Loading...
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