HomeMy WebLinkAbout2023-144WORK ORDER 1
This Work Order Number is entered into as of this _jj day of July , 2023,
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (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 mutually agreed upon lump sum or
maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing,
and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a
part hereof by this reference. The Consultant will perform the professional services within the
timeframe more particularly set forth in Exhibit A (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: Zoo, i
Print Name: Jason R. Lee, P.E.
Title: Vice President
BOARD OF COUNTY COMMISSION
OF INDIAN RIVER COUNTY
By: `..
;�
Joseph`TrEarma`h, Chairman
BCC Approval Date: ,Tial y 11 , 2023
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By: lbu" —
Deputy Clerk
By:
�V/"
4z—
a�z—j V
John A. Titkanich, Jr., County Administrator
Approved as to form and legal sufficiency:
gqTa'n T. Reingold, County Attorney
EXHIBIT #A
Indian River County Department of Utility Services
West Regional Wastewater Treatment Facility (WRWWTF)
Effluent Reject System
Project ID 23.23.539
PROJECT UNDERSTANDING
Indian River County Department of Utilities Services (IRCDUS) owns and operates the
West Regional Wastewater Treatment Facility (WRWWTF), a 6 -MGD Annual Average
Daily Flow activated sludge facility. Treated effluent from the WRWWTF currently
flows via gravity from the Chlorine Contact Basins (CCB) to an Intermediate Pump
Station (IPS), where it can be pumped to the reclaim system or gravity flow to the
Rapid Infiltration Basins (RIBs) or the wetlands. The IPS also receives reclaim water
flows from the South Regional Wastewater Treatment Facility (SRWWTF).
Florida Senate Bill 64 (SB64) requires IRCDUS to eliminate nonbeneficial surface
water discharge to the golf courses and treatment wetlands. Accordingly, IRCDUS
desires to construct process improvements to re -direct non -spec treated effluent, or
"reject," from the wetland to the RIBs.
The following scope of services details the professional engineering services for design,
permitting, bid and construction phase services associated with the proposed reject
water improvements for the WRWWTF.
SCOPE OF SERVICES
Task 1— Design
Consultant will attend one (1) project kickoff meeting with IRCDUS staff. Consultant
will prepare meeting minutes and distribute to the project team.
Consultant will design piping improvements to facilitate installation of electrically
actuated valves on the two (2) 30 -inch mains that exit the IPS. Two (2) motor actuated
butterfly valves will be installed to control the flow between the RIBS and the wetlands.
Consultant will design piping improvements and slab on grade to support the motor
actuators.
Consultant will design replacement of the RIB disposal piping. Consultant will design
pipe sizes, material, and layout for each of the yard piping components. Approximately
700 linear feet of piping improvements are anticipated.
Consultant will prepare drawings and specifications for the reject improvements.
Design documents will consist of construction plans, technical specifications, and
opinion of probable construction costs (OPCC). Deliverables will be prepared and
K:\WPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
submitted at the preliminary (-75%) and final (bidding) design intervals. We anticipate
approximately twenty (20) plan sheets will be generated as part of the design and
consist of the following:
• Cover sheet
• Site Plan & General Notes
• IPS Effluent Piping Modifications Plan & Section
• RIB Piping Replacement Plan & Profile (x2 sheets)
• RIB Splitter Box Improvements
• Construction Details (x2 sheets)
• Electrical and I&C (x12 sheets)
Soft -digs & Locates: Consultant will coordinate and provide up to sixteen (16)
subsurface investigations using soft -dig technique for anticipated underground conflicts.
Work will include utility designating and survey to identify horizontal location of
existing utilities within the proposed work area.
Survey: Consultant will prepare topographic survey for a portion of the WRWWTF site
that will be impacted by the proposed work. It is assumed all work will be constructed
on IRCDUS owned land. The survey scope for the plant sites consists of the following
items:
• Obtain existing elevations
• Location of the existing above ground structures and equipment, and soft -dig
locations at the site.
• Building slabs at all corners near the ground surface, edge of pavement,
sidewalks, inlets, swales, manholes inverts of sewer and drainage pipes, valve
boxes and top of valve nuts
• Ground elevations at a 20 -foot grid and within 10 feet near structures and
buildings.
• The vertical datum elevations will be referenced to NAVD 88 datum.
• Horizontal datum to be NAD 83/90
Review comments from IRCDUS staff at the preliminary design phase will be discussed
at during a review meeting and considered for implementation in design documents.
Consultant's subconsultant, C&W Engineering Consultants (C&W), will prepare
electrical and instrumentation engineering design associated with the proposed
improvements.
Task 2 — Permitting
Consultant will prepare and submit FDEP form 62-620.910(9) Application for a Minor
Revision to a Wastewater Facility or Activity Permit, for existing permit FLA0041637.
K:\WPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
Consultant will pay the permit processing fee of $500.
Consultant will respond up to two (2) Requests for Additional Information (RAI) from
the FDEP to facilitate permit acquisition.
Task 3 — Bidding
Consultant will prepare electronic copy of bid documents, including drawings and
specifications for IRCDUS purchasing department to be utilized for bidding purposes.
Consultant will assist IRCDUS with front-end bid document preparation. IRCDUS
purchasing department will advertise and administer the procurement of the bidding and
respond to potential bidder questions.
Consultant will attend a mandatory pre-bid meeting, respond to contractor questions and
prepare addendum(s), if required, which will be distributed to all the contract document
holders by IRCDUS purchasing department. Consultant will respond to up to two (2)
addenda during bid process.
Consultant will review bids, provide a summary of comments, and a letter that identifies
the most responsive and responsible bidder.
Task 4 — Construction Phase Services
Consultant's proposal assumes construction duration will not exceed 12 months.
Consultant assumes of the 12 months of contract duration, approximately 6 weeks of
active construction will occur.
Consultant will attend pre -work meeting with Contractor. Consultant will prepare
meeting minutes and distribute to project team.
Consultant will review Contractor furnished shop drawings. This scope assumes that up
to six (6) shop drawing submittals will be required as part of the proposed work.
Consultant will review Contractor Applications for Payment. Consultant will make
recommendations to Owner with respect to payment based on Consultant's observations
and overall progress of the work. Consultant assumes four (4) payment application
reviews will be required.
Consultant will attend up to six (6) site visits. Consultant will provide on-site
construction observation services during the construction phase. Consultant will
periodically visit the site during the expected 6 -week construction duration in order to
observe the progress of the Work (up to 6 total site visits). Such visits and observations
by Consultant are not intended to be exhaustive or to extend to every aspect of
Contractor's work in progress. Observations are to be limited to spot checking,
selective measurement, and similar methods of general observation of the Work based
on Consultant's exercise of professional judgment. Based on information obtained
KAWPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
during such visits and such observations, Consultant will evaluate whether Contractor's
work is generally proceeding in accordance with the Contract Documents, and
Consultant will keep IRCDUS informed of the general progress of the Work.
The purpose of our site visits will be to enable us to better carry out the duties and
responsibilities specifically assigned in this Agreement to Consultant, and to provide the
IRCDUS a greater degree of confidence that the completed Work will conform in
general to the Contract Documents. Consultant shall not, during such visits or as a
result of such observations of Contractor's work in progress, supervise, direct, or have
control over Contractor's work, nor shall we have authority over or responsibility for the
means, methods, techniques, equipment choice and usage, sequences, schedules, or
procedures of construction selected by Contractor, for safety precautions and programs
incident to Contractor's work, nor for any failure of Contractor to comply with laws and
regulations applicable to Contractor's furnishing and performing the Work.
Accordingly, Consultant neither guarantees the performance of any Contractor nor
assumes responsibility for any Contractor's failure to furnish and perform its work in
accordance with the Contract Documents.
Consultant will prepare IRCDUS requested "Asset Change List," or "ACL". The ACL
will outline the major components or assets installed or removed as part of the work
including new electrical panels, valves and actuators. The list will be prepared and
submitted to IRCDUS to be used for updates to the IRCDUS's Computerized
Maintenance Management System (CMMS) and Financial Information System (FIS).
Assets will be identified at the lowest practical level for maintenance where work orders
(WO) are assigned to carryout various maintenance tasks. The ACL will also include
spare parts that are provided by the project and must be identified as such. Other key
requirements for the ACL are as follows:
1. An electronic database deliverable provided at completion of the project. There
is no specific requirement for the software, application, or tool used to prepare
the ACL; however, the final data must be submitted in a common tabular format
such as .csv or .xls.
2. The database will originate at the design/engineering stage by the Consultant
who will pre -populate the ACL with known data/attributes that the consultant
possesses, have access to getting or can derive (e.g., items specified with no
alternates or substitution, design criteria that must be adhered to by the
contractor, etc.).
3. Each row or record in the database shall represent a single (discrete) asset and its
applicable data and attributes.
4. The Consultant will coordinate and manage the completion of the ACL which is
carried through to the procurement/construction phase for further updates and
eventual completion.
5. New assets added will include data and notable attributes for each asset to
include but may not be limited to:
a. Basic Asset Type — pump, tank, control valve, MCC, analyzer, PLC, etc.
b. General Data — manufacturer/vendor, model, serial no.
K:\WPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
c. Physical Data — voltage, TDH, capacity, diameter, material, etc.
d. Service Data — date installed/in-service, warranty period/start date, expected
useful life
e. Financial Data — estimated installed cost (allocation of OPCC to the assets)
Once the Contractor considers the work to be substantially complete, Consultant will
attend one (1) punch list walk through with the Contractor and Owner. Consultant will
furnish "punch list" that identifies the remaining work to complete the project.
Upon completion of punch list, Consultant will perform a final site visit. Consultant
will review Contractor furnished closeout documentation and if applicable, make
recommendation for final payment and project closeout.
Consultant will review Contractor furnished red -lined as-builts. Consultant will utilize
.dwg files provided by Contractor's surveyor for preparation of record drawings.
Consultant will furnish final record drawing .pdf and .dwg files to IRCDUS.
Task 5 — WRWWTF Programming and Integration
See attached scope of work from Control System Design, Inc. for proposed
programming and integration improvements.
SCHEDULE
Consultant will provide our services as expeditiously as practicable with the following
goals:
Task 1 Design:
Task 2 Permitting
Task 3 Bidding
Task 4 Construction Phase Services
Task 5 Programming and Integration
4 months from NTP
2 months after design complete
3 months after permit issued
12 months after contract awarded
Concurrent to construction schedule
FEE SCHEDULE
We will provide these services in accordance with our Continuing Consulting
Engineering Services Agreement for Professional Services dated May 2nd, 2023, 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 $ 94,081.00
Task 2: Permitting Services $ 5,977.00
Task 3: Bid Phase Services $ 7,146.00
Task 4: Construction Phase Services $ 34,309.00
K:\WPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
Task 5: Programming and Integration $ 9,830.00
Total Tasks 1-5: $ 151,343.00
ADDITIONAL SERVICES
The following services can be provided as additional services under separate future task
order:
• Meetings beyond those provided herein
• Design beyond those provided herein
• Construction phase services beyond those provided herein
• Geotechnical Services
ESTIMATE FOR ENGINEERING SERVICES
PRO1BCr: WRWWTF Effluent Refect System
CLIENT: Indian River County Depmtmcnt of Utildy Services
ESTIMATOR NB WI5/2073
DESCRIPTIONS
WRWWTF Effluent Reject System
PRINC
DIRECT
SIN
PROF
LABOR MAN-HOURS
REG
PROF
PROF2
PROFI
DESIGN
INSP,
SEN.
SUPP
SUPT
STAFF
SUB
Dv E-
4.6%
LINE
TOTAL
NO. TASK
1 Design
Kickoff'Mecting
4
$68
$1 548
Design Iniprovenments
4
16
40
$504
$11464
Plansheets 20
4
20
40
60
$902
$20502
S ecocations
6
20
40
$444
510104
Peel® Review Meetm
4
4
$68
$1
OPCC
6
12
20
$266
$6046
JQA/QC
8
$110
$2,510
Suryey • Zentz
1
21
1 8
1 1
$3,5001
$67
S5,027
Soft -Digs • Infiamp
2
8
$16,750
S67
$18,277
CSD
2
8
$4,500
$67
$6027
C&W
2
8
$9 00
$67
$11027
2 Pesmittin
Minor Revision
3
10
$500
$89
$2519
RAIs z2
3
10
$891
52019
C&W Support
1
1 2
$1000
$191
$1,439
3 BIDDING
Pre -Bid Mee
4
4
S68
$1,548
Addenda
2
4
2$56
$1,266
Bid Recamnendation Letter
2
4
2
$56
$1,266
C&W
2
$2,000
$19
$2,439
QA/QC
2
$28
$628
4 CONSTRUCTION PHASE SERVICES
Kickoff Meet
4
4
$68
$1,548
IShop Dra (4)
1
4
61
1 2
$1021
$2,322
RFIs (3)
2
2
2
1 2
1 S66
$1,496
Pay App Review (6)
2
4
6
$108
$2,448
Progress Mee (4)
4
4
8
$147
$3,347
Site Visits 6
4
4
8
24
$329
$7,489
Asset Cbange List
4
8
8
$186
$4,226
Closeola Documentation
2
4
4
$93
$2,113
C&W
1
2
$7,500
$2s
$8,065
QA/QC
4
1
$55
$1255
5 PROGRAMMING& INTEGRATION
CSD
$8,250
$0
$8,250
Caxdmatton 1
4
4
2
$69
$1,579
TOTALHOURS
22
21
120
178
176
24
0 10
$53 00
$4 3
$151,343
LABOR OUR
300
270
210
160
130
165
100 75
SUBTOTAL
6600
5670
25200
28480
228801
3960
0 750
53500
$4,303
$151,343
K:\WPB_Civil\General\Black\Florida\IRCU\WRWWTF Reject Improvements\20230615 - WRWWTF Reject.doc
0 inframap
QUALITY PROFESSIONAL EXPERTISE
April 13, 2023
Kimley-Horn
1920 Wekiva Way, Suite 200
West Palm Beach, FL 33411
Bertrand King, EI
E: Bertrand.King@kimley-horn.com
0:561-845-0665
Re: West Regional Wastewater Treatment Facility (WRWWTF) Effluent Reject System
Vero Beach, FL
Subsurface Utility Engineering Services
Dear Mr. King:
We have prepared this proposal to perform subsurface utility engineering services including utility designating
and air vacuum excavation test holes for the above referenced project. We have received the following files
by emails dated April 13, 2023 attached identifying the project locations:
Inframap.pdf
Our scope of work shall be performed in accordance with the Procedures, Exclusions and Assumptions
identified below and will include the following:
1. Quality Level B - Utility Designating and Survey - Utility designating and survey will be performed to
provide horizontal locations of utilities within the project limits. Project limits include the area outlined
in red in the client provided file.
2. Quality Level A - Air Vacuum Excavation Test Holes - Air vacuum excavation test holes will be
performed at the proposed test hole locations once utility designating and potential utility conflicts
have been verified. This proposal includes 12 test holes at utility conflict locations.
Quality Level B - Utility Designating and Survey
Electronic Sweep/Targeting - An electronic sweep of the project site will be conducted. This sweep will
verify the location of utilities that were identified during record review and to search for utilities that were
not identified during records review. The electronic sweep will be conducted utilizing active and passive
type utility detection equipment that detects induced or naturally occurring energy fields present on
conductive utilities. Utilities identified will be marked on the ground surface using InfraMap paint and
symbols standards.
2. Field Drawings/Notes -Designators will draft field sheets that show the location, trend, and configuration
of utilities detected. Field sheets will be prepared to differentiate utility systems and will show underground
utility surface features and lines. Designated utilities will be annotated with size and material from utility
record information, as applicable.
3. Survey- A survey crew will survey utility line targeting and utility surface features. Survey of designated
utilities will be performed by utilizing applicable State Plane Coordinate System or client provided
established survey control.
0 inframap
4. CAD - The survey data will be processed into an existing utility file in AutoCAD format in accordance with
applicable CAD standards. Quality Levels will be annotated in accordance with ASCE 38.
5. Quality Assurance / Quality Control Review - The existing utility file will be compared to record drawings,
field sketches and notes. The intent of this task is to ensure existing utilities are depicted thoroughly and
accurately.
6. Deliverables - Deliverables will include an existing utility file in AutoCAD (dwg).
Quality Level A - Air Vacuum Excavation Test Holes
During utility locating by air / vacuum test holes InfraMap will complete the following tasks:
1. Agency Coordination - InfraMap will comply with laws and regulations concerning excavation by
coordinating with utility inspectors, property owners, "ONE CALL" and others as required.
2. Anticipated Permits - InfraMap will prepare and coordinate throughout the permitting process and will bill
the associated fees as a direct expense.
3. Test hole conflict identification and field locate -If InfraMap has not performed the utility designating prior
to the test hole task, and we identify a discrepancy between existing utility location on client provided
plans and what is in the field, we will notify the Client prior to any test hole work. We will make
recommendations if utilities are not where the records maps indicate, or a utility is discovered that is not
shown on any records and is not detectable during the electronic sweep. InfraMap will contact the client
and discuss strategies to address the unpredictable field conditions. InfraMap will work with the client in
the identification of additional test holes or removal of test holes from future scope of work.
4. MOT - Maintenance and Protection of Traffic in local jurisdiction will be provided in accordance with the
Florida Department of Transportation (FDOT) FY2023-24 Standard Plans, latest edition or other applicable
requirements.
5. Test hole - InfraMap will perform the following for the test hole task:
a. Excavate a test hole using air/ vacuum excavation. Provide all precautions necessary to perform the
work safely and to cause no damage to the utility. The test hole will be of the minimum size required to
expose the utility and record the following information:
i. Depth below grade (cover).
ii. Utility material, shape, and overall condition.
iii. Approximate diameter of pipes, cables, conduits, and the configuration of multiple conduit
systems.
iv. The general directional trend of the utility.
v. Thickness, type, and condition of paving material.
vi. General soil conditions.
b. Install a survey marker (PK or hub and tack) directly over the centerline of pipes or edge of concrete
structures or conduit banks at grade. Ribbon of appropriate APWA / ULCC color will be installed in the
backfill from utility to grade. Indicate on the test hole form the placement of the marker relative to the
utility cross section. Record the location of the marker with a minimum of three swing tie measurements
to convenient existing permanent structures on site.
c. Backfill test hole with excavated material in 6 -inch lifts by air pneumatic tamping. Restore test hole
area to the original condition. Repair and restore all pavement cuts to ensure a long-lasting repair
utilizing asphalt cold patch.
inffamap
6. Survey - Survey of test hole locations to provide northing, easting and elevations of pin or hub associated
with each test hole. Survey will be performed by utilizing applicable State Plane Coordinate System or
client provided established survey control.
7. CAD - The survey data will be processed into a test hole utility file in AutoCAD (dwg) format with symbols
depicting horizonal locations of test holes.
8. Quality Assurance / Quality Control review - QA/QC review of the test hole reports will be completed to
compare the findings of the test hole to the available utility information. InfraMap will evaluate and resolve
any discrepancies.
9. Deliverables - Deliverables will include a test hole inventory summary table, individual test hole reports,
and updated existing utility file in AutoCAD (dwg) format.
Exclusions and Assumptions:
1. The targeting of subsurface utilities, although highly reliable, is expressly understood to represent an
approximate location of the target facility as marked on the ground surface. The accuracy of targeting is
subject to certain factors beyond our control such as limitations of available technology and field
conditions that may include, but are not limited to depth of utility, electrical conductivity of utility, site
conditions and access.
2. Our electronic equipment cannot locate non-conductive pipe systems and or fiber optic line without tracer
wire.
3. Concrete Pavement with reinforcement, as well as guide rails and chain link fence, could interfere with our
electronic equipment at times to locate utilities.
4. Overhead utilities, irrigation systems, septic drain fields, residential/commercial services, and confined
space entry are not included in this scope of work. In addition, gravity structure investigations including
storm water and sanitary sewer are not included.
5. At this time, geotechnical borings or subgrade information have not been provided. Large stones, shale,
coral, construction debris, or other subsurface conditions including a high groundwater table may limit the
ability of our equipment to excavate to the utility and or make it very difficult to visually verify the utility
condition and material.
6. In order to provide a cost-effective service that causes minimal disturbance to site amenities and utilities,
and is acceptable to permitting agencies, the size of the Test Hole excavation is kept to a minimum. The
diameter of most pipes greater than 24" cannot be recovered directly from one test hole and it may be
necessary to perform additional holes.
7. This proposal assumes test holes will be repaired consistent with the cold patch specifications above.
Depending upon test holes locations and/or local, county and state permit requirements, permanent
asphalt patch repairs either using hot mix asphalt, asphalt infrared services or cement subbase, are out of
the scope of these services. If required, an out -of -scope proposal or supplemental agreement will be
prepared before proceeding further.
8. If a single test hole location is selected at a point where two or more utilities intersect (or trend close
together), a single test hole may not be feasible to obtain information for all requested utilities. The utility
of higher elevation may be of sufficient size as to prohibit further excavation in the existing test hole. To
reach the utility of lower elevation in this instance a separate (additional) test hole will be required.
9. Encased systems and non-encased conduit banks are typically exposed on one edge. This allows the test
0 inFramap
hole to be excavated down the side of the utility until a discernable bottom edge can be evaluated.
Although it is usually possible to determine the bottom edge of these systems, it is not possible to
determine conditions under these or other utility systems, such as concrete over pour and other utilities.
It is important for the designer to remember that the bottom edge of an encased system or unencased
conduit bank may not represent its lowest point, and that the shape of the system may not be the same
on both sides. The width of these systems may not be determined from a single test hole. Encased systems
and unencased conduit banks may require two test holes to document the width (and both of the sides
top and bottom elevations).
10. Recoverable and accurate survey control, which can be accessed during mobilization, will be provided by
the client. In the event the survey control is not located near the proposed utility investigation, we
anticipate utilizing NRTK GPS. Note, the use of NRTK GPS may affect horizontal and vertical accuracies. If
NRTK GPS cannot be utilized due to significant tree cover or satellite loss, a survey traverse will be required.
This proposal does not include services to perform a survey traverse to transfer control to the work site. If
required, same will be included on a time and materials basis if it cannot be absorbed into the existing
budget.
11. This service will be provided with due diligence and in a manner consistent with standards of the
subsurface utility mapping industry. Every reasonable effort will be made to locate all systems of interest
whether indicated on records available to us or not. However, we do not guarantee that all existing utility
systems can or will be detected. It may not be possible to detect utilities that we do not have prior
knowledge of, such as systems that are not depicted on records available to us. Further, this service is
not intended to detect non-utility structures such as but not limited to foundations, buried tanks, septic
systems, wells, tunnels, concrete or metal structures, or the true size and limits of subsurface utility vaults
and manholes.
inFramap
FEE SCHEDULE
QUALITY LEVEL B - UTILITY DESIGNATING
'urc� �k Units Fee:
Lump Sum $ 7,150.00 1 $ 7,150.00
TOTAL FEE ESTIMATE $ 7,150.00
QUALITY LEVEL A - UTILITY TEST HOLE SERVICES
TOTAL FEE ESTIMATE $ 9,600.00
Our total estimated cost for this project is $16,750.00. Our cost is in accordance with the scope of services,
exclusions, and assumptions as indicated above and includes mobilization, mileage, performing of field
services, office coordination and oversight, QA/QC, and preparation of final deliverables.
If you have any questions or concerns regarding this proposal, please do not hesitate to call at (561)818-8770
or email Ireumann(@inframap.net. We look forward to working with Kimley-Horn on this project.
Regards,
Lee Reumann
Survey Manager
C & W engineering Inc.
Consulting Engineers — Electrical • HVAC • Plumbing
6903 Vista Parkway North, #10
West Palm Beach, FL 33411
(561) 642-5333
June 2, 2023
Mr. Nick Black, P.E.
Kimley Horn & Associates, Inc.
1920 Wekiva Way
West Palm Beach, FL 33411
Subject: West Regional Wastewater Treatment Facility (WRWWTF)
Effluent Reject System
Electrical Engineering Services Proposal Rev1
C&W Ref. 236614
Dear Nick:
I am pleased to submit this revised proposal for your consideration for Electrical
Engineering Design Services for the IRC West Regional WWTF two new 30" motorized
Butterfly valves. These valves will allow the facility to have the flexibility to direct excess
overflow to either the Wetland ponds, or the RIBs (Rapid Infiltration Basin) along with
related power and control/field instrument improvements. The revised proposal includes
design through permitting, a bidding phase, and also a construction services phase.
Proiect Understanding:
The existing WWTF currently has no equalization storage for the treated effluent and
this limits its operation flexibility during wet weather/peak flow situations. The proposed
construction of two 30" motorized butterfly valves is to provide flexibility to plant staff so
they may offload excess treated effluent to either the wetland ponds to the north, or the
RIBs to the south. This solution provides some time for the facility to get by peak flow
conditions in the meantime before having to build a ground storage tank and transfer
pump station.
The proposed scope of engineering design services would provide a new electrical
feeder to each of the two motorized 30" butterfly valves, including providing control
through the existing PLC system and plant SCADA, along with some local control
station(s) so they may also operate the opening and closing of the butterfly valves
electrically.
C&W Ref. 236614
The improvements would rely on the existing electrical gear to provide a 480V feeder to
the location of the proposed motorized valves and from there provide local control and
disconnects to each of the motorized butterfly valves.
There will be power, grounding, site or area lighting provided at the locations, and field
instruments as required for the proper operation of the valves and retaining ponds. All
control and field instrument status signals would be run from their proposed location
back to the nearest PLC and therefore added to the plantwide SCADA system.
We anticipate 90% and 100% permit submittals with specifications, drawings and
opinion of construction costs to be provided at each submittal level. The electrical
design scope is outlined below.
TASK 1 DESIGN SERVICES
Coordination
Kimley Horn
Electrical Equipment Vendors
Chris Carpenter on existing SCADA/PLC
And Owner
Electrical, Mechanical Engineering calculations
Design 90% documents
Using Kimley Horn furnished civil, mechanical, and PID plans
and backgrounds we will prepare our electrical and controls design
documents for the power feeder from the existing electrical gear, electrical
equipment at the butterfly valve's location, site grounding, lightning
protection and area lighting. We will attend a review meeting and response
to review
Finalize 100% design documents for permit and bid
Response review comments, as required
Attend one final Review Meeting
Field Investigation
Verify power feeder and electrical gear load, provide calculations as required.
Coordinate with existing equipment and provide feeder to proposed motorized
equipment. New electrical disconnects, raceways for power, control
instruments and terminal j -boxes as required, grounding, lightning protection, and
area lighting; verify existing conditions at the plant and equipment tied to existing
systems perform load calculations and fault current calcs as required for the
design.
Engineering
Feeder Sizes, voltage Drop Calculations
Fault current calculations
C&W Ref. 236614
Equipment Sizes
Confirm new added load with Generator/Emergency power gear.
Power and control of motorized butterfly valves with equipment sized to handle
Its power and load requirements and controls to allow for SCADA monitoring and
control (opening and closing of the butterfly valves
Spare conduits for future equipment as required
Lightning protection and grounding of new butterfly valves area
Provide site lighting to the area as required
Electrical Site Plans
Overall install with 480V feeder from main electrical room to proposed
Area of motorized valves and field equipment
Proposed equipment plant for the motorized valves (two if separate).
Electrical Grounding and lightning protection plan
Electrical site lighting area plan
Enlarged area to clarify any field instrument or equipment needed
With more detail.
Electrical power oneline or riser diagram
480V feeder from existing switchboard/MCC to motorized valves
Electrical equipment and raceways with conduit and wire sizes
Load calc with details on normal and emergency power with added
New load.
Control schematics including signal status and controls from
Local step-down transformer and small panelboard for
miscellaneous 120V power and control loads
powered motorized valves installation details.
Conduit and Wire Design
Pipe Stands and other equipment mounting details
Panel Board Schedules
Electrical I&C Oneline Diagram
I&C Equipment per Kimley Horn's PID diagrams
Provide P&I Diagram with Conduit and Wire Tags
Conduit tags on equipment and room plans (existing and proposed)
PLC equipment modifications if needed to add analog and discrete
1/0 cards as required.
Controls Schematic
Any Local HOA control station at each motorized valve
Electrical and I&C details
Field instrument details
Technical Specifications for Electrical, controls, will be provided
Other Specs as may be required by the design
C&W Ref. 236614
Opinion of Construction Costs will be provided at 90% and 100%
submittals.
Review for Coordination Purposes, Specifications prepared by KHA Engineers
Scope does not include Control Strategy Narratives for process control, KHA
Engineers to provide.
In house, Technical Review of Plans and Specifications
TASK 2 PERMITTING PHASE
Permitting for DEP approval is included
TASK 3 BIDDING PHASE
Attend a Pre-bid meeting
Respond to Contractor questions
Provide an addendum if necessary.
Provide our review of the bid as requested from KHA and IRC
TASK 4 CONSTRUCTION PHASE
Attend a Pre -Construction meeting
Respond to Contractor RFI questions, we don't anticipate more than three.
Provide a review of equipment shop drawings, we anticipate no more than four
equipment shop drawings.
Provide during the construction period up to four visits, we anticipate for the
construction to last approximately six months.
1- Attend two site visits during the monthly progress meeting, one visit shall
include a field inspection begore backfilling power and control conduits.
2- Provide a visit during the startup and testing phase, prepare a report and
a punch list.
3- Provide a final visit to check on outstanding punch list items and finalize our
Inspection.
Based on the above scope of work, the lump sum firm price fee for our service
will be as follows:
Task 1 Engineering Design Phase: $ 9,500.00 Lump Sum
Task 2 Permitting: $ 1,000.00 Lump Sum
Task 3 Bidding: $ 2,000.00 Lump Sum
Task 4 Construction Phase: $ 7,500.00 Lump Sum
Total Design fee: $ 20,000.00 Lump Sum
C&W Ref. 236614
Notes and clarifications:
1. I&C Oneline Diagrams will be based on Kimley Horn and Associates P&I
Diagrams, adding conduit and wire tags.
2. Deliverables include drawings, specification, and opinion of construction costs
will be provided at 90, and 100% submittals.
3. We will provide conformed set of drawings after the binding period.
4. No value engineering time and effort has been added to this proposal, any value
engineering would be additional fee and scope to respond to comments and
attend meetings.
5. Limited construction services are included based on the scope provided.
I trust the above is in agreement with your expectations and the needs of this
project. We look forward to the opportunity to be of service to you. Please call if you
have questions or comments regarding the above.
Very truly yours,
C&W Engineering, Inc.
lea
Michael Guida, P.E.
cc: JLR/NL/file
DESCRIPTION HOURS LABOR
West Regional Wastewater Treatment Facility (WRWWTF) Effluent Reject System
Review of the existing PLC VO, location and implementation to support tw o
1 motor operated valves. Assuming that the valves are open/close w ith contact 10 $ 1,500.00
outputs for open close, and up to 5 discrete inputs per valve. Location of any
120 Vac power for the control circuit.
2 Review the existing instrumentation to verify enough to support determining the 10 $ 1,500.00
quality of the w ater and w hen to reject or use this w ater.
3 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 30 $ 4,500.00
Quotation as of 6/7/2023 - Page 1 of 1
DESCRIPTION HOURS LABOR
West Regional Wastewater Treatment Facility (WRWWTF) Effluent Reject System
1 Submittal review and comment relative to the control hardware and interface. 10 $ 1,500.00
2 Provide programrning of existing PLC to incorporate the VO control of the two 20 $ 2,700.00
valves and the logic necessary to cycle them w hen the w ater is out of spec.
3 Provide configuration of the HMI database and displays to incorporate this 10 $ 1,350.00
control.
4 Startup the valves to verify operation, then verify the programming and display 10 $ 1,350.00
functionality and put into service.
5 Any additional modifications to support any requests from operations after 10 $ 1,350.00
running the system for a w hile.
TOTAL 60 $ 8,250.00
Quotation as of 6/7/2023 - Page 1 of 1
V)Z
William B. Zentz & Associates, Inc.
Professional Surveying & Mapping
684 Old Dixie Highway Vero Beach, Florida 32962
Phone: (772) 567-7552
April 19, 2023
To : Kimley-Horn & Assoc.
1920 Wekiva Way, Ste. 200
West Palm Beach, Fl 33431
Attn: Nick Black, P.E.
Proposal
Proposal #23-06
For: Survey Work
West Regional Wastewater Treatment Facility
(WRWWTF) Effluent Reject System
Scope of work:
Perform topographic & surface location survey of area requested at the above site as shown on
attached aerial.
Provide CAD and ASCII point files and signed pd£
Datum:
Vertical: NAVD 1988
Horizontal Florida HPGN, current adjustment
Associated fees:
Lumpsum fee.................................................................$3,500.00
Totalthis proposal ■ ...............................................$3,500.00
Thank you for your request for survey services.
Please submit Purchase Order to Validate Proposal.