Loading...
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