HomeMy WebLinkAbout2023-230AWORK ORDER 01
This Work Order Number 01 is entered into as of thisl7th day of October 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 AtkinsRealis USA, 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:
Print Nal Yvonne Picard, P.E.
Title: Sr. Project Manager
BOARD OF COUNTY COMMISSIONERS • )l;' is's; .
`,�•y C .. oyF9s
OF INDIAN RIVER COUNTY
v� • � .'kms:
Jos . Earmaincthiiirman o¢'
Z�tiR • �{��I .���;.•
BCC Approval Date. October 17 20. ,;vFR �yo���•.�
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By:
Deputy Verk
By: ✓' �fG�►'G�
ohn A. Titkanich, Jr., County Administrator
prod asjo ford and legal sufficiency:
K- lir LrH Ck M aN.� s 661wA40ry,
EXHIBIT A
INDIAN RIVER COUNTY UTILITIES DEPARTMENT
WORK ORDER No. 1
SCOPE OF SERVICES
West Regional WWTF Clarifier Improvements
IRCDUS PID 22.23.556
Background
The Indian River County Department of Utilities Services (County) owns and operates the West
Regional Wastewater Treatment Facility (WRWWTF). The WRWWTF was originally constructed
in 1994, including two secondary clarifiers. Clarifiers Nos. 1 and 2 each consist of a prestressed
concrete basin provided by Crom Corporation (Crom) and a sludge collector mechanism provided
by Walker Process Equipment (Walker). The Clarifiers were operated until the WRWWTF was
expanded in 2012. Following the expansion, neither clarifier was necessary for the WRWWTF to
meet capacity requirements. The clarifiers were taken offline but they were not
decommissioned. The clarifier mechanisms remain in place, but they have not been operated,
maintained, or repaired since 2012. Moreover, the clarifier mechanisms are well past the normal
expected service life of wastewater clarifier mechanisms.
f�
Figure 1. Condition of Clarifier Mechanisms
Current and anticipated future growth in the West Service Area has brought about the need for
additional clarifier capacity at the WRWWTF. Accordingly, the County seeks to restore Clarifiers
1 and 2 to operation, but the mechanisms must be replaced before the clarifiers can be brought
online.
The County has standardized on Crom for basins and tanks and on Walker for clarifier
mechanisms at all County wastewater facilities. Atkins has arranged for Crom to inspect the
existing basins. It is anticipated that Crom will either confirm that the basins can be reused in
their current condition, or they will recommend minor repairs to the basins.
1
Exhibit A
West Regional WWTP Clarifier Improvements ATKINS
The County obtained a quote of $1.61VI directly from Walker for the construction associated with
the replacement of the clarifier mechanisms which included the equipment, stilling wells, minor
mechanical and electrical improvements, demolition and startup services. However, their price
was higher than expected, did not provide proper documentation to support the quote, and had
liability issues that did not meet County requirements.
The County has commissioned Atkins to develop a request for proposal (RFP) for contractors to
provide the construction services associated with the rehabilitation of the existing clarifiers.
Since the County has standardized on Walker equipment, this RFP would provide a detailed scope
of work with complete technical and performance requirements, to ensure that bidders have
enough information to provide accurate, comprehensive pricing based on Walker clarifiers.
Scope of Services
This Scope of Services is for technical services associated with the creation of an RFP for the
replacement of the mechanisms for Clarifier Nos. 1 and 2. Upon notice to proceed, Atkins will
develop a general issue RFP package for use by the County Utilities Department in bidding and
procuring services, provide bid support services, assist the County during the construction
phase, provide final inspections, and manage the closeout.
Task 01 Project Management and Meetings
This task consists of overall management of the Project including contract
administration, budget management, invoicing, monthly status reports, and project
scheduling. It is anticipated that Atkins will organize and document an in-person
kickoff meeting with a preliminary site visit and three virtual progress meetings during
preparation of the RFP and continuing through Bid Services. Construction progress
meetings are included in Task 05.
Deliverables: Invoices, project status reports, schedules, and meeting documentation.
Task 02 Data Collection
Atkins will collect and review all pertinent information, including information
provided by the County, previous project proposals, and previous inspection reports.
Atkins will request any information that may be missing. Any information provided by
County in hard copy will be scanned for project use. The hard copy along with an
electronic version will be returned to the County for their records. A summary of the
anticipated data is listed below.
• Existing O&M manuals for the overall clarifier mechanism and the clarifier
components.
• Existing as -built drawings for the original plant and for upgrades to the existing
basins or mechanisms.
• Shop drawing submittals provided for the original clarifiers.
• Previous geotechnical reports, condition assessments, inspection reports, or
other studies related to the existing clarifiers, if available.
6
ExhibitA
West Regional WWTP Clarifier Improvements ATKINS
• Previous proposals for replacement of the clarifier mechanisms.
• Guide specifications and equipment data provided by the manufacturer.
• An inventory of any clarifier-related spare parts currently in the possession of
IRC.
Deliverables: Data request memo. Electronic versions of all hard copy data.
Task 03 Asset Management
Atkins will coordinate with County Staff to draft and pre -populate an asset change list
(ACL) to the extent possible with all project -related information available to Atkins,
including information obtained from project -related correspondence, site visits,
equipment design criteria, and information gathered under Tasks 01 and 02. Atkins
will prepare the ACL in accordance with County requirements. The form will be
designed to facilitate addition inputs by Atkins, the manufacturer, and the contractor
throughout the bid and construction phases. Atkins will submit a draft ACL to IRCDUS
for their review and finalize the ACL based on their feedback.
Deliverables: Creation of a draft and final ACL.
Task 04 Walker Proposal
Atkins negotiate and obtain an updated Proposal from Walker for all clarifier
equipment, similar to a direct procurement agreement between IRC and Walker,
including technical, construction and warranty requirements for major equipment.
Atkins will confirm that the equipment package is complete and pricing is reasonable.
Once negotiations and Proposal updates are complete, Atkins will include the Walker
Proposal in the general issue RFP package to ensure fairness in the RFP packages.
Deliverables: Equipment Proposal Package from Walker.
Task 05 Preparation of Request for Proposal
Atkins will develop a general issue RFP package that will provide a detailed description
of all work to be performed and will include all pertinent information obtained during
the completion of Tasks 02, 03 and 04. The RFP will provide candidate bidders with
information necessary to develop an accurate and comprehensive Proposal.
Information to be provided will include:
• Qualifications and experience required of each bidder
• Recent survey information including a data point cloud
• Reference requirements
• Project approach and schedule
• Technical and warranty requirements for miscellaneous equipment.
• Requirements for the use of the Walker Proposal
• The type and format of information required by the contractor for use in
updating and finalizing the ACL as describe in Task 03 above.
is
EXhibitA
West Regional WWTP Clarifier Improvements
• An outline of submittal information that will be required of the contractor
prior to and during the construction phase. The contractor will provide
detailed work plans and schedules for procurement, mobilization,
construction of temporary facilities, completion of the work, final testing,
acceptance, systems integration, and jobsite restoration. All submittal
information will be sealed by a registered engineer, and all will be subject to
approval by Atkins.
• A bid form based on lump sum pricing with an additional unit pricing schedule
for use in addressing unforeseen circumstances that may be encountered
during construction.
Atkins will provide a comment matrix with one (1) round of review comments and
associated responses.
Deliverables: Draft RFP. Comment matrix. Final RFP.
Task 06 Bid Phase Services
Atkins will attend a pre-bid meeting scheduled by the County and present technical
information, project details and pertinent information to bidders. The pre-bid
meeting will be followed by a mandatory site visit that may take up to eight (8) hours.
The site visit will allow the bidders to assess the condition of the existing clarifier
mechanisms, utility connections, and site constrictions. This will enable each bidder
to develop accurate and competitive bid pricing based on a thorough understanding
of the work to be completed.
Atkins will review and respond to questions from bidders related to the Project. Atkins
will submit up to two addenda to the County in time for reception of addenda by all
bidders.
Atkins will submit a bid recommendation to the County upon receiving and reviewing
the bid submittals.
Deliverables: Documentation of pre-bid meeting and site visits. RFP Addenda. Bid
evaluation memo with recommendation of award.
Task 07 Construction Phase Services
Atkins will provide construction phase services for up to twelve months following the
notice of award. Construction phase services will consist of the following:
• Preparation of Pre -Construction Meeting agenda and meeting summary.
• Review of up to twelve draft pay requests in preparation for County review,
approval and processing.
• Review of up to ten shop drawing submittals, including one 0 & M manual.
• Review of ACL data provided by the contractor and incorporation of the data
into the ACL.
• Responding to up to ten requests for information (RFIs).
4
FxhibitA
West Regional WWTP Clarifier Improvements
UUMP,
• Hosting and documenting up to fifteen construction progress meetings.
• Providing and documenting two final inspections for substantial completion
and final completion.
• As built CAD drawing review and acceptance.
• Punch list and concurrence letter.
Deliverables: Shop drawing submittal reviews, RFI responses, draft pay request
reviews, meeting documentation memos, site inspection reports, punch list, and
concurrence letter.
Task 08 Change Order (if necessary)
Atkins will support up to two change orders. Services associated with the change
order will include:
• Change directives
• Request for quotations.
• Pricing review to assess whether the contractor's proposal is a fair market
value.
Deliverables: Change directive. Request for quotation. Pricing review summary.
Deliverables
Task Deliverable
1 Invoices, project status reports, schedules, and meeting documentation.
2 Data Request Memo. Electronic versions of all hard copy data.
3 Creation of a Draft and Final ACL
4 Equipment Proposal Package from Walker.
S Draft RFP. Comment matrix. Final RFP.
6 Documentation of pre-bid meeting and site visits. RFP Addenda. Bid
evaluation, recommendation of award.
7 Shop drawing submittal reviews, RFI responses, draft pay request reviews,
meeting documentation memos, site inspection reports, punch list, and
concurrence letter.
8 Change directive. Request for quotation. Pricing review summary.
0
ExhibitA
West Regional WWTP Clarifier Improvements
Schedule
The anticipated schedule shown below is based on the weeks after the formal issuance of the
signed Work Order and a Notice to Proceed (NTP) by the County.
Task
Project Kick -Off Meeting and Site Visit
Begin Data Collection and Review
Negotiate Walker Proposal
Draft RFP
Review by County
Final RFP
RFP Released by County
Award Recommendation
Task
Start of construction
Substantial completion
Letter of Concurrence
Duration from Engineering NTP
2 weeks
4 weeks
10 weeks
14 weeks
16 weeks
18 weeks
22 weeks
30 weeks
Duration from Construction NTP
12 weeks
42 weeks
52 weeks
Quality Control
Atkins 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 qualified professionals who are not responsible for project execution.
Assumptions
The following assumptions have been made in the development of this scope of work, schedule,
and fee.
• The project will not be a standard design project with traditional contract documents.
• Survey services will be provided separately.
• No subsurface utility engineering or geotechnical services are required.
• No architectural, civil, landscaping or structural design efforts are required for this
evaluation. No temporary erosion or stormwater control is required.
• Neighborhood/community meetings are not needed.
• FDEP permitting is not required. No permitting support or fees are included in this scope.
• The project will comply with all federal, state, and local codes in effect when NTP is given.
• Data requested under Task 02, if available, will be furnished to Atkins within two weeks
of request.
• Attendees of the RFP review meetings are designated as decision makers.
0
Exhibit A
West Regionol WWTP Clorifierr Improvements
• County Purchasing will provide contract terms, general and supplemental conditions.
Management of services during the bid phase will be handled by the County's Purchasing
Department including advertising, contract preparation and review, bidder coordination,
and facilitation of the pre-bid meeting and site visit.
• The replacement clarifiers will be designed to operate using the existing electrical
connections and SCADA system. No reprogramming of the SCADA system will be
necessary for integration of the new clarifier mechanisms. No new connections to the
SCADA system will be required.
• Information requested by bidders or by the contractor will be existing and available. None
will require the engineer to create content not provided in the RFP.
• Record drawings will not be required.
• No relocation of existing utilities or yard piping will be required.
• No new utility connections or yard piping will be required.
• The scope of work pertains to all equipment contained within the clarifier basins or
located atop the clarifier basins. Piped connections to the clarifiers will be sufficient as
they are.
• Existing bridges will be cleaned in place and maintained.
• The basin dimensions are sufficient for the new mechanisms, and no structural
modifications are required.
• The retrofitted clarifiers will only be required to operate at the capacity for which the
clarifiers were originally designed. No capacity increase is necessary.
Exclusions
This scope does not include the engineering design of a clarifier. No engineering analysis or design
is required because the proposed new mechanisms are sufficiently identical to the existing.
This scope does not include preparation of traditional bidding documents. No technical
memoranda, engineering reports, calculations, drawings, specifications or construction cost
opinions will be delivered. Any drawings included as RFP attachments will be conceptual in nature
and intended to guide the general contractor. Where bidders seek information not already
contained in the RFP, each bidder will be required to field verify or request the information during
the bid phase.
7
Exhibit A
West Re,yional WWT'P Clarifier Improvements
Compensation
Atkins proposes to perform the work on a Fixed Fee basis with budgets between the sub -tasks
and expenses being interchangeable. The estimated total engineering fee including labor and
expenses associated with the scope of work is not to exceed $222,313.70 as summarized in the
table below and presented in detail in Exhibit B.
Task No.
Task
1
Project Management and Meetings
2
Data Collection
3
Asset Management
4
Walker Proposal
5
Request for Proposal
6
Bid Phase Services
7
Construction Phase Services
8
Change Order
Expenses
Total Fee
Fee
$ 41,768.00
$ 11,552.00
$ 7,280.00
$ 19,680.00
$ 31,112.00
$ 14,244.00
$ 76,232.00
$ 10,648.00
$ 9,797.70
$222,313.70
ATKINS
Exhibit B
Cost Detail
Cost Proposal - Detail
IRC West Regional WWTF Clarifier Improvements - Total Fee
Indian River County
Submittal Date:
Sep -28-2023
Resource
OCH
Task#
Description
Rate
Unit
Qty Extended Price
Category
Pool
01
Project Management and Meetings
Labor
Sr. Project Manager
Home
260.00
Hr
56.0
14,560.00
Sr. Engineer IV
Home
260.00
Hr
4.0
1,040.00
Sr. Engineer 1
Home
154.00
Hr
14.0
2,156.00
Sr. Project Manager
Home
260.00
Hr
30.0
7,800.00
Sr. Engineer IV
Home
260.00
Hr
4.0
1,040.00
Sr. Engineer 1
Home
154.00
Hr
34.0
5,236.00
Sr. Project Manager
Home
260.00
Hr
24.0
6,240.00
Sr. Engineer 1
Home
154.00
Hr
24.0
3,696.00
Labor Total
190
41,768.00
01
Project Management and Meetings Total
41,768.00
02
Data Collection
Labor
Sr. Project Manager
Home
260.00
Hr
16.0
4,160.00
Sr. Engineer 1
Home
154.00
Hr
48.0
7,392.00
Labor Total
64
11,552.00
02
Data Collection Total
11,552.00
03
Asset Management
Labor
Sr. Project Manager
Home
260.00
Hr
24.0
6,240.00
Sr. Engineer IV
Home
260.00
Hr
4.0
1,040.00
Labor Total
28
7,280.00
03
Asset Management Total
7,280.00
04
Walker Proposal
Labor
Contains sensitive information
Cost Proposal - Detail
IRC West Regional WWTF Clarifier Improvements - Total Fee
Indian River County
Submittal Date:
Sep -28-2023
Resource
OCH
Task#
Description
Rate
Unit
Qty Extended Price
Category
Pool
Sr. Project Manager
Home
260.00
Hr
44.0
11,440.00
Sr. Engineer IV
Home
260.00
Hr
8.0
2,080.00
Sr. Engineer 1
Home
154.00
Hr
40.0
6,160.00
Labor Total
92
19,680.00
04
Walker Proposal Total
19,680.00
05
Preparation of RFP
Labor
Sr. Project Manager
Home
260.00
Hr
24.0
6,240.00
Sr. Engineer IV
Home
260.00
Hr
8.0
2,080.00
Sr. Engineer 1
Home
154.00
Hr
40.0
6,160.00
Chief Designer
Home
196.00
Hr
20.0
3,920.00
Sr. Project Manager
Home
260.00
Hr
12.0
3,120.00
Sr. Engineer IV
Home
260.00
Hr
16.0
4,160.00
Sr. Engineer 1
Home
154.00
Hr
20.0
3,080.00
Chief Designer
Home
196.00
Hr
12.0
2,352.00
Labor Total
152
31,112.00
05
Preparation of RFP Total
31,112.00
06
Bid Phase Services
Labor
Sr. Project Manager
Home
260.00
Hr
32.0
8,320.00
Sr. Engineer IV
Home
260.00
Hr
2.0
520.00
Sr. Engineer 1
Home
154.00
Hr
30.0
4,620.00
Chief Designer
Home
196.00
Hr
4.0
784.00
Labor Total
68
14,244.00
06
Bid Phase Services Total
14,244.00
07
Construction Phase Services
Contains sensitive
information
Cost Proposal Detail
IRC West Regional vVVvTpClarifier Improvements Total Fee
Indian River County
Submittal Date:
Sep.28-2023
Resource
o/n
Ta��
Description
nate
unit
Qty Extended Price
Category
puo|
�
Labor
Sr. Project Manager
Home
260.00
Hr
68.0
17'680.00
Sr. Engineer |V
Hume
260.00
Hr
6.0
1'560D0
Sr. Engineer 1
Home
154.00
Hr
84.0
12'936.00
Sr. Project Manager
Home
260.00
H,
88.0
22'880.00
Sr. Engineer |V
Home
260.00
Hr
8.0
2'080.00
Sr. Engineer 1
Home
154.00
H/
124.0
19'096.00
Labor Total
378
76.232.00
07
Construction Phase Services Total
76'232.00
08
Change Orders
Labor
Sr. Project Manager
Home
260.00
*r
8.0
2'080.00
Sr. Engineer |V
Home
260.00
Hr
4.0
1'040.00
Sr. Engineer 1
Home
154.00
Hr
16.0
2,464.00
Sr. Project Manager
Home
260.00
Hr
8.0
2'080.00
Sr. Engineer |V
Home
260.00
*r
2.0
520.00
Sr. Engineer 1
Home
154.00
*r
16.0
2,464.00
Labor Total
54
10,648.00
ou
Change Orders Total
10,648.00
V*
Expenses
�
Travel
8,280.00
Airfare
z'UUO.O
6.0
6,000.00
Meals
60.0
60
360.00
Lodging
200.0
6.0
1'200.00
Car Rental
60.0
12.0
720.00
Travel
997.70
Mileage
0.655
1'340.0
877.70oon�msommu�emmnmaoon
Cost Proposal - Detail
IRC West Regional WWTF Clarifier Improvements - Total Fee
Indian River County
Resource
Task# Description
Category
Tolls
ODCs
Shipping & Postage
Copies & Prints
Subcontract and Expenses Total
09 Expenses Total
Total Extended Price
Contains sensitive information
Submittal Date: Sep -28-2023
O/H Rate Unit Qty Extended Price
Pool
20.0 - 6.0 120.00
8.0
520.00
20.0 1.0
20.00
500.0 1.0
500.00
9,797.70
9,797.70
222,313.70
Schedule
The anticipated schedule shown below is based on the weeks after the formal issuance of the
signed Work Order and a Notice to Proceed (NTP) by the County.
Task
Project Kick -Off Meeting and Site Visit
Begin Data Collection and Review
Negotiate Walker Proposal
Draft RFP
Review by County
Final RFP
RFP Released by County
Award Recommendation
Task
Start of construction
Substantial completion
Letter of Concurrence
Duration from Engineering NTP
2 weeks
4 weeks
10 weeks
14 weeks
16 weeks
18 weeks
22 weeks
30 weeks
Duration from Construction NTP
12 weeks
42 weeks
52 weeks