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