Loading...
HomeMy WebLinkAbout2023-096AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER RESOURCES ENGINEERING SERVICES RFQ2019070 WORK ORDER I D Indian River County Department of Utility Services Oslo Road Water Treatment Plant Sand Strainer Replacement This Work Order Number 10 is entered into as of this 16 day of May 2023 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. CONSULTANT: By: '4144 1141, 1 Print Name: Title: V. La.3,, i BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: Joseph H. Earman, BCC Approved Date: May 16, 2023 .0%1rOMS S ADA✓F�•s �h�irm '••�FR COUNT•.•• Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: J/►, County Administrator Approved as to form and legal sufficiency: C) � County Attorney EXHIBIT #A Indian River County Department of Utility Services Oslo Road Water Treatment Plant Sand Separator Replacement PROJECT UNDERSTANDING Indian River County Department of Utility Services (IRCDUS) owns and operates the Oslo Road Water Treatment Plant (WTP), an 8.57 MGD facility that employs nanofiltration (NF) and raw water blending. Pre-treatment of the Upper Floridan Aquifer (UFA) groundwater consists of sand separator, 5 -micron cartridge filtration and chemical injection. The sand separator is an Automatic Self -Cleaning Inline Filter designed to remove suspended debris and fine sand from the raw water supply entering the plant. The existing sand separator is approximately twenty years old; maintenance has been troublesome and spare parts are difficult to acquire. IRCDUS desires to replace the existing sand separator with new make and model and has requested that Consultant prepare design documents, permitting associated with the replacement. Additionally, IRCDUS has requested the proposed sand separator replacement design documents be incorporated into the ongoing Oslo Road WTP Improvements project, adding the sand separator replacement as a change order to TLC Diversified's existing contract. The following scope of services details the professional engineering services for design, permitting and construction phase services associated with the sand separator replacement: SCOPE OF SERVICES Task 1— Design Consultant will visit each well site and perform Silt -Density -Index (SDI) sampling. Consultant will evaluate the SDI results and other water quality data and coordinate with sand separator manufacturers. Consultant will visit WTP site to collect information regarding existing sand separator, piping, electrical equipment, etc. Consultant will coordinate with equipment manufacturers to perform equipment selection. Consultant will design proposed sand strainer replacement. Consultant will design proposed backwash waste stream to discharge in same location as existing. Consultant will prepare design drawings for the proposed sand separator replacement. The design drawings will consist of the following sheets: • Overall site plan • Demolition plan and section • Proposed plan and section • Construction details K:\WPB—Civfl\General\Black\Florida\IRCLT\Oslo WTP Sand Strainer\20230407 - Oslo WTP Sand Strainer Replacement.doc • Electrical drawings (4 sheets estimated) Consultant will prepare technical specifications for the proposed sand separator. The technical specifications will be limited to the sand separator, associated electrical components and any appurtenances not otherwise included in the existing Oslo Road WTP Improvements technical specifications. Consultant will utilize C&W Engineering for electrical engineering professional services related to the design of the sand separator replacement. Refer to C&W proposal included within this scope of services. Consultant will utilize the services of Control Systems Design for professional services related to programming. CSD will assist with design document preparation. Refer to CSD proposal included within this scope of services. Consultant will prepare preliminary set of deliverables for IRCDUS review. Consultant will attend one (1) review meeting via teleconference. Consultant will assimilate comments from IRCDUS and incorporate into final. Consultant will finalize design documents for permitting (Task 2) and for TLC to construct (Task 3). Task 2 — Permitting Consultant will prepare Application for Specific Permit to Construct PWS Components, FDEP form 62-555.900(1). Permit application will be for Minor Modifications to system that results in no change in treatment or system capacity. Consultant will pay permit application fee of $1,000 in accordance with 62-4.050. Consultant will respond to reasonable number of questions from FDEP regarding the proposed replacement. Consultant assumes two (2) rounds of Requests for Additional Information will be submitted by FDEP. Consultant will utilize C&W Engineering for electrical engineering professional services related to the permitting of the sand separator replacement. Refer to C&W proposal included within this scope of services. Task 3 — Construction Phase Services Consultant will coordinate with TLC Diversified to include the proposed work as a change order to the WTP Improvements project. Consultant will evaluate for completeness and make recommendation for change order to Owner once complete. Consultant will review up to four (4) additional shop drawings for the proposed work. Consultant assumes two (2) shop drawings will be required for the system and assumes re -submittal review will be required for each. K:\WPB—Civil\Geneml\BlackTlorida\IRMOslo WT? Sand Strainer\20230407 - Oslo WT? Sand Strainer Replacement.doc Consultant will observe construction of the proposed sand strainer, piping, valves and appurtenances. Consultant assumes (3) site visits will be required as part of this additional work. Consultant will prepare field reports that summarize the ongoing work and actions to date. Consultant will coordinate with Contractor to perform startup of the proposed sand strainer. Consultant assumes startup will be one (1) day in duration. Consultant will coordinate with TLC to perform pressure testing and bacteriological sampling for the FDEP permit conditions. Consultant will prepare Request for Clearance to place the system into operation and submit to FDEP along with all necessary backup as part of the clearance conditions. Consultant will utilize C&W Engineering for electrical engineering professional services related to the construction of the sand separator replacement. Refer to C&W proposal included within this scope of services. Consultant will utilize the services of Control Systems Design to perform programming associated with the sand strainer replacement. Refer to CSD proposal included within this scope of services. Consultant will utilize Contractor red -lined as-builts to prepare record drawings. Consultant will provide Owner with record drawings in .pdf and Awg format. 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 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 Task 1 on a lump sum fee basis as follows: TASK 1 DESIGN $ 27,136 TASK 2 PERMITTING $ 5,642 TASK 3 CONSTRUCTION PHASE SERVICES $ 19,649 TOTAL: $ 52,427 • K:\VvTB—Civil\General\Black\Florida\IRCLT\Oslo WTP Sand Strainer\20230407 - Oslo WTP Sand Strainer Replacement.doc ADDITIONAL SERVICES The following services can be provided as additional services under separate future task order: • Bid phase services • Additional design documents • Front end document preparation • Separate bid package — this proposal assumes the work will be included under TLC's contract • Additional construction phase services K:\WPB—Civil\General\Black\Florida\IRCU\Oslo WTP Sand Strainer\20230407 - Oslo WTP Sand Strainer Replacement.doc ESTIMATE FOR ENGINEERING SERVICES PROJECT Oslo WTP Sand Strainer Replacement SHEET 1 OF 1 CLIENT: Indian River County Deparw=t of Utility Services FILE NO. ESTIMATOR NB DATE 4/11/2023 DESCRIPTION: OSLOSAND STRAINE RREPLACEMENT DIRECT LABOR MAN-HOURS PRINC -_- .. SIN PROF REG PROF Da LINE PROF2 — ---- -- DIR 4.6% TOTAL PROM EXP SUB NO. TASK 1 DESIGN Welt SDI Testing 6 10 $123 803 Site Visit & Dimensioning 3 5 $62 $1402 Equip. Selection 4 8 $51 $2,071 Plans x4-5 sheets 12 30 $313 $7123 Tech Specs 3 6 $68 $1553 OPS 1 21 4 $46 $1036 C&W 1 $5,500 $9 $5,714 (SD 1 1500 $9 $1714 Teleconf Review Meeting 1 2 $23 $518 Finalize & Submit 4 8 $91 $2,071 QA/QC4 $50 $1130 $0 $0 2 PERMUTING Pew App 6 12 1500 $1637 $4,607 RAIRes onses 2 4 $461 $1,036 so so 3 CONSTRUCTION PHASE SERVICES TLC Coordination 3 $28 $643 Change Order Review & Paperwork 2 4 $46 $1036 Overs' t x3 101 6 1 $134 $3,054 Shop Drawings 6 8 $110 $2,500 S� 8 8 $129 $2,929 Penort Clearance Package 2 2 $32 5132 C&W 2 3500 $19 53 (SD 2 1500 $19 $1929 Record Drawio s 4 6 $79. $1768 A/ 4 $50 $1,130 TOTALHOURS 8 0 84 0 123 1500 12000 $3,212 $52,427 LABOR $/HOUR 270 240 205 160 145 $0 $0 SUBTOTAL 2160 0 17220 01 178351 01 12000 549,215 $0 K:\WPB—Civil\General\Black\Florida\IRCU\Oslo WTP Sand Stminer\20230407 - Oslo WTP Sand Strainer Replacement.doc C & W engineering Inc. Consulting Engineers — Electrical • HVAC • Plumbing 6903 Vista Parkway North, #10 West Palm Beach, FL 33411 (561) 642-5333 April 5, 2023 Nick Black, P.E. Kimley-Horn & Associates, Inc. 1920 Wekiva Way West Palm Beach, FL 33411 Subject: IRC Oslo WTP Sand Strainer Filter Equipment Replacement Electrical Design and Construction Engineering Services Proposal C&W Ref. 236610 Dear Nick: I am pleased to submit this proposal to provide design through construction of the replacement of the existing sand strainer filter equipment; this would include replacing the existing strainer equipment along with related pumps, and field instruments, and control panel with similar capacity equipment at the Oslo WTP. We would include 90% and 100% design documents, including specs and drawings, and opinion of construction costs. We will also include construction services that would provide review of equipment shop drawings, attend a pre -construction meeting, and attend a monthly meeting, and provide a visit during equipment startup and prepare a punch list. It is our understanding that this project would be provided as part of a change order to TLC under the current water plant improvements, instead of normal bidding phase. Our design drawings would include a new control panel and field equipment, along with status signal connections to the nearest existing PLC panel. Coordination with Kimley Horn Engineers, Owner and Vendors. DESIGN PHASE SERVICES Coordination Kimley Horn and Associates, Inc. Owner Vendors Engineering CW REF 236610 Design power, grounding, and controls related raceways Voltage drop calcs, equipment fault current calcs. Control schematics based on relay float logic and similar to existing controls Drawings Electrical Demolition site plan Electrical Installation site plan including electrical equipment One Line Power Riser Diagram Controls riser diagram including field instruments Electrical Details as may be required Typical Specifications Provide documents for Permitting, and review. CONSTRUCTION PHASE SERVICES Attend a Pre -Construction Meeting Review equipment shop drawings Respond to RFI (1 RFI expected) Attend one monthly meeting Provide field visit towards substantial completion, and witness of the startup, Provide Punch List required. FEE SUMMARY: Electrical Design Phase: Construction & Permit Phase: Total Engineering Services: $5,500 Lump Sum $3,500 Lump Sum ,Q ���lLump Sum CW REF 236610 I trust the above scope is in agreement with your needs and expectations. If you have questions or comments regarding the above, please call. Very truly yours, C & W Engineering, Inc. Michael Guida, P.E. JLR/nl/File DESCRIPTION HOURS LABOR Oslo WTP Sand Separator Project 1 Review of anticipated vendor info to guide that vendor toward PLC hardware 10 $ 1,500.00 used and the intended plant scada interface desired. 2 Assistance w ith the creation of design documents relative to the outcome of 10 $ 1,500.00 the above and final control and interface w ith the plant scada systems. TOTAL 20 $ 3,000.00 Quotation as of 4/9/2023 - Page 1 of 1