HomeMy WebLinkAbout2023-247AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070
WORK ORDER #6 Amendment #1
Indian River County Department of Utility Services
South Oslo WTP Improvements Construction Phase Services Amendment
This Work Order Number 6 Amendment #1 is entered into as of this 7th day of November
2023, pursuant to that certain AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070 entered into as of this 5`h 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:
Print Name:
Title: ?r-1,naj9AJ
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
Josel
BCC Approved Date:
Attest:
Earman
O��MISS,IOfiERs''
Ctairm
`••gNRIVER..
November 7, 2023
, Clerk of Court and Comptroller
By: ti WWUZ4,
Deputy Clerk
Approved:
�;�,y�, yq, �,i'kAfi�4, r ,County Administrator
Approved as to form and legal sufficiency:
1{. ►z,TI-wl 0, Gu 'I"j, s - C,�," ,a Wm
EXHIBIT #A
South Oslo Rd Water Treatment Plant Improvements
Construction Phase Services
Work Order No. 6 Amendment #1
PROJECT UNDERSTANDING
Kimley-Horn and Associates, Inc. ("CONSULTANT") was authorized under Work Order #6 to
provide construction phase services on June 8, 2021 for the South Oslo Road Water Treatment
Plant Improvement Project. TLC Diversified, Inc., the general contractor for this project was
issued a Notice to Proceed on August 4, 2021 which yielded a final completion date of November
2, 2023. Over the course of the project, several process components have failed that were outside
TLC's construction contract and needed to be addressed via change order. These change orders
due to failed equipment resulted in over $1,000,000 in unforeseen costs. The additional work
coupled with supply chain issues that have transpired since the COVID-19 pandemic have resulted
in unexpected delays in the project schedule. TLC Diversified recently submitted a Work Change
Directive to Indian River County Department of Utility Services (IRCDUS or Owner) that
requested an additional 197 days to yield a final completion date of May 17, 2024.
Due to the extension of the construction schedule, the Consultant has conducted more progress
meetings and expended more effort than originally scoped to assist with this project completion.
Additional time on site is anticipated along with additional payment application reviews, Davis -
Bacon Wage Act interviews and wage reviews, shop drawing reviews, etc. The project extension
will result in additional time and effort by Consultant to assist with project delivery. In addition to
the time extension, the Owner has requested several other services be provided including asset
management, record drawing development. This amendment presents the additional services
requested by Indian River County Department of Utility Services (IRCDUS) of the Consultant to
aid in completion of this project.
SCOPE OF SERVICES
TASK 1— CONSTRUCTION PHASE SERVICES - AMENDED
Consultant will provide additional construction phase services for this project consisting of,
• shop drawing review,
• coordination and progress meeting attendance, and preparation of meeting minutes
• construction observations, including inspector and engineer observations
• review of contractor's applications for payment
Consultant will review and /or take other appropriate action with respect to Shop Drawings and
Samples and other data which Contractor is required to submit, but only for conformance with the
information given in the Contract Documents. Such review and approvals or other action will not
extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or
procedures of construction or to related safety precautions and programs. Consultant has reviewed
one hundred forty-eight (148) shop drawings to date. The original scope of services included one
hundred and fifty (150) shop drawing reviews. The Contractor has yet to submit information on
the cleaning system and there are approximately outstanding shop drawings that require re-
submittal. Consultant anticipates approximately ten (10) additional shop drawings for review.
K. IWPB_CivillGeneral0lack0oridaVRCUlOslo WTP Construction Phase l4mendment120231023 -Amendment Oslo CPS.doc Page I of 6
Indian River County Utilities Department
Consultant will utilize the services of C&W Engineering for professional services related to
electrical engineering for this project. C&W proposal is included herein for reference.
Consultant original scope included thirty (30) monthly progress meetings for this project. To date,
Consultant has attended thirty-five (35) progress meetings. Consultant anticipates an additional
twenty (20) progress meetings beyond the original 30 scoped will be held through project
completion. Consultant will prepare meeting agenda for each progress meeting and within one
week of each respective progress meeting, Consultant will prepare and distribute meeting minutes
that summarize the major discussion topics from the meeting.
Consultant will provide additional on-site construction observation services during the construction
phase. Consultant's original proposal included two -hundred fifty site visits and 24 -month
construction duration. The project schedule is anticipated to extend by ten (10) months based on
Contractor's latest schedule submittal. Consultant assumes this 10 -month period of construction
will require approximately three to four (2 - 3) visits per week per month to observe the work for
conformance with the Contract Documents. Consultant anticipates an additional one hundred (100)
site visits will also be required. Such visits and observations by the Consultant representative 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 representative's exercise of professional
judgment. Based on information obtained during such visits and such observations, Consultant's
representative will evaluate whether Contractor's work is generally proceeding in accordance with
the Contract Documents, and Consultant will keep Owner informed of the general progress of the
Work.
Consultant's inspector will prepare field reports of each site visit describing observations witnessed
during site visits. Consultant will prepare field reports for the additional one -hundred (100) site
visits performed through project completion.
The purpose of Consultant representative's site visits will be to enable Consultant to better carry
out the duties and responsibilities specifically assigned in this Agreement, and to provide the
OWNER 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
the Consultant 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.
Consultant will recommend to the Owner that Contractor's work be disapproved and rejected while
it is in progress if, on the basis of such observations, Consultant believes that such work will not
produce a completed Project that conforms generally to Contract Documents.
Consultant's original proposal included twenty-four (24) contractor payment application reviews.
Based on Contractor's recent schedule, Consultant will review up to four (4) additional contractor
payment applications. The Contractor has not submitted pay applications every month which
justifies need for only four additional payment application reviews. Based on its observations and
on review of applications for payment and accompanying supporting documentation, Consultant
will review the amounts that the Consultant recommends Contractor be paid. Such
recommendations of payment will be in writing and will constitute Consultant's representation to
K: )WPB CivillGeneral0lackTIoridal[RCUlOslo WTP Construction Phase lAmendment120231023 -Amendment Oslo CPS.doc Page 2 of 6
Indian River County Utilities Department
Client, based on such observations and review, that, to the best of Consultant's knowledge,
information and belief, Contractor's work has progressed to the point indicated and that such work-
in -progress is generally in accordance with the Contract Documents.
Consultant's original proposal included review of the record drawings and notation of substantial
deviations. IRCDUS has requested the Consultant provide record drawings to in AutoCAD (.dwg)
format. Consultant will update original design files based on Contractor prepared redlined
drawings and site observations. Consultant will electronically transmit record drawings to Owner
upon completion of record drawing set.
Consultant's original proposal did not include services to support Davis -Bacon Wage Act
requirements. As part of the contract negotiation between the Owner and Contractor, provisions in
the Construction Contract were added to include Davis -Bacon Wage Act requirements. IRCDUS
requested Consultant conduct interviews and review wage information on a routine basis through
project completion. Consultant will review monthly payroll information submitted by the
Contractor and subcontractor(s) to determine if requirements for Davis Bacon wage requirements
are met. Consultant will conduct labor interviews with the Contractor's personnel throughout the
construction duration. Consultant anticipates a total of eighteen (18) interviews will be conducted
throughout the course of the project.
Consultant will provide project management consisting of coordination of Consultant's staffing on
project, QA/QC, review of Contractor schedule, coordination with subconsultants, administrative
work including filing of all documentation, meeting minutes, letters, etc. It is estimated that
approximately 40 hours of additional administration time and 20 hours of professional time will be
required for this task.
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 process
equipment. 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. Each row or record in the database shall represent a single (discrete) asset and its
applicable data and attributes.
3. The Consultant will coordinate and manage the completion of the ACL which is carried
through to the construction phase for further updates and eventual completion.
4. 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.
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)
K.IWPB_CtvillGeneral0lackIh7oridaVRCUIOslo WTP Construction Phase l4mendmen620231023 -Amendment Oslo CPS.doc Page 3 of6
Indian River County Utilities Department
TASK 2 — PROGRAMMING AND INTEGRATION — NO CHANGES
TIME SCHEDULE
Consultant's original proposal anticipated construction duration of twenty-four (24) months will be
required. This amendment is provided to account for initial contractor NTP of August 4, 2021 and
a revised final completion date of May 17, 2024. The updated construction duration is thirty-four
(34) months.
FEESCHEDULE
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 on a lump sum fee basis as follows:
Task
No.
Task
WO #6
(Previously
Authorized)
Amendment 1
Revised
Total
Task 1
Construction Phase Services
$865,774
$263,132
$1,128,906
Task 2
Programming and Integration
$356,772
$0
$356,772
Total Lump Sum Fee
$1,222,546
$263,132
$1,485,678
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project but may be
required depending on circumstances that may arise during the execution of this project.
Additional services include, but may not be limited to the following:
• Construction phase services beyond what is described herein
• Re -design or integration beyond what is described herein
K. IWPB_CivillGenerallBlacklFloridaL'RCUlOslo WTP Construction Phase IAmendmenh20231023 -Amendment Oslo CPS.doc Page 4 of 6
Indian River County Utilities Department
K: I WPB_ ClvillGeneral0lacklFloridaURCU1Oslo WTP Construction Phase Wmendment120231023 -Amendment Oslo CPSdoc Page 5 of 6
Indian River County Utilities Department
ESTIMATE FOR ENGINEERING SERVICES
PROJECT. IRC Oslo WTP CPS - Amendment
CLIENT. Indian River County Utilities
ESTIMATOR. NB
DESCRIPTION.
IRCU Oslo WTP CPS Amendment
DIRECT LABOR
MAN-HOURS
MDM/TJ
PRINC
NB
SIN
PROF
REG
PROF
BK
PROF
2
PROF
1
IF
DESIGN
INSP
SIN
SUPP
SUPP
STAFF
EXP
SUB
Du Eat
4.6%
WORK ORDER 6
TOTAL
AMENDMENT 1
TOTAL
NO. TASK
1 CONSTRUCTION PHASE SERVICES
'IwVmts usro'_lil
10
600
I(m0
$7400
$21073
$481,573
Additional: 100 Site Visits & Field Reports
12
80
100
600
$4,983
$113,299
Pro�,tess Meetmss 30
4S
3,0
48
$1.275
$25,719
Additional: 20 progress meetings
12
40
40
40
$1,004
$22,840
Clanfications, Reconnnendattons, Substitutes
10
d0
e0
40
60
24
$1,910
$34,310
ShopDrawin 1?eview(s 150 w/ I resubmittal each)
0
3(10
30(1
240
$4.896
%95,0t6
Additional: 10 shop drawings
201
40
1 20
$553
$12„573
Review Pax mc❑lA>>licattonsand ChangeOrder Reque;i
20
t,0
30
$15,(193
Additional: Pay Application Review x4
8
16
20
6
$309
$7,025
St.'nf
C>tl
60
?du
120
$1629
$8-1_511-9
Sub i
12
411
40
60
24
$1,(A7
$14,683
Final Completion
4
12
20
20
.1
$361
$5429
Review record drawings ind 0&,
8
311
60
1_4
$686
SI?,970
Additional: AutoCAD Record Drawings
121
1 60
80
$880
$20,000
$UhMIt Construction Completion CcrUllarn ons(FDIT)
8
12
20
40
I?
$596
$12,740
Attend FDEP Project W alk0nouuh & Prep
8
12
1 ri
8
$283
$5,883
Pennittin, site plan admin approval)
4
12
8
$157
$3,025
Adnan (mvmein , re urts_elc )
24
$287
$0,527
Additional: Admin for 10 more months
20
40
$328
$7,448
C&W- Flcctrical
12
10
-
$577
$69,276
Additional: C&W Time & Effort see sub ro sal
101
1
12
$22,265
$139
$25,420
Additional: Davis -Bacon Wage Review
18
50
30
$649
$14,759
Additional: Davis -Bacon Interviews
4
80
20
$627
$14,247
Additional: Asset List
30
100
40
$1,122
$259522
2 PROGRANrvMGAND MTDGRATION
CSD
24
40
60
12
$343,440
$900
$356,772
TOTALHOURS
3681
4261
19701
4861
1446
2510 241
4981
424660
$49024
$1,222,546
$263132
LABOR($/HO UR
2431
2201
1581
1281
1101
1251 1021
681
$0
$0
K: I WPB_ ClvillGeneral0lacklFloridaURCU1Oslo WTP Construction Phase Wmendment120231023 -Amendment Oslo CPSdoc Page 5 of 6
Indian River County Utilities Department
C & W engineering Inc.
Consulting Engineers — Electrical • HVAC • Plumbing
6903 Vista Parkway North, #10
West Palm Beach, FL 33411
(561) 642-5333
August 9, 2023
Nick Black, P.E.
Kimley Horn & Associates
1920 Wekiva Way
Suite 200
West Palm Beach, FL 33411
Subject: IRC Oslo WTP Improvements for HSPS/Nano Train/Wells and PLC-SCADA
Tasks 4 thru 8- Additional Services
Electrical Construction Additional Services Proposal
C&W Ref. 66428.CS WTP/HSPS/Wells/PLC/SCADA
Dear Nick:
I am pleased to submit this proposal for additional services for the Engineering
Services during construction for the IRC Oslo WTP — this request for additional services
is to cover the upcoming monthly meetings (we will not attend meetings every two
weeks, instead we will attend monthly progress meetings), We will also attend major
equipment startups, substantial completion startups, monthly meetings, and final punch
list check.
We will have exhausted the fee for the GE switchgear replacements (shop
drawings, coordination meetings, initial installation, temporary power and ATS,
and final installation and revision of the oneline and equipment plan drawings
(original fee of $6,540.) in the coming weeks.
We will also exhaust the construction services fee of $56,555 for the Oslo
plant improvements by end of August 2023 — this is due to the number of monthly
progress meetings that started late last year as every two weeks, and continue
through end of August of 2023; please refer to the attachments.
The additional constructions services will cover the following:
1. Attend remaining monthly meetings, we currently anticipate 8 more meetings
starting in September 2023 till May 2024.
2. Attend startups in September and October of the Well sites 2,3,5, and 6; this
C&W Ref. 66418.CS ADDITIONAL SERVICES WTP/HSPS/Wells/PLC/SCADA
shall include having the fiber terminated and communications established with
the plant PLC via FO cable (new and existing including terminations and
splices). Expected completion dates between September and October, by
10/26
3. HSP 1-3 completion, provide inspection (this is covered mostly by the original
CS proposal).
4. Acid and scale inhibitor improvements to be completed by 8-30-23 (this is
covered by the original CS proposal).
5. Feedwater and concentrate piping @ CTF (this would include all VFD
equipment including replacing the feed water pump soft starters for VFD.
Expected completion date 9-12-23.
6. NF Train 2 begin performance testing and checking controls and NF RIO PLC
Panel along with motorized valves and NF instruments. 9-15-23 expected
completion date.
7. NF Train 3 begin performance testing and checking controls and NF RIO PLC
Panel along with motorized valves and NF instruments. 11-2-23 expected
completion date.
8. NF Train 4 begin performance testing and checking controls and NF RIO PLC
Panel along with motorized valves and NF instruments. 12-11-23 expected
completion date.
9. NF Train 1 begin performance testing and checking controls and NF RIO PLC
Panel along with motorized valves and NF instruments. 1-18-24 expected
completion date.
10. Attend a substantial completion walk through and provide a punch list of the
findings, expected date 3-15-24
11. Attend a final completion walk through and provide a punch of the findings,
expected date 5-17-24
12. Provide as -built drawings based on Contractor provided redlines.
CONSTRUCTION SERVICES
Coordination
Kimley Horn and Associates
Owner
Contractor
Progress Monthly Meetings
Startups and Progress field inspections, some during equipment
startups
Attend a startup and testing field visit and provide a punch list to each well
Site including confirming FO communications between each well PLC
panel and the plant SCADA.
Attend a startup and testing field visit and provide a punch list to each NF
Train skid and its field instruments, actuators, and RIO NF PLC panels.
Attend startup and testing of various PLC and control panels, like the
C&W Ref. 66418.CS ADDITIONAL SERVICES WTP/HSPS/Wells/PLC/SCADA
instruments and signals from the finish water panel, the various chemical
systems, and the CIP panel and components.
Provide as -built drawings based on redlines form the Contractor.
Fee Services From previous proposal/IPO TOTAL Fee:
ORIGINAL ELECTRICAL CONSTRUCTION SERVICES: $56,555 lump sum.
(This will be exhausted by end of September billing period)
From March 1St Previous Proposal IPO # Work Order #6
HIGH SERVICE PLC PART A CONSTRUCTION SERVICE FEE: $ 6,000 lump sum.
(We will be exhausting the budgeted amount by end of September)
From February 18th Previous Proposal IPO # Work Order #4
ADDITIONAL ELECTRICAL CONSTRUCTION SERVICES: $ 16,625 lump sum
(We have prepared an additional service proposal)
SWITCHGEAR RELATED CONSTRUCTION SERVICES FEE: $ 5,640 lump sum.
(We will invoice 90% for the month ending in July)
(From February 2022 Prev Proposal work performed without IPO)
Total Amount of construction service needing approval: $22,265 lump sum
I trust the scope and fee are in agreement with your needs and expectations.
Please contact me with questions or comments. Thanks for this opportunity.
Very truly yours,
C&W Engineering, Inc.
Michael Guida, PE
JLR/nl/File
Page 1 Task hour estimate IRC OSLO WiP ELEC EQUIP & PLC REHAB ADDITIONAL SERVICES C&W ENGAir
Additional Services Proposal from September 2023 to May 2024
IRC Oslo WTP Improvements for HSPS/Nano Train/Wells and PLC-SCADA Tasks 4 thru 8 CONSTRUCTION SERVICES, task hour estimate
Testing and Startups of systems, PLC panels, chemical systems, pumps, VFDs and Instruments
Attend monthly progress meetings (total of 8 meetings from Sept 2023 to May 2024)
Attend Well 2 PLC/RTU and confirm FO terminations and startup, provide punch list
Attend Well 3 PLC/RTU and confirm FO terminations and startup, provide punch list
Attend Well 5 PLC/RTU and confirm FO terminations and startup, provide punch list
Attend Well 6 PLC/RTU and confirm FO terminations and startup, including Well 6 Soft starter, provide punch list.
Attend the Feedwaler and concentrate piping @CTF including Feedwater VFD equipment after its been programmed to operate as VFD no soft starter
This shall include the finished water panel startup, check field instruments and signals from HSP 4 and 5
Attend the RO Skid 2 demo and installation progress and attend the startup of the Skid No 2 Status panel and RIO PLC panel
and Rs instruments and motorized valves., provide punch list
Reviewthat all signals with CP -1 and HSP -PLC control panels have been completed and picked up in SCADA
Attend the RO Skid 3 demo and installation progress and attend the startup of the Skid No 3 Status panel and RIO PLC panel
and its instruments and motorized valvae., provide punch list
Attend the RO Skid 1 demo and installation progress and attend the startup of the Skid No 1 Status panel and RIO PLC panel
and its instruments and motorized valves, provide punch list
Attend the RO Skid 4 demo and installation progress and attend the startup of the Skid No 4 Status panel and RIO PLC panel
and As instruments and motorized valves, provide punch list
Mscellanous Walk through plant systems, CO2, bulk storage tank, CIP cleaning systemoride, Acid
Provide As -built drawings based on Contractor redlines
MAN HOUR TOTALS 5 86 45 6
MAN HOUR RATES
ENGINEER $ 180 $ 130
AUTO CAD DRAFTING $ 95
SECRETARIAL $ 45
LABOR COST SUBTOTALS 900 1 11180 1 4275 1 270
LABOR COST TOTAL $ 16.625
Fee
1 OF
$16,626