HomeMy WebLinkAbout2022-231CCNA2018 WORK ORDER 56
CENTRAL (GIFFORD) WASTEWATER TREATMENT PLANT
GENERATOR REPLACEMENT
This Work Order Number 23 is entered into as of this 8th day of Nov. '2022, 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 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.
CONSULTAP
Kimley-Hort
By:
Print Name:
Title:
BOARD OF COUNTY COMMISSION
Inc. OF INDIAN RIVER COUNTY
1
By:
ood, P.E. Peter D. 0' Bryan, Chair a
Principal BCC Approved Date
November 8, 2022
••Y hhw hYh
ERS..••�pAti .....
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: dILL6LL�
Deputy Clerk L)
Approved:
Jason EJBrokvn, Countv—ATministrator
Approved as to form and legal sufficiency:
Dy n T. Reingold, County Attorney
EXHIBIT #A
Indian River County Department of Utility Services
Central (Gifford) Wastewater Treatment Plant Generator Replacement
PROJECT UNDERSTANDING
Indian River County Department of Utility Services (IRCDUS) owns and operates the
Central (Gifford) Wastewater Treatment Plants (WWTP), which has two (2) standby
generators to provide emergency backup power to maintain operations during instances
of utility primary power loss. The following information is provided on the existing
generators:
Central WWTP
o One 1,000 -kW generator with 5,200 -gallon aboveground diesel fuel
storage tank & day tank, and
o One (1) 365 -kW generator with 2,000 -gallon aboveground diesel fuel
storage tank & day tank
The generators are reaching the end of their useful life and replacement is necessary.
Kimley-Horn recently prepared an evaluation of the existing generators at the North,
Central and South WWTPs which outlined recommendations for replacement. As part
of the Central WWTP evaluation, the following recommendations were provided:
• Eliminate the existing 365 -kW generator
• Replace the existing 1,000 -kW generator with new, equal size unit
• Replace the two (2) existing Automatic Transfer Switches (ATS) with new
• Replace day tank and generator exhaust
• Structural modifications to facilitate replacement
The following scope is provided to prepare design documents for the proposed
improvements, assist with bidding of the proposed improvements and construction
phase services.
SCOPE OF SERVICES
TASK 1— Design Phase Services
Consultant will utilize the services of C&W Engineering to provide electrical
engineering professional services related to design, bid and construction phase for the
proposed generator replacement.
Consultant will perform up to two (2) site visits to confirm/verify existing field
conditions in preparation of the design documentation.
\\wpbfiler0l\Project0l\FL_WPB\Data\WPB_Civil\General\Black\Florida\IRCU\Central WWTP Generator Replacement\20221013
- DRAFT Gifford WWTP Gen .doc
Consultant will prepare design documents for replacement of the existing diesel day
tank and fuel piping to/from the proposed generator.
Consultant will design the replacement exhaust piping and silencer. Since IRCDUS is
not on Florida Power and Light Load Shedding Agreement, the exhaust system will be
standard sound attenuation and will not include SOx/NOx emissions reduction.
Consultant will prepare design for replacement of sound attenuation wall to be replaced
as part of the generator replacement.
Consultant will develop demolition drawings for the existing 365 -kW generator, diesel
day tank and bulk tank.
Consultant will provide suggested phasing for the proposed improvements.
It is assumed approximately 25 sheets will be generated as part of the design
documents.
Consultant will prepare 90% deliverable review package consisting of plans,
specifications and Opinion of Probable Construction Costs (OPCC) and submit to
IRCDUS. Consultant will prepare finalized design documents based on IRCDUS
comments and use for bidding.
Consultant will attend one (1) meeting with IRCDUS. Consultant will incorporate
comments from Client, fmalize and submit the documents to IRCDUS for bidding.
Task 2 — Bid Phase Services
IRC purchasing department will advertise and administer the procurement of the
bidding and respond to potential bidder questions. Consultant will review IRC front-
end documentation and provide comments for IRC implementation for bidding.
Consultant will attend pre-bid meeting, respond to contractor or supplier questions and
prepare addendum(s), if required, which will be distributed to all the contract document
holders by IRC purchasing department.
Consultant will review bids, provide a summary of comments, and a letter that identifies
the lowest responsive, responsible bidder.
Task 3 — Construction Phase Services
Consultant will attend one (1) pre -construction meeting with the Client and the selected bidder.
Consultant will provide signed and sealed design documents to the Contractor for the building
permit application package. Consultant will respond to reasonable number of comments during
the permit application review.
\\wpbfi1er0I\Project0I\FL_WPB\Data\WPB_Civil\General\Black\Florida\IRCU\Central WWTP Generator Replacement\20221013
- DRAFT Gifford WWTP Gen .doc
Consultant will visit the site up to four (4) times during construction.
Consultant will review payment applications and change order requests. We assume that three
(3) applications for payment will be submitted.
Consultant will issue clarifications and interpretations.
Consultant will review Shop Drawings and Samples. We anticipate that up to four (4)
submittals will be required for review with one round of return submittals for additional review.
Consultant will review the project at the substantial completion date and develop punchlist. It is
assumed that there will be a substantial completion walk through at the end of project.
Consultant will witness load -bank testing for the new generator with the Contractor and
generator supplier.
Consultant will conduct final walk through upon Contractor notification that the punchlist has
been completed.
Consultant will review Contractor's closeout documentation including record drawings,
Operation and Maintenance Manuals, Consent of Surety, Release of Liens, and final application
for payment.
SCHEDULE
Consultant will complete these tasks in a timely manner and mutually agreed upon
schedule.
FEE SCHEDULE
We will provide these services in accordance with our Continuing Consulting
Engineering Services Agreement for Professional Services dated April 17', 2018, 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 1: Design Phase Services $ 101,371
Task 2: Bid Phase Services $ 7,330
Task 3: Construction Phase Services $ 49,994
Total Tasks 1-3: $ 158,696
ADDITIONAL SERVICES
The following services can be provided as additional services under separate future task
order:
• Surveying and Mapping
\\wpbfiler0l \Project01 \FL_WW
TP W TP Generator Replacement\20221013
- DRAFT Gifford WWTP Gen .doc
• Geotechnical Investigation
• Fuel Tank Design
• Coordination with property owners and recording easements for the generator
installation.
• Construction Phase Services
INFORMATION PROVIDED BY OWNER
• Record drawings
• Access to WWTP site
• FPL bills
\\wpbfiler01 \Project0I \FL_WPB\Data\WPB_Civil\General\Black\Florida\IRCUW
\Central WWTP Generator Replacement\20221013
- DRAFT Gifford WWTP Gen .doc
PR07ECr:GdrordWWTPGenerator Replacement SHEET 1 OF I
CLIENT: Indian River County Utilities FILE NO.
ESTIMATORNB DATE 10/13/2022
DESCRIPTION:
Gifford WWTPGenemtorReplacement
DIRECT
LABOR MAN-HOURS
PRfNC
SIN
PROF
REG
PROF
DES/
P2
CL.K
PI
EXP
SUB
EXP
SUB
Dv lap
4.81/
LINE
TOTAL
NO. TASK
t Design Phase Services
Site Visits >2
6
12
t'_
$152
$3,464
Diesel Day Tank Selection
5
8
573
$1,663
Lahaust Pipmg & Muffler Design
6
8
$80
$I 820
Sound wall Breakdown and New
6
8
$80
$1820
365kW & App. Demolition
8
12
$113
W73
Plansheets )S KHA
20
40
60
$596
$13,556
Specifications
8
20
30
5284
$6,464
OPCC
6
10
$90
040
Review Meeting xl
4
6
S57
$1 ,287
Finahze Deliverables
4
6
12
20
$229
SS
QA/QC,209
6
$65
$1475
C&W Engineering
$60000
$0
$60000
2 Bid Phase Services
Coordination w/ Purchasing, front-end review
4
$28
$628
Pre-bid Meeting
4
4
$47
$1,067
Questions?
5
10
$83
$1,883
Bid Review Letter
2
4
$33
$753
C&W EnRinecring
53,000
$0
$3000
3 Construction Phase Services
Pre -con Meeting
4
6
$57
$1,287
Buildmjz DeDt Coordination & Prints
2
6
4
$60
$1,374
Site Visits x4
4
10
20
20
5295
$6,715
Pay App Review x3
3
5
10
$114
$2,589
Clarifications & Interpretations
2
4
8
$87
$1,9
Shop Drawmg Review x4
2
10
16
$167
$3797
Punch list Walk Through &Development
4
6
S57
$1,287
Load Bank Testing
6
$41
$941
Final Walk Through
4
6
$77
$1757
Closeout Documentation Review
4
6
S57
$1 287
QA/QC4
$43
$983
C&W Engineering
$26,000
$0
$26,000
TOTALHOURS
10
17
143 1�2381
1461 0
$89000
$3,065
$158,696
LABOR VHOUR
235
225
1501
1051
961 25
$01
I0
SUBTOTAL
2350
38151
214501
249901
14016 0
$89,0001
$155.6311
$0
\\wpbfiler0l\ProjectOl\FL_WPB\Data\WPB_Civil\General\Black\Florida\IRCU\Central WWTP Generator Replacement\20221013
- DRAFT Gifford WWTP Gen .doc
C & W engineering Inc.
Consulting Engineers — Electrical • HVAC • Plumbing
6903 Vista Parkway North, #10
West Palm Beach, FL 33411
(561) 642-5333
Revised October 06, 2022
Nick Black, P.E.
Kimley-Horn & Associates, Inc.
1920 Wekiva Way
West Palm Beach, FL 33411
Subject: Indian River County Utilities, "Gifford" Central Waste Water Plant — Main Generator
and ATS Replacement, Emergency Power Feeder to Solids Building
Design/Permitting/Bidding/ Construction Services — Electrical Proposal.
C&W Ref. 226607
Dear Mark:
I am pleased to submit this proposal for IRC Utilities "Gifford" Wastewater Treatment
facility design phase, bidding and permitting phase, and construction phase services proposal
for the replacement of the main plant ATS switch, and 1 MW generator unit, also to demolish
the existing Sludge facility 365kW generator, and transfer switch, provide a new ATS switch
and an emergency feeder from the new 1 MW generator to the Sludge plant.
Project Understanding:
1. Investigate the existing electrical system and design the replacement of the existing
1 MW generator, 2000A ATS switch, provide a temporary emergency service with
temporary wiring to keep the wastewater facility backed up by a rental generator unit
and a temporary ATS switch.
2. Design an underground power feeder from the main electrical room/ new 1 MW
generator to the Solids Sludge Building ATS.
3. Provide a sequence of demolition and installation/replacement that is most efficient in
keeping plant load on normal power; while minimizing the number of shut downs and
the number of temporary transfers of power.
4. Replacement of existing ATS equipment and generator unit will include integration to
the existing plant PLC and SCADA systems. The new equipment will be designed to
provide status of ATS switch positions and any equipment alarms such as loss of
C&W Ref. 226607
phase.
5. Provide electronic metering at center pole of ATS switch to monitor kW usage, amps,
volts and frequency across the three phases and provide information to SCADA.
6. Generator replacement shall be limited to Tier 2/3 class.
Task 1 - Preparation of Design Documents Phase:
1. Coordinate with Civil, Mechanical and plant I&C the engineering and design of the
proposed demolition, and replacement of the electrical emergency equipment and
design of the solids building emergency underground feeder, and termination at existing
switchgear/ATS equipment. Include demolition of the Solids 385kW mains switchgear
plant equipment.
2. We anticipate 16 to 18 electrical drawing sheets to provide bid documents during the
design phase. This shall include specifications related to the division 16 equipment
covered in the design documents.
3. Design drawings shall include existing equipment electrical demolition with a demo
oneline diagrams at each main and solids electrical equipment rooms, a temp power
oneline, a proposed new power oneline, new ATS and switchgear
modifications/upgrades needed for the new ATS switch.
4. PLC 1/0 status of ATS switch and main switchgear, power and control raceways, plans
of electrical room demo and install, electrical equipment elevation details, and other
electrical details as required.
5. Coordinate with the Civil and Structural Kimley Horn drawings for the removal of the
1 MW generator. We anticipate demo and rebuilding of one of the walls to facilitate the
removal and placement of the 1 MW generator.
6. Electrical design sequence of demolition, temp power, and installation of new
equipment. Approach will be to minimize any of the needed shut downs and keep most
of the plant equipment running as demolition and installation phases are implemented.
7. Prepare Opinion of Construction costs for the proposed 60% and 90% design phase.
8. Attend review meetings during design phase for 60% and 90% document submittals.
9. Prepare final 100% documents.
Task 2 — Bidding/Permitting Phase:
1. Prepare electronic copy of documents for IRC purchasing department.
2. Attend a per -bid meeting and respond to potential bidder questions.
3. Prepare addendum items, if required.
4. Provide supporting documents as needed and respond to any reviewer comments.
5. Provide a conformed set of drawings and signed and sealed permit drawings for the
building department.
Task 3 - Construction Phase:
1. Review of the equipment shop drawings, including rental equipment, and Contractor's
proposed sequence of demolition, shut downs, and installation.
C&W Ref. 226607
2. Respond to Contractor RFIs
3. Attend a per -construction meeting, provide time for up to six (6) field visits, during
different stages of the construction; some visits may also include attending a progress
meeting and provide an email report of visit.
4. Witness a startup and testing phase, including provide a punch of electrical items found
during startup visit.
5. Provide the Owner with As -built drawings, based on Contractor redlines.
FEE SUMARY
Task 1: Design Documents Phase: $60,000.00, lump sum
Task 2: Bidding/Permitting Phase: $ 3,000.00, lump sum
Task 3: Construction Phase: $26,000.00, lump sum
I trust the above scope is in agreement with your needs and expectations. If you have
questions or comments regarding the above, please call or write.
Very truly yours,
C & W Engineering, Inc.
Michael Guida, P.E.
JLR/nl/file