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