Loading...
HomeMy WebLinkAboutCA No 13 Fleming Island WW TP Electrical improvements EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement (SA) No.13 with Ardurra Group, Inc to the Civil and Environmental Engineering Professional Services Agreement 2018/2019 RFQ No. 3, to provide preliminary design and opinions of the probable construction costs for implementation of electrical improvements at the Fleming Island Water Reclamation Facility(WRF). Date: March 02,2023 BACKGROUND: CCUA staff requests approval of SA No. 13 with Ardurra Group,Inc required to provide 30 percent(30%) design level plans and opinions of the construction costs for electrical upgrades at the Fleming Island WRF. CCUA's Fleming Island WRF has aging electrical components, some of which are not manufactured anymore. To bring the facilities to current standards, CCUA commissioned an electrical and controls evaluation at the treatment plant. The evaluation report completed in May 2022 outlined recommended as c improvements and served as the basis of the scope of work.Due to construction cost escalation experienced a in recent capital project bids, staff is requesting a detailed evaluation of the facility, as outlined in the m attached proposal, as well as an updated opinion of probable construction costs. 0 c z CCUA will receive the 30%design level plans and estimates within 3 %2 months from the notice to proceed date. The agreement will be amended at that time to provide final design and construction phase services ce for the recommended improvements. BUDGET: Staff budgeted $296,171.00 for improvements to the Fleming Island WRF Electrical upgrades within the Fiscal Year 23 Capital Improvement Program(CIP).The consultant's fee for this evaluation is$123,384.28 and is within the approved FY 23 budget for this project. Staff will update project budgets and schedules based upon information developed in the evaluation. 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 is not expected 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.13 with Ardurra Group, Inc to provide 30% design level plans and estimates of probable construction costs, for implementation of electrical improvements at the Fleming Island WRF for the lump sum amount of$123,384.28 ATTACHMENTS: Supplemental Agreement No. 13 Constantine Engineering,LLC Proposal //JP(Author) //AA(Review) //PS(Final) Supplemental Agreement No. 13 to the Professional Engineering Services Agreement 18/19 No. 3, to provide Professional Engineering Services to provide preliminary design, 30% design level plans and an opinion of probable construction costs for implementation of electrica improvements at the Fleming Island Water Reclamation Facility Project No. 2203-139 Engineer: Dave RasmussenCCUA, P.E. Owner: Clay County Constantine Engineering, LLC Utility Authority 100 Center Creek Rd, Suite 108 St. Augustine, FL 32084 Date: March 7, 2023 Item: Description of Services: Provide professional engineering services as requested and identified in the attached scope of services and fee proposal. Task 1 Project Management and Development $30,968.00 Task 2 30%Basis of Design Report $68,476.80 Direct Cost(Survey& SUE) $13,995.00 Contingency $9,944.48 Total Lump Sum Price Not to Exceed Without Prior Authorization $123,384.28 The Contract time shall commence on March 7, 2023. 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: David Rasmussen, P.E. Constantine Engineering, LLC Accepted by: Date: Owner: Jeremy D. Johnston, P.E., MBA, Executive Director Clay County Utility Authority Constantine CONSTANTINE ENGINEERING,LLC Engineering 100 CENTER CREEK ROAD,S-108 ST.AUGUSTINE,FL 32084 an Ardurra Company PH:904-562-2185;FAX:888-215-3835 W W W.ARDURRA.COM TASK ORDER 12 THIS TASK ORDER IS PURSUANT TO THE AGREEMENT FOR CONSULTING ENGINEERING SERVICES BETWEEN CLAY COUNTY UTILITY AUTHORITY AND CONSTANTINE ENGINEERING,LLC.,(RFQ No. 18/19).WHICH IS INCORPORATED HEREIN BY THIS REFERENCE,WITH RESPECT TO Scope of Services for Professional Engineering Services for Fleming Island Wastewater Treatment Facility Electrical Upgrades Project Article A. Purpose: The Clay County Utility Authority (CCUA) has requested The Constantine Group Engineering, LLC. (CONSULTANT)to assist with completing improvements associated with CCUA's Fleming Island Wastewater Treatment Facility (WWTF). The existing electrical infrastructure at the Fleming Island WWTF are aging and need to be upgraded. Project scope is based on CCUA's Fleming Island WWTF Electrical Assessment by Constantine Engineering, LLC an Ardurra Company dated May 6,2022, and site visit with CCUA staff on November 18,2022. All services will be provided as described in the scope of services below. Article B. Scope of Services: The scope of services for this project include design, permitting service, bidding assistance, and services during construction. The scope of services for this project includes design and construction phase services for the following improvements: • Removal of chart recorders at the main office building and reprogramming of RTU-710 to accommodate and display the associated signals. • Replacement of major electrical distribution equipment in the electrical building to provide necessary redundancy and replace equipment that is obsolete. • Replacement of panel, transformer and disconnect at the chemical building. New enclosures will be made of fiberglass. • Removal of Eaton/Cutler Hammer D50 series PLC in the MCC at the reuse pump station and transfer of functionality to the main Allen Bradley Compact logic PLC located in reuse pump station. • Removal of pressure switch manifold at the reuse pump station and relocation of the pressure transducers • Reuse pump station control description development. • Demolition of the rotary thickener panel. • New Arc Flash Study. • New lightening protection system. • Replace existing electrical building tile flooring. • Replace existing generator fuel lines. 1 TASK ORDER-CLAY COUNTY UTILITY AUTHORITY FLEMING ISLAND WASTEWATER TREATMENT FACILITY ELECTRICAL UPGRADES PROJECT These services are broken into the following tasks and sub-tasks: Task 1 - Project Management and Development 1.1: Project Management • CONSULTANT will perform general administrative duties associated with the Project, including project set-up, coordination with subconsultants, progress monitoring, scheduling, team coordination, general correspondence, office administration, and monthly status reports and invoices for engineering services in the format required by the contract. Status reports will include a summary of work completed during the previous month. 1.2: Project Initiation and Kickoff Meeting • A Project Initiation Meeting will be conducted to confirm CCUA's goals and objectives, identify roles, responsibilities, and communication protocols for project team members, identify critical success factors,confirm concepts to be evaluated in the conceptual design, identify existing information in planning documents on the project, and discuss the overall Project Work Plan, deliverables, project schedule based upon CCUA Notice-To- Proceed (NTP) date and critical milestone. 1.3: Organize, Attend and Document Design Phase Meetings: • This includes one (1) total meeting with CCUA: 30-Percent Design Review Meeting. The preparation of meeting agenda and meeting minutes are included in this task. • Site visits to meet with Survey and SUE sub-consultants, or to develop the design. Task 2 - 30% Basis oof Design Report (BODR) A basis of design report will be prepared addressing the electrical improvements to the Fleming Island WWTF. The BODR will constitute the 30% level design effort and will be enough detail to serve as a reference to guide detailed design of Fleming Island Wastewater Treatment Facility Electric Upgrades Project. The BODR will include drawings and figures, as needed, to illustrate the preliminary design layout.The BODR will describe the basis of design criteria.Type,number, capacity and size of all major facility components will be identified.Design objectives and criteria for the facility will be developed. The following will be provided within the PDR: 2.1: Project Scope Statement • Proposed new electrical distribution system description. 2.2:Application Standards • Proposed list of all standards that apply to this project. 2.3: Prepare Electrical, Instrumentation, and Controls Design Parameters 2.4: Provide Preliminary Process and Instrumentation Diagrams (P&IDs) 2.5: Provide Preliminary Electrical One-Line Diagrams (Schematics) 2 2.6: Prepare 30% Preliminary Design D awing TASK ORDER-CLAY COUNTY UTILITY AUTHORITY FLEMINGr ISLANDs WASTEWATER TREATMENT FACILITY ELECTRICAL UPGRADES PROJECT • Develop coversheet,general notes,Plan View,electrical,and Instrumentation and Control drawings. 2.7: Conceptual maintenance of plant operation (MOPO) Plan 2.8: Provide Major Equipment List • Identify all major facility components. 2.9: Prepare Outline of Technical Specifications • CSI MasterFormat 1975 Divisions 1 to 16 2.10: Prepare the 30% Class 3 Engineers Opinion of Probable Construction Costs (OPCC) 2.11: Perform QA/QC for the 30% design submittals. • CONSULTANT will develop a draft 30% preliminary design report, conduct an internal quality control review, address quality control comments, and then submit the final 30% preliminary design report to CCUA for review. Assumptions The following assumptions were used in the development of this task order agreement. • CCUA will require a minimum of four (4)weeks to review. • OPCC to be used for CCUA fiscal year 2024 Budget review. CCUA Responsibilities Below is a list of items that are not included in this Authorization and shall be provided by CCUA unless an additional authorization for said services are agreed upon by CCUA and CONSULTANT. • CCUA to provide available record/as-built drawings and/or available documents related to the improvements proposed in this TO. Article C. Compensation Provisions: As compensation for providing the services described within this Task Order, CCUA shall pay CONSULTANT in accordance with the current 2018-2019 RFQ No 3 - Civil and Environmental Engineering Professional Services Agreement, based on the estimated completion of the Project. The total lump-sum fee proposed for Tasks 1 through 7 is $123,384.28. These fees shall not be exceeded without a revision to this Agreement. A breakdown of the proposed fee is provided as Attachment A. Article D. Period of Service: The schedule for the Project within this Task Order is anticipated to be complete within 3.5 months from Notice to Proceed. This includes: • Design(NTP to 30%) -three and a half(3.5) months 3 TASK ORDER-CLAY COUNTY UTILITY AUTHORITY FLEMING ISLAND WASTEWATER TREATMENT FACILITY ELECTRICAL UPGRADES PROJECT Article E. Authorized Representatives: The Authorized Representatives designated below are authorized to act with respect to this Task Order. Communications between the parties shall be through the Authorized Representatives: For CLIENT For CONSULTANT Name:Joe Paterniti,P.E. Name: Dave Rasmussen,P.E. Chief Engineer Sr.Project Manager Address: 3176 Old Jennings Road Address: 100 Center Creek Road,Suite 108 Middleburg,FL 32068 St. Augustine,FL 32084 Telephone: Office: 904-213-2408 Telephone: 904-593-5607 Mobile: 904-219-4127 4 Attachment A CLIENT:Clay County Utility Authority PROJECT:Fleming Island WWTF Electrical Upgrades Project Fee Estimate Senior Senior Project Professional Professional Engineering Senior CADD Task Reviewer Manager Engineer Engineer Intern I Designer Administrative Total Hours Total Cost Rates $249.20 $196.00 $187.60 $140.00 $92.40 $98.00 $64.40 - - Task 1-PROJECT MANAGEMENT AND DEVELOPMENT 1.1-Project Management 0 80 0 0 0 0 40 120 $ 18,256.00 1.2—Project Initiation and Kickoff Meeting 0 4 10 0 0 0 8 22 $ 3,175.20 1.3-Organize,Attend and Document Design Phase Meetings 0 8 38 6 0 0 0 52 $ 9,536.80 Subtotal Task 1 0 92 48 6 0 0 48 194 $ 30,968.00 Task 2-30%BASIS OF DESIGN REPORT(BODR) 2.1—Project Scope Statement 0 0 4 2 2 0 0 8 $ 1,215.20 2.2—Application Standards 0 0 4 2 2 0 0 8 $ 1,215.20 2.3—Electrical&I&C Design Parameters 0 0 8 2 2 0 1 13 $ 2,030.00 2.4—P&IDs 0 0 34 20 24 24 2 104 $ 13,876.80 2.5—Electrical Schematics 0 0 34 16 24 24 2 100 $ 13,316.80 2.6—30%Drawings 0 4 50 28 28 30 2 142 $ 19,740.00 2.7—MOPO Plan 0 2 2 0 0 0 1 5 $ 831.60 2.8—Major Equipment List 0 0 4 4 4 0 1 13 $ 1,744.40 2.9—Technical Specifications List 0 0 8 1 4 0 I 14 $ 2,074.80 2.10-Class 3 OPCC 0 2 4 0 2 0 1 9 $ 1,391.60 2.11-Perform QA/QC for the 30%design submittals. 38 2 2 0 _ 8 0 1 51 $ 11,040.40 Subtotal Task 2 38 10 154 75 100 78 12 467 $ 68,476.80 Hours Per Category 38 102 202 81 100 78 60 661 $ 99,444.8U %Labor per Category 6% 15% 31% 12% 15% 12% 9% 100% 10%Contingency $ 9,944.48 ALLOWANCE(SUB-CONSULTANT FEES) DAMP Inc.(Survey and SUE) $ 13,995.00 LUMP SUM TOTAL $ 123,384.28 tO ATTACHMENT B: DRMP SURVEY SUB-PROPOSAL to R,* DRMP 8001 Belfort Parkway,Suite 200,Jacksonville, Florida 32256 Phone:904.641.0123 I Fax:904.641.8858 1.833.811.3767 I www.DRMP.com December 6, 2022 David Rasmussen, P.E. Ard u rra 100 Center Creek Road, Suite 108 St. Augustine, FL 32084 RE: Professional Surveying Services for CCUA Fleming Island WWTP, Clay County, Florida Dear Mr. Rasmussen, DRMP is pleased to be working with you on this project. Below is our proposed Scope of Work and our Fees to complete the project. Scope of Work Limits of the Project— the approximate project limits are as shown on the attached sketch and listed below: 1. Topographic Survey of the area shown on the provided attached sketch. 2. Data will be collected on a 50' grid. to 3. Utility Designation will not be part of this project. Topographic Survey —A topographic survey will be performed within the Limits of the Project. Topographic data will be collected on 50' grid and will include, but not limited to: roads, sidewalks, drainage structures, swales/ditches, above ground indicators of utilities, mail boxes, street signs, endangered species habitats (as designated by others), trees, etc. The Vertical Datum NAVD88 will be used. Wetlands and Borings, if flagged or performed before we commence our survey, will be collected in coordination with DRMP field work schedule, at no additional fee. DRMP will set 4 Survey Control Points Tree Survey — Trees will be not be located. SUE — Designation — Quality Level B DRMP will provide Subsurface Utility Engineering (Utility Designation), Level "B" for the above referenced site. 811 Design Tickets have been created and it is assumed there are 5 utilities within the limits of this project. The SUE Designation limits are along the Alternate 3 Route from the entrance to Peters Creek WWTP to the intersection of SR 16 with G Bar Road. DRMP will designate the underground utilities within the project limits and perform GPR scans at several locations along the route to determine if there are any additional underground utilities within the project limits. Designation flags will contain detailed information on utilities such as type of facility, size, material, if know. This information will be included in the information collected during the survey process. Efforts will be performed in accordance with Section 472.027, Florida Statutes Underground Facility Damage Prevention and Safety Act, DRMP Chapter 556, Florida Statutes. All work shall conform to ASCE C-1 38 -02 utilizing quality level B. SUE — Vacuum Test Holes — Quality Level A DRMP will perform Vacuum Test Holes (Soft Dig Holes or VVHs), to determine the horizontal and vertical location of any existing underground utility lines at the locations determined by you. Our staff will coordinate this effort with the engineering Project Manager before the commencement of this work effort, if needed. During the process of the field work DRMP will prepare a detailed report utilizing a subsurface utility form to describe the utilities and provide detailed information as to the size, type, material, owner (if known) and the depth from an iron pin marking the utility location at the surface. All efforts will be performed in accordance with the Underground Facility Damage Prevention and Safety Act, Chapter 556, Florida Statutes. All work shall conform to Cl/ASCE 38 -02 utilizing Quality Level A. WWTP are unique with lots of challenges. In most instances, an excavation trench is preferable to individual holes. DRMP is proposing a fee per linear foot for the vacuum excavation effort. The fee is based on one unit of excavation being 1 foot long, 1 foot wide, 3 feet deep. With a minimum of 2 units per excavation site. We are proposing up to 40 linear feet at $250 per linear foot as a budgetary figure. ($10,000) Deliverables — The survey will be delivered in electronic AutoCAD Civil 3D. to The Survey will conform to the Florida Standards of Practice for Surveying. Schedule — The Survey can begin 8 weeks from NTP and delivered 6 weeks after that. Fees The fees to complete the survey are: Topographic Survey of WWTP Site: $ 3,995.00 SUE Quality Level B: $ 0.00 SUE Quality Level A $ 10,000.00 We sincerely appreciate this opportunity to provide professional services for this project. Sincerely, DRMP, Inc. Randy Tompkins, PSM Project Manager 00 DRMP Approximate limits of Topographic Survey is in GREEN below. vidpiry - 'Tr , ell!Mlia--L-- 6- , ;7:11 ,._ q P'''-v-- .1r. �� _ c 474 F ■ r'e 1.I fi MIN. -_ 51. ,16114,—. owl i 4 . • JET WI 1 gt %,.........." r I am r 114 iv. .,IL_ _ . ii% Pli , 111 _ ______,.......4 n 5 r . ;. 1 . r, -. to • . L