooc
O
N
LL:
N
W U.
0
zO��
a
L�
c
—
—
In
n
n
Q
W
O
N
d9
C
bS
6"i
v
b5
�
o00�
x
0
al
.CJ
O
0. ice,,
•�
.�
^O
.>
N
Q
7