Loading...
HomeMy WebLinkAbout2022-247ATKINS CCNA2018 WORK ORDER 08 Central WWTF Sludge Tank Odor Control Facility This Work Order Number 08 is entered into as of this 6 day of Dec. -'202Z, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17' 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 Atkins ("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 all in accordance with the terms and provisions set forth in the Agreement. Pursuant to Paragraph % 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 a.�pue,., '�p;�1MlSSj`" CONSULTANT: BOARD OF COUNTY COMMISSIONER' OF N IVER COUNTY V By: y• ,� �~ 'oma•: B Joseph H. Earman, Chairman •s9t: .. �. Print Name: Chris Rader, PE Title: Sr. Division Manager BCC Approved Date: December 6, 2022 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deput Jerk tApproved: r�, ��= Jas n Brown, County Administrator Approved as to form and legal sufficiency: D an T. Reingold, County Attorney 1 ATKINS INDIAN RIVER COUNTY UTILITIES DEPARTMENT WORK ORDER No. 8 Exhibit A: SCOPE OF SERVICES Central WWTF Sludge Tank Odor Control Facility Background In March 2022, Indian River County Utilities Department (County) requested that Atkins (Consultant) provide technical services to design an odor control system for the sludge holding tank at the Central (Gifford) WWTF. The original odor control facility at this location was demolished in 2012 as part of the Central Wastewater Treatment Facility Sludge Handling Facility Modifications Project and was not replaced due to budget constraints. However, the adjacent land is being developed and the County would like to ensure that any potential odor issues associated with the sludge holding tanks are addressed. To determine the scope of services required, Atkins visited the Central WWTF on March 25 and discussed the anticipated improvements at the existing facility with County Staff. During that site visit, it was determined that the integrity of existing odor control fiberglass reinforced piping (FRP) had been compromised and would require replacement. In addition, it was determined that there was sufficient space to locate the odor control facility on either side of the sludge holding tank. Scope of Services This Scope of Services is for technical services associated with the design of an odor control facility for the Central WWTF Sludge Holding Tank. Upon Notice to Proceed, the Consultant will provide professional services associated with improvements. The design services will culminate in Contract Bid Documents and will include permitting and bidding services. Task 01 Project Management a. General Project Administration This task consists of overall management of the Project including contract administration, budget management, invoicing, monthly status reports, project scheduling, facilitating and coordinating internal design meetings, and coordination with the Consultant's subconsultants. b. Meetings Consultant will facilitate three in-person submittal review workshops and up to six virtual project progress meetings with the County, including scheduling, preparing agendas and distributing meeting minutes. Task 02 Survey a. Survey Surveying will be provided by the Consultant's in-house surveying crew. The survey will be utilized to verify the elevations of existing grade and elements IRC Central WWTFSludge Tank Odor Control Exhibit A. Scope of Work ATKINS associated with the sludge tanks and odor control piping and pipe supports at the Central WWTF Sludge Tanks. Task 03 Preliminary Design Report a. Draft Preliminary Design Report The Consultant will prepare a Preliminary Design Report (PDR) containing process flow diagrams, preliminary equipment layouts and equipment cutsheets, and preliminary electrical one -line diagrams. Upon submittal, the Consultant will schedule a review meeting with County Staff. The Consultant will prepare a meeting agenda and up to three members of the Consultant's Team will attend the Workshop. Meeting notes will be taken by the Consultant and distributed within three (3) days of the review meeting. b. Final Preliminary Design Report Following the Workshop, the PDR will be updated to address review comments. One (1) electronic copy and two (2) hard copies of the Final PDR, along with an electronic version of a spreadsheet showing adjudication of Client review comments, will be provided to the County PM for distribution. Task 04 Final Design a. 90% Contract Documents The Consultant will prepare and submit 90% construction documents. The construction documents will consist of the following: • Up to 20 technical specification sections inclusive of Division 1 and technical specifications. • Up to 25 design drawings including general, mechanical process, structural, electrical, and instrumentation and control disciplines. The list of drawings are provided in Exhibit A. A draft Bid Form and Consultant's opinion of probable cost will be submitted with the construction documents. The Consultant will provide one (1) electronic copy and four (4) draft hard copies to the County PM for distribution and review. Upon the submittal of the 90% Design Documents, the Consultant will schedule an in-person meeting to discuss review comments with the County PM and Plant Staff. Consultant will prepare a meeting agenda and up to four members of the Consultant's Team will attend the meeting. Meeting notes will be taken by the Consultant and distributed within three (3) days of the review meeting. b. 100% Contract Documents The Consultant shall address comments from the 90% contract documents Review Meeting and will prepare and submit 100% construction documents, consisting of the following: 3 IRC Central WWTF Sludge Tank Odor Control Exhibit A. Scope of Work ATKINS • One (1) copy of a summary of the Consultant's responses to comments provided during the 90% review meeting. • Four (4) hard copies and one (1) electronic copy in PDF format of the signed and sealed Construction Documents. • One (1) copy of the updated Consultant's revised OPCC and Bid Form. Task 05 Bidding Support Services a. Pre-bid Meeting Consultant will attend a pre-bid meeting scheduled by the County and present technical information, project details and all information prudent to bidders. b. RFI/Addendum Consultant will consider written questions from bidders related to the Project and prepare all addenda as required to interpret, clarify or expand the Contract Documents. Submit maximum of two (2) addenda to County Project Manager in a timely manner that allows reception of addenda by all bidders with the final addendum to be provided no later than a minimum of five (5) days prior to bid opening date. c. Bid Recommendation Then Consultant will review the Contractor's bid submittals and make a recommendation to the County. Deliverables Task Deliverable 1 Project Management 2 Survey 3 Preliminary Design Report 4 Final Design 5 Bidding Support Services Schedule The anticipated schedule shown below is based on the weeks after the formal issuance of the notice to proceed by County: Task Project Kick -Off Meeting Begin Survey Activities Data Collection and Review Draft Preliminary Design Report Duration from NTP 2 weeks 6 weeks 4 weeks 12 weeks 4 IRC Central WWTF Sludge Tank Odor Control Exhibit A. Scope of Work Task Review Meeting Final Preliminary Design Report 90% Design Review Meeting Final Design — Bid Documents Bidding Support Services Quality Control Duration from NTP 14 weeks 17 weeks 26 weeks 28 weeks 32 weeks TBD ATKINS Consultant will be responsible for the professional quality of all deliverables. This shall include an internal Quality Assurance Plan that, as a minimum, provides review of all deliverables and significant calculations by another qualified professional that was not responsible for preparing the deliverable or calculation. Assumptions The following assumptions have been made in the development of this scope of work, schedule, and fee: General • The record drawings, "as-builts," calculations, and information on any upgrades for the sludge holding tank and I&C system are available and will be furnished to consultant. • The design will be based on the federal, state, and local codes and standards in effect at the start of the project. Any changes in these codes may necessitate a change in scope. • The drawings will follow Atkins CAD standards. Atkins master specifications will be used as the basis for Division 1 and all technical specifications. • County Staff will provide Division 0 and associated front end documents. • Electronic seal and signatures are acceptable. • Attendees of the review meetings are designated as decision makers. • Data requests will be addressed within five (5) calendar days. • Facilities or areas to be surveyed are readily accessible. • FDEP permitting is not required for this project. No permitting support or fees are included in this scope. Existing Conditions/ Scope of Work • The existing electrical feed to the facility will be sufficient for any increase in power required for the new odor control equipment. This will be verified during preliminary engineering to allow adequate time for external coordination, if required. • Landscaping will not be included in this project. 5 IRC Central WWTF Sludge Tank Odor Control Exhibit A. Scope of Work ATKINS • Existing concrete pads, driveways, stairways, and housekeeping pads will remain as is and are sufficient for use in supporting the odor control system. New housekeeping pads for the Odor Control system will be provided. • The location of subsurface improvements such as underground utilities are not included in this proposal. Technical • An overall hydraulic profile will not be included in the drawings. • No site civil work beyond odorous air pipe routing will be required as part of this project. • No SCADA updates are required beyond 1/0 re-routing associated with odor control. • The existing survey controls points are located on-site or no farther than a quarter mile away from the facilities. Exclusions The following items are excluded from this scope of work: • Destructive inspection. • Material testing or sampling. • Inspections of enclosed areas. Compensation Consultant proposes to perform the work described in Tasks 1— 5 on a Fixed Fee basis with budgets between the sub -tasks and expenses being interchangeable as needed. The estimated total engineering fee including labor and expenses associated with the scope of work is not to exceed $129,149 as summarized in the table below and presented in detail in Exhibits B and D. Task No. Task Fee 1 Project Management $18,282 2 Survey $14,688 3 Preliminary Design Report $32,590 4 Final Design $55,025 5 Bidding Support Services $7,134 Expenses $1,430 Total Fee $129,149 R ATKINS Exhibit B Atkins Cost Detail ATKINS Member of the SNC-Lavatin Group Cost Proposal - Detail Central WWTF Sludge Tank Odor Control Facility Indian River County Submittal Date: Nov -30-2022 Task# Resource Description O/H Rate Unit Qty Extended Price Category Pool 01 Project Management Labor Sr Project Manager Home 220.00 Hr 48.0 10,560.00 Sr Engineer I Home 136.00 Hr 42.0 5,712.00 Engineer II Home 110.00 Hr 6.0 660.00 Labor Total 96 16,932.00 Subcontract & Consultants 1,350.0 1,350.00 Bailey Electrical 1.0 LS 1,350.0 1,350.00 Subcontract and Expenses Total 1,350.00 01 Project Management Total 18,282.00 02 Data Collection/Survey Labor Sr Project Manager Home 220.00 Hr 2.0 440.00 Sr Engineer I Home 136.00 Hr 2.0 272.00 Sr Designer II Home 154.00 Hr 8.0 1,232.00 Sr Surveyor I Home 136.00 Hr 24.0 3,264.00 Surveyor II Home 110.00 Hr 48.0 5,280.00 Surveyor I Home 105.00 Hr 40.0 4,200.00 Labor Total 124 14,688.00 02 Data Collection/Survey Total 14,688.00 03 Preliminary Design Report Labor Sr Project Manager Home 220.00 Hr 24.0 5,280.00 Sr Engineer IV Home 240.00 Hr 16.0 3,840.00 Sr Engineer I Home 136.00 Hr 76.0 10,336.00 Engineer 11 Home 110.00 Hr 28.0 3,080.00 Sr Designer 11 Home 154.00 Hr 26.0 4,004.00 ATKINS Member of the SNC-Lavatin Group Cost Proposal - Detail Central WWTF Sludge Tank Odor Control Facility Indian River County Submittal Date: Nov -30-2022 Task# Resource Description O/H Rate Unit Qty Extended Price Category Pool Labor Total 170 26,540.00 Subcontract & Consultants 6,050.00 Bailey Electrical 1.0 LS 6,050.0 6,050.00 Subcontract and Expenses Total 6,050.00 03 Preliminary Design Report Total 32,590.00 04 Final Design Labor Sr Project Manager Home 220.00 Hr 36.0 7,920.00 Sr Engineer IV Home 240.00 Hr 42.0 10,080.00 Sr Engineer I Home 136.00 Hr 88.0 11,968.00 Engineer II Home 110.00 Hr 32.0 3,520.00 Sr Designer II Home 154.00 Hr 68.0 10,472.00 Labor Total 266 43,960.00 Subcontract & Consultants 11,065.00 Bailey Electrical 1.0 LS 11,065.0 11,065.00 Subcontract and Expenses Total 11,065.00 04 Final Design Total 55,025.00 05 Bidding Suport Services Labor Sr Project Manager Home 220.00 Hr 12.0 2,640.00 Sr Engineer I Home 136.00 Hr 18.0 2,448.00 Sr Designer II Home 154.00 Hr 4.0 616.00 Labor Total 34 5,704.00 ATKINS Member of the SNC-Lavalin Group Cost Proposal - Detail Central WWTF Sludge Tank Odor Control Facility Indian River County Submittal Date: Nov -30-2022 Task# Resource Description O/H Rate Unit Qty Extended Price Category Pool Subcontract & Consultants 1,430.00 Bailey Electrical 1.0 LS 1,430.0 1,430.00 Subcontract and Expenses Total 1,430.00 05 Bidding Suport Services Total 7,134.00 06 Expenses ODCs 1,180.00 Mileage 0.58 MI 1,000.0 580.00 Shipping & Postage 1.0 LS 100.0 100.00 Copies & Prints 1.0 - 500.0 500.00 ODCs 250.0 250.00 Survey Expenses 1.0 LS 250.0 250.00 Subcontract and Expenses Total 1,430.00 06 Expenses Total 1,430.00 Sub Total 129,149.00 Proposed Profit 0.00% - Success Fee - Total Extended Price 129,149.00 ATKINS Exhibit C Schedule ATKINS Schedule The anticipated schedule shown below is based on the weeks after the formal issuance of the notice to proceed by County: Task Duration from NTP Project Kick -Off Meeting 2 weeks Begin Survey Activities 6 weeks Data Collection and Review 4 weeks Draft Preliminary Design Report 12 weeks Review Meeting 14 weeks Final Preliminary Design Report 17 weeks 90% Design 26 weeks Review Meeting 28 weeks Final Design — Bid Documents 32 weeks Bidding Support Services TBD ATKINS Exhibit D Bailey Electrical Proposal May 13", 2021 EWLEY o c Ms. Yvonne Picard, PE ATKINS North America, Inc. 482 South Keller Road Orlando, FL 32810-6101 Re: Indian River Central WWTF Sludge Tank Odor Control Facility Vero Beach, Florida Dear Ms. Picard: We are pleased to submit our proposal for electrical and instrumentation engineering services for the above project. The following serves to provide an overview of the engineering services Bailey Engineering Consultants, Inc. (BEC) intends to furnish on the above referenced project to Atkins. Your signature on this agreement will serve as your letter of intent. Our services shall include completed drawings for the work, specifications, opinion of probable construction cost estimate covering all phases of our design in accordance with a format determined by you. Our work scope shall include the following: Task 01— Proiect Management & Progress Meetings 1. BEC shall attend the kick-off meeting for the project to discuss the detailed project approach, the project schedule, and the budget. Task 02 — Survey 1. By Others. Task 03 — Preliminary Design Report 1. Data Collection, Review, and Conceptual Design a. Conduct site visit as required to identify site -conditions for the associated electrical and instrumentation improvements. b. Evaluate options for the proposed improvements. c. Attend one (1) meeting with CITY to present and review the findings and results of the preliminary engineering. 2. Deliverables: a. Draft Preliminary Design Report. BEC shall submit electronic copies in PDF. Additional reproduction by others. 10620 GR,ITTIN ROAD, SVITE 202 • COOPER, CITT, AFL • 33328 T,"CONE: 954-448-7930 • TAX. 954-713-9959 0 Ms. Yvonne Picard, PE Page 2 May 13", 2021 b. Final Preliminary Design Report. BEC shall submit electronic copies in PDF. Additional reproduction by others. Task 04 - Final Design 1. Design of electrical system and I&C as required for Odor Control facility. 2. Design of the interface with existing WWTF electrical and I&C system. 3. Miscellaneous Odor Control building electrical and I&C design. 4. Review and coordination of the Odor Control specifications. 5. Attend one (1) meeting as requested to review status and design requirements. 6. Deliverables: a. 90% Submittal. BEC shall submit electronic copies of the plans (in AutoCAD format and PDF), specifications (in MS Word and PDF) and cost opinion (in PDF) to Atkins. Additional reproduction by others. b. 100% Submittal. BEC shall submit electronic copies of the plans (in AutoCAD format and PDF), specifications (in MS Word and PDF) and cost opinion (in PDF) to Atkins. Additional reproduction by others. Task 05 — Biddinp, Support Services 1. Pre -Bid meeting by others. 2. BEC will review the bid submittals and make a recommendation as related to electrical and I&C. Ms. Yvonne Picard, PE Page 3 May 13", 2021 SUPPLEMENTAL SERVICES - Any work requested by the City that is not included in one of the items listed in any other phase will be classified as supplemental services. The attached spreadsheet provides an estimate of our anticipated work effort. Travel to and from the site and other direct costs are included in the overhead rate and will not be billed as a separate line item. Our fee for this work shall be lump sum and shall be billed monthly based on percentage of completion. Our fee shall be payable as follows: Task 01 — Project Management $ 1,350.00 Task 02 — Survey $ 00.00 Task 03 — Preliminary Design Report $ 6,050.00 Task 04 — Final Design $ 11,065.00 Task 05 — Bidding Support Services $ 1.430.00 Total: 19,895.00 Sincerely, / ACCEPTED DATE ATK-22-002D ATKINS Exhibit E Drawings List IRC Central WWTF Sludge Tank Odor Control Exhibit A. Scope of Work IRC Central WWTF Sludge Tank Odor Control SHEET LIST Sheet Title Sheet Number General Cover G-100 Vicinity/Location Map G-101 General Notes & Civil Legend G-102 Mechanical Legend G-103 Demolition Structural/Mechanical Demo Plan SMD -100 Structural/Mechanical Demo Sections SMD -101 Civil Site Plan C-100 Odor Control Piping Plan C-101 Odor Control Piping Sections and Details C-102 Structural -Mechanical Odor Control Plan SM -101 Odor Control Sections SM -102 Odor Control Sections and Details SM -103 Odor Control Sections and Details SM -104 Electrical Electrical Legend E-100 Electrical Site Plan E-101 Single Line Diagram E-102 Electrical Plan View E-103 Electrical Standard Details E-104 Electrical Standard Details E-105 Instrumentation & Control I&C Legend N-100 Odor Control P&ID N-101 Instrumentation Details N-102 Details Structural Standard Details D-100 Mechanical Standard Details D-101 ATKINS