HomeMy WebLinkAbout2008-04411 0:,2
F - OLIL-1
This Amendment Number 2 to Work Order Number 14 is entered into as of this 5th day
of February , 2008 , pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of April 6, 2004 and amended effective April 77 2007
(as so amended, the "Agreement'), by and between Indian River County, a political
subdivision of the State of Florida ("County") and KIMLEY-HORN AND ASSOCIATES,
INC. ("CONSULTANT').
1. The County has selected the Consultant to perform the professional services set
forth in existing Work Order Number 14, Effective Date February 08, 2005.
2. The County and the Consultant desire to amend this Work Order as set forth on
Exhibit 1 attached to this Amendment and made a part hereof by this reference. The
professional services will be performed by the Consultant for the fee schedule set forth in
Exhibit 1 and within the timeframe more particularly set forth in Exhibit 1, all in accordance
with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced
Work Order is amended as set forth in this Amendment. 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 Amendment to
Work Order as of the date first written above.
CONSULTANT: KIMLEY-HORN BOARD OF COUNTY COMMISSIONERS
AND ASSOCIATES, INC. OF INDIAN RIVER COUNTY
andra L. Bowden, Chairman
Title: V/!e lreSJ4�0f
Date: I�Zy/j�JO
STATE OF FLORIDA,.
INDIAN RIVER COUN'tY'-
THIS ISTOCERTIFYTHAT THIS IS
A TRUE AND CORRECT COPYOF
THE OR IGI NAL ON�FI LE IN THIS',
C=FICE..
J FFREY K. 9ARTON, CLERK`
9Y D -C.
BCC Approved Date: February 5, 2008
Attest: J.K. Barton, Clerk of Court
By N�-�o;-
Deputy Clerk
Approved:
, County
as to form and legal sufficiency:
Marian E. Fell,
County Attorney
Exhibit #1
To
Amendment 2
To
Work Order Number 14
PROJECT DESCRIPTION
This amendment #2 modifies Work Order #14 to incorporate the following work at the South RO
water treatment plant:
Design services for replacement of the existing motor control center MCC -2, feedwater
pump variable frequency drives (VFD), and the existing 2000 amp automatic transfer
switch (ATS) at the South RO water treatment plant
Modify drawings and specifications to include additional rehabilitation of the RO trains.
Conduct an Initial Distribution System Evaluation for Final Stage 2 Disinfectants and
Disinfection Byproducts Rule for water distribution system
Considered to be Phase I of the South RO WTP improvements, a portion of the project has
already been authorized and completed by TLC Diversified, Inc. This work consisted of feed -
water pump upgrades, membrane replacement, train piping modifications, and installation of
profile valves and inter -stage valves. As a result, the remaining work (Phase II), including high
service pump replacement, permeate acid injection point relocation, chemical system
modifications, bulk scale inhibitor tank installation, RO train improvements, MCC -2 replacement,
feedwater pump VFD replacement, and ATS replacement will be advertised for bidding.
These plant improvements will not only provide additional high service pumping capacity and
throughput from the plant, but address some critical rehabilitation and replacement components
need at the South water treatment plant.
Indian River County Utilities (IRCU) water system is subject to EPA's Initial Distribution
System Evaluation (IDSE) requirements of the Stage 2 DBPR since chlorine is used as a primary
residual disinfectant and is a community water system that serves > 10,000 people. In order to
comply with the IDSE requirements, there are three options IRCU may qualify for:
Meet 40/30 Certification requirements
Conduct a system specific study using existing monitoring results, or water system
hydraulic model
Conduct standard monitoring
Based on a review of IRCU's 2006 annual water quality report (highest TTHM of 114 exceeds 40
ppb), the fact that only four sites are tested for THM's and HAA5's, and the existing water
system hydraulic model has not been calibrated and has not been run in extended period
simulation, the Standard Monitoring Plan should be prepared and submitted to EPA to conduct
standard monitoring per the Schedule 2 requirements.
The following scope of work under this amendment consists of:
S:\044\044572017 -SRO Upgrades\Scope\South RO PlantMCC Replacement -Amendment 2 rev 5.doc Page I
Task 1. MCC -2, ATS, and VFD Replacement and Upgrades (.Yew Task)
The existing MCC -2 and ATS at the South RO plant are in need of replacement since they are
more than 25 years old, there are no available replacement components for this equipment, and
corrosion of some of the bus bars may lead to its sudden failure. All of the high service pumps
are fed off of this MCC, so it is a critical item that needs immediate attention. The feedwater
pump VFD's (2) are also outdated and in need of replaceable parts which are currently obsolete
and require special fabrication.
The approach is to develop a phasing plan which allows for the demolition and replacement of the
existing MCC to occur with minimal downtime to the existing switchgear. This plan will also
include the transitioning of the existing high service pumps from the existing starters to the
proposed variable frequency drives with limited loss of pumping capacity during this transition.
Consultant will develop a plan, review with IRCU staff, and incorporate into a
Since the plant was first commissioned in 1983 it has gone through several expansions and
modifications including electrical room equipment. Currently, there is no current updated set of
electrical single -line diagrams that describes the entire plant's power distribution system.
Consultant will prepare a new updated single -line diagram to describe each of the four MCC's,
the connected equipment to each, the existing switch gear, available spares in the MCC's and
switch gear and rated current loads.
Consultant will prepare construction documents that will consist of plans and specifications that
will detail the replacement of existing MCC -2, ATS, and feedwater pump VFD's, including
development of a sequence of construction that will maintain high service pump operations and
minimize impacts to major treatment components. Some of the existing ancillary equipment can
be phased without interruption or eliminated based on it no longer being in use.
In order to provide improved reliability, some of the critical electrical loads should be shared
between differenct MCC's. All of the existing high service pumps are powered off of the one
MCC -2. Consultant will evaluate splitting some of the electrical loads to another MCC, such as
MCC -1 or MCC -3. Consultant will design alternate means of powering the new high service
pumps off of alternate MCC's.
Consultant will conduct field investigations to review the accuracy of existing record drawings
and to identify equipment ratings and associated connections for the design of MCC -2
replacement.
Consultant will prepare up to 15 drawings of the MCC replacement and minor modifications to
the existing electrical room to accommodate the new MCC. Consultant will prepare technical
specifications for the MCC replacement and include these in with the bid documents.
A 90% review set of drawings will be submitted to Owner for review and anticipate a one week
turn around for review time.
Consultant will provide IRC purchasing department 2 hard copies and electronic copies of the
drawings and technical specifications.
Task 2 — Modify Drawings and Specifications for RO Train Improvements (Amended)
5.'•.044\044572017 -SRO Upgrades%Scope\South RO Plant MCC Replacement - Amendment 2 rev 5.doc Page 2
Recent improvements to the existing RO treatment process have restored the capacity back to the
original design capacity of 6 mgd. During these improvements several additional components
associated with the RO treatment system were identified as needing repairs. Some of these
consist of:
1. Replace all polypropylene sample tubes and associated fittings from the pressure vessel
to the sample panel. Install new pressure vessel nameplates and confirm that the pressure
vessel number corresponds to the sample panel valve number.
2. Construct new 6 inch PVC permeate collection headers with new 1-1/4" permeate hoses
and associated fittings and clamps.
3. Include a line item in the bid form for an allocation of ten each victaulics and
replacement ports.
Consultant will prepare construction notes for these improvements to be included with the
existing set of drawings.
Task 3 — Services During Construction (Amended)
Additional construction phase services for this work will need to cover seven months of activity,
of which was assumed to be concurrent with TLC's work. However, since TLC is now
completed with the phase I of work on membrane replacement, additional field observation and
services during construction will be required.
The Consultant will provide construction phase services for this project, consisting of shop
drawing review, meeting attendance, field observation, start up assistance, preparation of record
drawings, and final certification of completion of the project.
The Consultant will attend one (1) pre -work meeting at the project site. On-site construction
observations will be provided in proportion to the level of activity with the selected contractor.
Shop drawing submittals will be reviewed for conformance with the intent of the Contract
Documents. Shop drawings will be submitted directly to the Consultant and reviewed submittals
returned to the Contractor and Indian River County Utilities.
The Consultant will coordinate and attend one (1) project status meeting per month for
coordination and status updates of the project with the selected Contractor and Owner. The
Consultant will provide observation of construction for the duration of the project described
herein. The Consultant will also review pay requests and provide recommendations for payment
to Indian River County Utilities based on progress of the work.
It is anticipated that the duration of the project will be approximately nine (9) months, of which
some will be idle time to order some of the long -lead time equipment. The Consultant's visits
will be for the purpose of endeavoring to provide the Owner a greater degree of confidence that
the completed work of its Contractors will generally conform to the construction documents
prepared by the Consultant. The Consultant neither guarantees the performance of Contractors,
nor assumes responsibility for any Contractor's failure to perform its work in accordance with the
Contract Documents. Work that the Consultant believes does not comply with the Contract
Documents will be brought to the attention of Indian River County Utilities and the Contractor.
The Consultant shall have no responsibility for any Contractor's means, methods, techniques,
equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall
the Consultant have any authority or responsibility to stop or direct the work of any Contractor.
5:`.044\044572017 -SRO Upgrades\Scope\South RO Plant MCC Replacement - Amendment 2 rev 5.doc Page 3
On-site construction observations will be provided in proportion to the level of activity with the
selected contractor. It is anticipated that on-site observations will be one day per week for the
first 4 months of activity, then 2 days/week during three months of heavy contractor activity.
A punch -list will be prepared for the items that need to be completed for final closeout of the
project. The Consultant will perform two site visits with the Contractor to review the status of the
completion of these punch -list items.
On-site testing of the high service pump control logic will be provided by the Contractor.
Consultant will observe on-site testing of the automated operation of the high service pump
operation following completion of construction by the contractor.
Through October 2007, there is $21,879 remaining in the existing work order and previous
amendment. For the overall duration of 9 months of construction phase, a fee of $53,200 is
assumed. Therefore, the additional construction phase services under this amendment is assumed
to be $31,321 ($531200 - $21,879).
Task 4. Conduct an IDSE for Final Stage 2 Disinfectants and Disinfection Byproducts Rule
and Conduct water quality testing (New Task)
The following scope is provided to develop a Standard Monitoring Plan Form 6 (see attached) for
IRCU water distribution system in accordance with EPA's IDSE requirements and guidance
manual for Final Stage 2 DBPR, January 2006, and submit to EPA (see attached requirements
and schedule).
Consultant will support IRCU staff in preparing a standard monitoring plan Form 6 and
submitting to EPA for their approval. The standard monitoring plan Form 6 includes:
• General information
• IDSE Requirements
• Selection of Standard Monitoring Sites
• Justification of Site Selection
• Peak Historical Month and monitoring schedule
• Planned Stage I DBPR compliance monitoring schedule
• Distribution system schematic
• Attachments
Consultant will fill out Section I and II of general information and the stage 2 DBPR
requirements with information and support furnished by IRCU staff.
Consultant will work with staff in selecting standard monitoring sites in accordance with section
III of Form 6. Consultant will review water quality data collected to date for Stage 1 and historic
DBP data for the last several years. Consultant will help IRCU staff in identifying the four types
(8 sites total required) of required standard monitoring sites, consisting of:
• near entry point
• average residence time
• high TTHM
• high HAA5
S:\044''044572017 -SRO Upgrades\Scope\South RO Plant MCC Replacement - Amendment 2 rev 5. doc Page 4
Consultant will review water distribution system map furnished by IRCU. Consultant will
modify the water system model to a presentable map to include features such as layout of pipes,
locations of treatment facilities, pump stations, and storage facilities, pressure zone boundaries,
locations of large users, and population density information. This information is assumed to be
available and all that is necessary is to develop the water model into a presentable map in
accordance with section VII. No hydraulic modeling to determine average residence time will be
conducted, but historical disinfectant residual data collected throughout the system will be used to
determine these.
Prepare justification and summary (Section N of Form 6) of standard monitoring sites, consisting
of an evaluation of system characteristics. System characteristics will be reviewed with staff and
consist of:
• pipe sizes
• relationship to storage facilities
• estimate water usage
• source water (2 treatment facilities)
• range if residual concentrations
• range of HPC levels, if available
Consultant will review peak historical month with the highest TTHM and HAAS levels, or worst
case month and fill out section V of Form 6. With IRCU staff, consultant will develop the
monitoring schedule which best fits the peak month and proposed compliance monitoring
schedule.
It is assumed that a hard copy of the Standard Monitoring Plan with attachments will be
submitted to EPA on IRCU's behalf. Consultant will furnish 6 copies of the plan and include an
electronic copy in Adobe .pdf format to IRCU.
SCHEDULE
Preparation of design and technical specification documents under Task 1 is anticipated to be
complete within 6 — 8 weeks of notice to proceed. The advertisement phase is dependent upon
Owners review and approval of the bid documents for bidding, and may be performed within 2-5
weeks after the design/technical documents are prepared. Task 2 is anticipated to be
approximately nine (9) months after notice to proceed is issued to the qualified bidder.
FEES
We will provide these services in accordance with our Continuing Services Contract Agreement
for Professional Services dated April 6, 2004, amended April 7th, 2007 with Indian River County,
a political subdivision of the state of Florida.
The Consultant will provide these services for a Lump Sum fee as follows:
Task No. I
Task
Task Fee
Task I
MCC -2 Replacement, VFD Upgrades,
S 52,000
hgear upgrades (C&W Engineering)
fy Drawings and Specifications for RO
$ 8,500
"3Servireq
Improvements
DuringConstruction $31,321
S:\044\044572017 -SRO Upgrades`•Scope\South RO Plant MCC Replacement -Amendment 2 rev 5.doc Page 5
Task 4
Conduct IDSE Evaluation and WQ Testing
$133500
Total Lump Sum Fee = $105,321
ADDITIONAL SERVICES
This Scope of Services does not include the following elements for this project that may be
required depending on circumstances that may arise during the execution of this project. Some
elements that may be considered additional services are mentioned herein. Additional services
include, but may not be limited to the following:
• Bidding beyond what is described herein
• Additional items added to the scope of work beyond what is listed herein and what
currently exists on the previous design drawings dated Sept 2007 is not included and can
be provided as additional services.
S:\044\044572017 -SRO Upgrades\Scope\South RO Plant MCC Replacement - Amendment 2 rev 5.doc Page 6