Loading...
HomeMy WebLinkAboutCA Proposed SA No 8 with CDM for Spencer's WTP Electrical Upgrades EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement (SA) No.8 with CDM Smith, Inc. for Civil and Environmental Engineering Professional Services Agreement 2018/2019 RFQ No. 3 to provide planning, design,bidding, permitting assistance and limited services during construction for implementation of electrical improvements and a new ground level prestressed concrete finished water storage tank at the Spencer's Water Treatment Plant Date: December 20,2022 BACKGROUND: CCUA staff requests approval of SA No. 8 with CDM Smith to provide planning, design, bidding and permitting assistance and limited services during construction for implementation of electrical improvements and a new ground level prestressed concrete finished water storage tank at the Spencer's Water Treatment Plant R c An operational and maintenance assessment conducted in July 2021 recommended electrical and control a system improvement at the Spencer's Water Treatment Plant. Because of increasing peak water demands o resulting from population growth in the service area,the assessment also recommended additional storage 0 capacity. L 3 At the request of CCUA staff,CDM Smith prepared the attached SA No.8,that includes the detailed scope ce of services needed to solicit bids for the construction of the improvements recommended in the assessment report and construction of a new treated water prestressed concrete ground storage tank.The scope provides an optional task,that staff will utilize, for development of documents at the 60 %design completion level to allow prepurchase of long lead electrical components. This would shorten the construction duration up to seven months by ordering long lead items prior to the award of the construction contract. CCUA will receive complete design documents ready to solicit bids from our four(4)preapproved general contractors within 8 months from the notice to proceed date. The bidding and construction duration is estimated at 17 months. The water treatment plant will continue in operation throughout construction. The project is estimated to be completed in January 2025. BUDGET: The budget for this project was approved in the FY 23 Capital Improvement Program (CIP). Updated construction cost estimates will be provided during design milestones. CCNA: CCNA, F.S. s. 287.055, does apply to the use of a consultant under continuing contract. The estimated construction cost for each individual project does not exceed$4 million. Staff negotiated this Supplemental Agreement in compliance with F.S. s.287.055. Staff and the consultant negotiated the scope and fee,based on established contract rates, for the professional services at compensation that CCUA determines is fair, competitive,and reasonable. RECOMMENDATION: Staff respectfully recommends the Board of Supervisors' approval of the SA No.8 with CDM-Smith to provide planning, design bidding, permitting assistance and limited services during construction for implementation of electrical and control improvements and a new ground level prestressed concrete finish water storage tank at the Spences' Water Treatment Plant for the lump sum amount of$436,852.00. ATTACHMENTS: Supplemental Agreement No. 8 CDM Smith Proposal dated 12-08-2022 Supplemental Agreement No. 8 to Professional Engineering Services Agreement 18/19 No. 3 to provide Professional Engineering Services for the Spencer's Crossing WTP Electrical Upgrades CCUA Project No. 1114-106 Engineer: Shayne Wood, P.E. Owner: Clay County CDM Smith, Inc. Utility Authority 4651 Salisbury Road, Suite 420 Jacksonville, FL 32256 Date: December 20,2022 Item: Description of Services: Provide professional engineering services as requested and identified in the attached scope of services and fee proposal. Task 1 Design, Permitting and Bidding Services $237,848 Task 2 Engineering Services During Construction $128,686 Task 3 Project Management and Quality Control $70,318 to Total Lump Sum Price Not to Exceed Without Prior Authorization $436,852 The Contract time shall commence on December 21, 2022. This document, along with the Scope and Fee Proposal, shall become an amendment to the Professional Engineering Services Agreement and all provisions of the Agreement will apply hereto. Accepted by: Date: Engineer: Shayne Wood, P.E. CDM Smith, Inc. Accepted by: Date: Owner: Jeremy D. Johnston, P.E., MBA, Executive Director Clay County Utility Authority CLAY COUNTY UTILITY AUTHORITY CIVIL AND ENVIRONMENTAL CONTINUING SERVICES RFQ 18/19 NO.3 December 8, 2022 SUPPLEMENTAL AGREEMENT NO. 8 This Authorization,when executed, shall be incorporated in, and become part of the Agreement for Professional Services between Clay County Utility Authority(AUTHORITY), and CDM Smith Inc. (CONSULTANT), dated May 28, 2019, hereafter referred to as the Contract. BACKGROUND The Spencer's Crossing Water Treatment Plant (WTP) is an existing 4.488 million gallon per day(mgd) maximum daily flow(MDF)facility located at 4426-1 Hanging Moss Dr, Orange Park, FL 32073.The existing WTP consists of three Upper Floridan Aquifer(UFA) wells, a 4,600 gallon per minute (gpm) stand-alone tray aerator tower for hydrogen sulfide removal, a 0.53-mg glass fused steel ground storage tank (GST), hypochlorite disinfection feed pumps and storage tanks, a 10,000-gallon hydropneumatic tank, and a high service pump station (HSPS) with three horizontal split-case pumps including electrical and instrumentation required to operate and monitor the facility. to The site has additional open space for future GSTs and other improvements. It appears the existing St. Johns River Water Management District(SJRWMD) Environmental Resource Permit(ERP), included additional impervious area for future improvements upon initial review. The AUTHORITY has requested CONSULTANT submit this Authorization for design, permitting, bidding assistance, and construction management services for the addition of a new GST and improvements to the existing HSPS as described in the Basis of Design outlined below. BASIS OF DESIGN The Spencer's Crossing WTP requires improvements to its existing infrastructure which include: 1. New GST including Associated Piping and Valving The existing 0.53-MG GST and aerator tower are to remain in service during the installation of the new prestressed concrete GST. CONSULTANT will review data provided by the AUTHORITY and prepare calculations to recommend the size of the new GST and associated piping. 2. New High Service Pump No. 4 The HSPS consists of three existing horizontal split case pumps with space for a fourth pump. It is assumed the new HSP No. 4 will match the existing Peerless 6AE16 125-horsepower pumps with a design capacity of 1,600 gpm at the rated design pressure to provide a firm capacity of 4,800 gpm (6.91 mgd). CONSULTANT will perform calculations to confirm design criteria. 3. Site Grading and Drainage Improvements A site grading and drainage plan will be prepared for the addition of the GST. Based on the SJRWMD ERP, it is assumed that no design will be required for a modification to the existing stormwater treatment system. 4. Electrical and Instrumentation Improvements: The existing electrical equipment, instrumentation, and controls at the Spencer's Crossing WTP will be upgraded or replaced to meet current AUTHORITY water treatment plant standards according to the AUTHORITY's equipment specifications. The construction will be phased to maintain continuous operation of the existing water treatment plant.The contractor shall provide temporary standby power, electrical connections, controls, etc. as required to ensure satisfactory operation of the existing facilities. Prior to the electrical design the Electrical Engineer of Record (EOR) will evaluate the actual running electrical conditions of the existing pump motors. Equipment running outside the limits of the motor nameplate data, or equipment that is limited from operating at maximum capacity, shall be reported to AUTHORITY.The electrical design will include provisions for rectifying these conditions. In accordance with AUTHORITY standards, all operator adjustable controls and monitoring will be located on the front of the electrical equipment.The electrical equipment will not have any adjustable controls or status monitoring that requires access to potentially live parts. to The electrical service will be 480Y/277 Volt, 3 Phase,4 wire from the existing Clay Electric Cooperative (CEC) pad mounted service transformer. No changes to the existing electrical service are anticipated except as required to accommodate installation of the new utility source service entrance main breaker. The Electrical EOR will obtain a fault current letter from CEC to use in the development of the required fault current ratings for the new electrical equipment. The power distribution system will provide both normal utility power and emergency power from the standby generator available to all plant loads.A new utility source service entrance main breaker with long-short-instantaneous LSI trip unit shall be provided on the line side of the existing motor control center main (MCC) breaker to reduce the arc flash hazard rating of the MCC. There does not appear to be space available inside the building to accommodate a new service entrance main breaker.The utility source service entrance main breaker will be mounted on the exterior wall on the pump building in a custom NEMA 4X stainless steel enclosure.The enclosure will be designed to accommodate the new service entrance connections to the existing MCC. The service entrance main breaker will have LSI trip unit.The utility source neutral will be bonded at the service entrance main breaker. The normal source service to the motor control center main breaker will be 480-volt, 3-phase, 3-wire.The utility source main breaker will be cable connected to the motor control center main breaker. The existing standby generator fuel storage tank capacity will be evaluated to determine if upgrades or replacements are required.The fuel storage tank capacity will be sufficient for 120 hours at average day loading and 72 hours at max day loading. If required,the new standby generator fuel storage tank will be a pad mounted aboveground fuel storage tank with secondary containment and reinforced concrete barrier giving two-hour fire protection as per U.L. 2085 specifications. Fuel piping will be welded stainless steel. Fuel storage tank will include concrete tank pad, aluminum tank access stairs, regulatory and safety signage, etc.The fuel storage tank will be equipped with a tank level monitoring panel with high level alarm, low level alarm, and leak detection. An AUTHORITY standard water treatment plant MCC PLC Panel will be provided by the MCC manufacturer.The MCC PLC Panel will provide complete monitoring and control of all water treatment plant equipment including variable speed operation and automatic alternation of the high service pumps, constant speed operation and automatic alternation of the local and remote well pumps, and automatic operation of the chemical feed pumps. The MCC PLC Panel will be constructed using the new AUTHORITY standard Allen Bradley PLC and Human Machine Interface (HMI)touch screen operator interface panel.The MCC PLC panel will be SCADA ready with AUTHORITY standard Ethernet switch network connected to the PLC, each high service pump VFD, and each well pump SSRV motor starter.The MCC PLC Panel enclosure will be free- standing and will match the height and depth of the MCC.The MCC PLC Panel will not be to contained within the MCC structure. Plant controls will include an AUTHORITY standard ground storage tank level monitoring manifold with level transmitter, high-level switch and low-level switch, and an AUTHORITY standard high service pump pressure manifold with pressure transmitter, high pressure switch and low-pressure switch.The existing level and pressure control manifolds shall remain in service.The existing level and pressure switches and transmitters will be replaced with AUTHORITY standard level and pressure switches and transmitters. Existing level and pressure switches that are no longer needed will be removed, including all wiring connections. Each transmitter will provide a 4-20 mA output connected to the PLC to monitor and control the well pumps and high service pumps. Each pressure switch will include two contacts, one connected to the PLC and one connected to the WTP Security Panel. Plant instrumentation and controls will include AUTHORITY standard finished water pH analyzer, finished water chlorine residual analyzer,finished water flow meter, and flow meter for each well pump. Each transmitter will provide a 4-20 mA output connected to the PLC.The analog signals for the water pH, chorine residual and water flow shall be connected to the PLC. The data shall be stored in the HMI/PLC historian and SCADA historian. An external removable USB dongle shall be connected to the HMI to use for historical data storage in which operations can extract.A local operator's station shall be installed with a Windows 10 based PC with minimum of two 30-inch monitors. FTViewSE Station and any associated Allen-Bradley Rockwell software needed shall be installed on the PC with perpetual licenses registered to CCUA. The PC shall not be connected to the Internet nor CCUA enterprise network and shall be connect to the plant PLC/SCADA network only. An AUTHORITY standard chemical feed pump control panel will be provided for the chemical metering pumps.The chemical feed pump control panel will include a circuit breaker feeding a simplex receptacle with weatherproof while in use cover for each metering pump.The chemical feed pump control panel shall include an On-Off-Auto selector switch for each chemical feed pump. In the Auto position the pump shall run when the associated well pump is running.The chemical feed pump control panel shall also include a well pump selector switch for the pre- chlorination pump.The pre-chlorination pump will typically run in automatic anytime any well pump is running. The well pump selector switch will allow the pre-chlorination pump to run as a replacement to the chemical feed pump for the selected well. A NEMA 4X Safe Off control station with stainless steel locking attachment shall be provided at each well pump.The safe off control stations shall prevent operation of the pump motor when engaged and shall permit operation of the pump motor when released.The existing painted steel non-fused disconnect switches shall be replaced with new NEMA 4X stainless steel disconnect switches. A site lightning protection system shall be provided for the water plant.The lightning protection system shall use Early Streamer Emission (ESE) air terminals as manufactured by Lightning Preventor of America. Lighting protection system installations shall be in accordance with the to Manufacturer's Installation Standard for Lightning Protection Systems Using Early Streamer Emission Air Terminals HBP-21. In accordance with CCUA standards the ESE site lightning protection system shall be provided by Windemuller Technical Services. A site grounding system shall be provided bonded to all power distribution equipment, surge protection equipment and the site lightning protection system.The site grounding system shall establish a maximum resistance to ground of 5 ohms throughout the grounding system. Provide a new power system study to update and replace the existing power system study, including arc flash study with new arc flash labels for all new and existing electrical equipment. Each electrical item requiring improvement will be evaluated during the preliminary design phase by the CONSULTANT.The design of these improvements will minimize impacts and outages to the operation of the water treatment plant.A construction sequencing plan will be prepared during the design phase and approved by AUTHORITY. 5. Optional HVAC and Fuel Storage Design Services CONSULTANT will evaluate the existing HVAC system and fuel storage. Recommendations will be provided during the 30-percent The expansion and upgrades will meet AUTHORITY WTP standards and specifications. SCOPE OF SERVICES The following tasks describe the scope of services to provide design, permitting, bidding and construction management services for the AUTHORITY. Task 1: Design, Permitting, and Bidding Services The activities associated with design, permitting and bidding will be as follows: Task 1.1: Project Kickoff, Data Collection and Review The AUTHORITY shall provide updated survey information, hydraulic modeling inputs/demands/information, record drawings, control wiring diagrams, equipment data sheets and O&M manuals, I/O schedules and other pertinent information for review that has not already been provided. CONSULTANT will perform additional review of data and records provided to advance the design. Additional information that may be required for design will be developed by CDM as mentioned below in Task 1.2. Task 1.2: 30-percent Basis of Design Report (BODR) CONSULTANT will prepare a BODR for the 30-percent deliverable.The BODR will include the following anticipated sections with key information and figures including: ■ Project Background and Overview o Establish and Confirm Design Criteria to ■ Civil Basis of Design o Civil Site Layout o Yard Piping Layout o Grading and Drainage Layout o Permitting Requirements ■ Process Mechanical Basis of Design o Confirm Existing Raw Water and Aeration Capacity o GST Sizing and Hydraulic Analysis o Confirm Existing Chlorine Feed Pump System Capacity o HSP Hydraulic Analysis o Updated Process Flow Diagram o GST Process Mechanical Layout o HSP Process Mechanical Layout ■ HVAC Recommendations o HVAC Calculations for Existing and Proposed Heat Loads ■ Fuel Storage Recommendations o Evaluation of Fuel Storage Tank Sizing based on Existing and Proposed Electrical Loads ■ Electrical Basis of Design o One Line Diagram o Preliminary Load Calculations ■ Instrumentation and Control (I&C) Basis of Design o Piping and Instrumentation Diagram (P&ID) o PLC Panel and Instrumentation Preferences and Recommendations ■ Preliminary Estimate of Probable Construction Cost CONSULTANT will also provide a list of the anticipated specifications required for the project (table of contents) based on the 30-percent drawings and feedback received from the AUTHORITY. to CONSULTANT will provide direction to all Subconsultants during this and subsequent tasks including: Clary&Associates—Survey will include additional topographic survey, confirmation of existing structures and equipment elevations, subsurface utility exploration (SUE) and other information required for design of the WTP upgrades (refer to Attachment A). Meskel &Associates—Geotechnical exploration will include soil properties, characteristics,water table depths,findings and recommendations for the proposed GST foundation and yard piping(refer to Attachment B). WD Lassetter, PE—Electrical engineering will include all services required for design, permitting, bidding and services during construction as listed in the proposal and described in the BOD (refer to Attachment C). A 30-percent design review meeting including all key stakeholders will be held at the conclusion of this task. Task 1.3: 60-percent Design CONSULTANT will incorporate comments from the 30-percent design review meeting to produce 60- percent drawings. CONSULTANT will also prepare draft specifications required for the project based on the 60-percent drawings.The drawings and specifications (50-Division format)will be of sufficient detail to select equipment and prepare an early-release drawing and technical specification bid package under optional Task 1.9. Split case pump,variable frequency drive (VFD) and electrical gear technical specifications will be sufficient to provide to suppliers for pre-purchase of the critical equipment following the 60-percent review meeting.The P&ID will also be sufficient for review and discussion at the 60-percent design review meeting in order to advance the l&C specifications and control description for the 90-percent milestone. A 60-percent design review meeting including all key stakeholders will be held at the conclusion of this task. All critical design components will be considered frozen after the review meeting with the AUTHORITY.The estimate of probable construction cost will be updated upon completion of the 60- percent design. Task 1.4: 90-percent Design CONSULTANT will incorporate comments from the 60-percent design review meeting and any value engineering decisions made to produce 90-percent drawings. CONSULTANT will also provide 90-percent complete technical specifications required for the project for review and comment. An internal constructability review will be performed prior to delivery to the client for final review and approval. During the constructability review, CONSULTANT will focus on sequencing and maintenance of plant operations (MOPO).The AUTHORITY will be given the option to participate in the constructability review meeting and provide any remaining review comments prior to development of the final design. The estimate of probable construction cost will be updated upon completion of the 90-percent design. Task 1.5: Issued for Bid (IFB) Design CONSULTANT will incorporate comments from the 90-percent design review meeting to produce final to IFB drawings and technical specifications. CONSULTANT will assist with the preparation of the bid form and scope of work required for inclusion in the bid documents.The AUTHORITY will prepare front-end documents to be used for bidding.The estimate of probable construction cost will be updated upon completion of the IFB design. Task 1.6: Permitting Assistance CONSULTANT will assist AUTHORITY with required permits, namely: ■ Florida Department of Environmental Protection (FDEP) Permit to Construct Public Water System (PWS) Components ■ Clay County Development Review Committee (DRC) Site Plan Review An FDEP Permit to Construct PWS Components and Clay County DRC Site Plan Approval will be required for the WTP upgrades. CONSULTANT will prepare and submit the applications to FDEP and Clay County for review along with signed and sealed drawings after the 60-percent design review milestone. CONSULTANT will provide one response to Requests for Additional Information (RAIs) for each application. It is anticipated that the selected Contractor will submit the Building/Electrical Permit Application for the WTP upgrades. CONSULTANT will provide digitally signed and sealed drawings and respond to one RAI during the construction phase. Task 1.7: Bidding Assistance CONSULTANT will provide limited assistance during the bid phase of the project. Up to two key staff members will attend a pre-bid meeting and site visit. CONSULTANT will also assist in providing responses and clarifications for up to two addenda. AUTHORITY will organize the responses and clarifications to be compiled and posted by AUTHORITY Procurement staff. CONSULTANT will assist in evaluation of the lowest responsive bidder and recommendation of award. Upon selection of the lowest responsive bidder,the AUTHORITY will prepare and execute the construction agreement. CONSULTANT will prepare and submit the final digitally signed and sealed conformed documents under this task once the agreement is fully executed. Task 1.8: HVAC and Fuel Storage Design (Optional) CONSULTANT will prepare drawings and technical specifications required for modifications or replacement of the HVAC system at the required design milestones.This optional subtask will be dependent on the existing HVAC unit(s) and the ability to meet the cooling and redundancy necessary for the existing and proposed variable frequency drive (VFDs) heat loads. CONSULTANT will prepare drawings and technical specifications required for modifications or replacement of the fuel storage tank at the required design milestones.This optional subtask will be dependent on the evaluation of the existing generator fuel storage tank capacity. Task 1.9: "Early Release" Equipment Bidding (Optional) to CONSULTANT will prepare a separate bid package with drawings and technical specifications required for bidding the split case pump, VFD, and electrical gear for direct purchase of the critical equipment after the 60-percent review meeting. An estimate of probable construction cost and procurement schedule will be prepared for the equipment. CONSULTANT will assist in providing responses and clarifications for up to two addenda.AUTHORITY will organize the responses and clarifications to be compiled and posted by AUTHORITY Procurement staff. CONSULTANT will assist in evaluation of the lowest responsive bidder(s) and recommendation of award. Task 2: Engineering Services During Construction The activities associated with design and permitting include the following assumptions in the CONSULTANT's scope of services: Task 2.1: Pre-Construction and Progress Meetings CONSULTANT will prepare the Pre-Construction meeting agenda, attend the Pre-Construction meeting, and prepare and distribute minutes to the attendees.The meeting will include key stakeholders and the Contractor's project team.The meeting will cover roles and responsibilities, contract requirements and procedures, permitting and regulatory requirements, contract time and schedule overview, submittal review process, document management and sharing, payment and change request processes, inspection procedures, safety plan and procedures, closeout requirements and a general discussion of project conditions and requirements. CONSULTANT will conduct monthly construction progress meetings and prepare meeting minutes. It is anticipated that up to 12 construction progress meetings will occur over the anticipated 14-month construction period. The CONSULTANT project manager and one other key staff will attend the monthly progress meetings at the project site. At critical steps along construction other disciplines may be represented at the progress meetings. Task 2.2: Shop Drawing Review CONSULTANT will review and approve shop drawings, informational submittals, samples and other data for conformance with the design of the project and compliance with the information provided in the contract documents. CONSULTANT will also review results of test and inspections, maintenance and operating schedules and instructions, guarantees, bonds, and certificates of inspection. CONSULTANT will maintain a log to track incoming and outgoing submittals, review status, and duration. After completion of all reviews, CONSULTANT will transmit these documents to the AUTHORITY with written comments to retain for information and file. CONSULTANT will review up to 40 total shop drawings and submittals, including resubmittals. An average of 5 hours has been budgeted for each submittal and 3 hours for each re-submittal. Task 2.3: Requests for Information (RFIs) and Design Clarifications (DCs) CONSULTANT will issue necessary interpretations of the contract documents in writing during construction of the project. CONSULTANT will review up to 20 RFIs and 5 DCs. An average of 4 hours has been budgeted for each RFI and 8 hours for each DC. Task 2.4: Pay Applications and Change Order Requests to CONSULTANT will review up to 14 monthly pay applications and up to 2 change order requests from the contractor to verify accuracy and accordance with the conformed drawings and specifications. Duration is assumed to be 14 months for construction of the improvements. Task 2.5: Site Visits and Observation Over the expected 14-month construction schedule,the CONSULTANT will perform up to 16 site visits to provide observations and documentation of critical milestones during construction. It is assumed that up to 6 of the site visits may include up to three of the CONSULTANT's team members to inspect and observe construction at critical milestones. CONSULTANT will provide guidance to the AUTHORITY inspection staff on erosion control measures, concrete placement and testing,flushing and leak testing, pump installation, electrical gear installation, instrumentation and control installation and other general contract requirements. CONSULTANT's Project Manager, Civil Engineer, Mechanical Engineer, Electrical Engineer and Automation Specialist will also perform one substantial and one final completion walkthroughs and track punch list items during the final closeout of the project. Task 2.6: Operation and Maintenance (O&M) Manual Review CONSULTANT will review up to 4 O&M manuals for equipment prepared by the equipment manufacturer and submitted by the Contractor in .pdf format. CONSULTANT will provide comments and any additional information that is required for reference in the manuals. Task 2.7: Start-up and Testing CONSULTANT will attend start-up and testing of equipment according to manufacturer recommendations. Key start-up and testing activities include pumps, electrical gear and instrumentation and control equipment. CONSULTANT has budgeted for up to two days (up to 8-labor hours per day)for key personnel to be on-site for functional testing and final start-up and commissioning. Task 2.8: Record Drawings CONSULTANT will gather redlines and Contractor mark-ups from RFIs, DCs, and change requests to incorporate into the final record drawings. Contractor shall provide all survey data required for the final record drawings.As part of this task the CONSULTANT will complete the FDEP PWS Certification of Completion. Upon final acceptance, CONSULTANT will provide final record drawings in .pdf and .dwg format. TASK 3 PROJECT MANAGEMENT, MEETINGS AND QUALITY CONTROL Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with CONSULTANT's standards and the AUTHORITY's expectations. Specific activities included are identified below: Task 3.1: Project Management CONSULTANT will provide project management to administer the production of work in accordance with to the Authorization scope, budget, and schedule.This task also includes internal monthly project status review and periodic internal team progress meetings. Task 3.2: Project Quality Control and Technical Reviews CONSULTANT will perform the work in compliance with its quality management system (QMS) requirements.The CONSULTANT's QMS requires appropriate quality assurance (QA) and quality control (QC) activities for each type and phase of project. CONSULTANT will conduct QA/QC activities as appropriate throughout the execution of the Project including initial project quality management planning, senior technical reviews, and intra-and inter-discipline quality review checking. FORMAL DELIVERABLES Task Description Format Task 1.2 30-percent BODR *.pdf Task 1.3 60-percent Drawings and Specifications *.pdf Task 1.4 90-percent Drawings and Specifications *.pdf Task 1.5 IFB Drawings and Specifications *.pdf Task 1.7 Digitally Signed and Sealed Conformed Drawings and *.pdf and .dwg Specifications Task 1.9 Early Release Equipment Bid Package (Optional) *.pdf Task 2.8 Record Drawings *.pdf and .dwg ASSUMPTIONS 1. CONSULTANT has assumed the following sheets will be required for the project: Table 1-Anticipated Sheet Count No. of Sheets Sheet Title 3 General 3 Civil 1 Civil Details 5 Process Mechanical 3 Process Mechanical Details 19 Electrical and l&C 34 Total to 2. There are no changes to the existing permitted water treatment process. Except to the extent required to confirm the adequacy of the existing aeration system and the adequacy of the existing chlorination system, no analysis of water quality or modifications to the existing water treatment process is part of this authorization. 3. Limited hydraulic modeling focused on the improvements will be performed for the new GST and HSP. Modeling of the distribution system is not included. 4. The mechanical and electrical improvements will not change the service size or require evaluation of the existing generator. 5. Air balance or analysis of the plant air system is not included. The existing air compressor is assumed to meet the requirements of the existing hydropneumatic tank. 6. Per SJRWMD Permit No. 42-019-0605NG-ERP issued December 31, 1996,the Spencer's Crossing WTP should not require a modification to the existing ERP based on the original permitted impervious area and the proposed improvements. It is assumed that the existing dry detention pond onsite was constructed in accordance with the ERP and is sufficient to treat and attenuate the flows of the additional impervious area of the GST. Any permit or compliance issues with the permitted stormwater treatment system may require an amendment to the scope for Permitting Assistance. 7. The design portion of this project is budgeted based on a 7-month design schedule from project start through the IFB deliverable. Requests to expedite schedule received subsequent to project kickoff may require additional resources negotiated through an amendment to the existing authorization. 8. The project kickoff meeting will be held in person at AUTHORITY, all other design review meetings will be held virtually using video and teleconferencing as appropriate. 9. CONSULTANT will identify the need for property acquisition or temporary construction easement as necessary to construct the work. AUTHORITY and its agents will be responsible for obtaining the necessary easements to meet the desired construction schedule or adjust the project schedule accordingly. 10. Design budget is based on a single bid package for the work. If more than one bid package is requested, a change to the existing authorization will be negotiated and authorized by AUTHORITY. 11. Design criteria, P&IDs, site layout, and process flow diagrams will be fixed after the 30- percent BODR review meeting with AUTHORITY.Any significant changes to design direction or substantial modifications will be discussed with AUTHORITY including implications to scope, schedule, and budget. AUTHORITY will be notified in writing of all changes to the baseline scope, schedule, or budget, established in the 30-percent BODR. 12. AUTHORITY will confirm platform for the programmable logic controller(PLC), input and to output (I/O), and all ancillary equipment for the WTP controls upon completion of the 30- percent BODR. Subsequent changes after 30-percent that require additional re-design effort will be negotiated through an amendment to the existing authorization. 13. The design scope and fee are based on an estimated project budget of$3.15M. If the 30- percent OPCC results in a construction cost increase greater than 10-percent,the CONSULTANT will meet with AUTHORITY to review the scope of improvements to bring the OPCC within the overall project budget. 14. AUTHORITY will sign as Owner and Operating Entity.The permit applications will be prepared and submitted to the agency having jurisdiction by CONSULTANT as engineer of record on behalf of AUTHORITY. 15. Permitting budget includes one site visit/meeting with each regulatory agency. If additional site visits are required, site visits from post-design services scope may be substituted upon authorization by AUTHORITY. 16. Permitting budget includes up to one RAls for each permit application package prepared by CONSULTANT. 17. Design is based on up to 34 drawing sheets as outlined in Table 1 and specifications will be based on the 50 Division CSI Master Format. CONSULTANT will utilize AUTHORITY Division 0 bidding forms and contract documents and Division 1 technical specifications. 18. The specifications will be structured to require up to 40 shop drawings, each review includes an A and B submittal review. Any subsequent submittals shall be paid for by the Contractor. 19. CONSULTANT will review O&M manuals provided by the equipment manufacturers. CONSULTANT is not responsible for preparation of an overall WTP O&M manual or compiling manufacturer O&M data. 20. CONSULTANT will conduct one substantial completion walkthrough to prepare a punch list for outstanding/incomplete items and one final completion walkthrough to confirm punch list items have been addressed for each discipline—these may include mechanical, civil, geotechnical, electrical and instrumentation. CONSULTANT reserves the right to seek additional compensation if additional walkthroughs are required. 21. CONULTANT will incorporate Contractor red-lines, as built survey, and changes noted during substantial and final completion inspections into conformed drawings and produce one set of electronic record drawings. CONSULTANT will not develop or certify contractor as-built drawings. TIME OF COMPLETION/SCHEDULE It is anticipated that the work will take 25 months to complete, starting within two weeks of receipt of a formal notice to proceed (NTP). The estimated schedule by task is shown below. CONSULTANT will to prepare an updated, detailed schedule within the first 30 calendar days after NTP. Task Description Duration 1.1 Project Kickoff, Data Collection and Review 1 month from Start 1.2 30-percent Design BODR 3 months from Start 1.3 60-percent Design 5 months from Start 1.4 90-percent Design 7 months from Start 1.5 & 1.6 IFB Design and Permitting Assistance 8 months from Start 1.7 Bidding Assistance 11 months from Start 2 14 months from Completion Engineering Services During Construction of Task 1 3 Project Management and Quality Control 25 months Total COMPENSATION AND PAYMENT CONSULTANT will complete the work described in in this Supplemental Agreement on a lump sum basis for$436,852, as shown in the fee estimate in Attachment D. Invoices will be submitted monthly based on the percentage of work complete during the billing period. Lump sum compensation will be for labor, subconsultants, and other direct costs associated with the performance of the work. For invoice purposes only,the value of each task is as shown below. Table 2 Task Value for Invoice Purpose Only Task Description Value 1 Design, Permitting and Bidding Services $237,848 2 Engineering Services During Construction $128,686 3 Project Management and Quality Control $70,318 Total Lump Sum (including ODCs) $436,852 to