HomeMy WebLinkAboutTask Order No. 2013-3 Sludge Belt Press Improv. - Quentin L. Hampton TASK ORDER NO. 2013- 3
TO AGREEMENT FOR ENGINEERING SERVICES
QUENTIN L. HAMPTON ASSOCIATES, INC. (QLH)AND
CITY OF CAPE CANAVERAL, FLORIDA
May 30, 2013
PROJECT: Sludge Belt Press Improvements at Water Reclamation Facility
Execution of this Task Order by the City, shall serve as authorization for Engineer to
provide professional services for the above project.
RESPONSIBILITY OF THE ENGINEER:
Engineer shall provide said professional services pursuant to the Agreement.
RESPONSIBILITY OF THE CITY:
Provide the Engineer the necessary guidance regarding design variations upon
presentation and recommendation of such from the Engineer.
BACKGROUND:
• The City's WRF includes a single sludge belt press to remove liquid from the sludge solid-
liquid suspension. The press uses two porous belts which allow both gravity and
pressurized dewatering of the sludge. As with the oxidation ditch, there is currently no
redundancy in the sludge belt press system (i.e., there is only one sludge belt press).
Improvements completed in the mid-1990s did not address this lack of redundancy. An
additional sludge belt press is planned to be installed and the existing sludge belt press will
be refurbished. The addition of another sludge belt press will allow for improved
maintenance since one of the presses can then be shut down without impacting the
wastewater treatment process. The project also includes expansion of the existing Belt
Press Building to allow for both sludge belt presses to be operated indoors. The Project will
be completed in Spring 2014; estimated Project cost is $641,400.
The City has planned for the Project in the City's Capital Improvement Program (CIP) as
project number WW-20. The City is in the process of acquiring a State Revolving Fund
(SRF) loan from Florida Department of Environmental Protection (FDEP) for which this
Project was planned for in the SRF Facility Plan. The City desires to proceed with the
design of the project at this time so to be able to request funding at FDEP's February/March
2014 meeting.
SCOPE OF WORK:
Survey: No formal survey will be prepared. QLH will rely on as-built record drawing
information and limited field measurements.
Geotechnical Investigations: QLH will utilize the findings from the 3 million gallon
reclaimed storage tank geotechnical investigation to design the foundation of the building
expansion.
cc004 proposal 5-15-13.doc
Preliminary Engineering Report A preliminary design report for the City's consideration
and for use in the permitting of the improvements with FDEP will be prepared. The report
will primarily rely on excerpts from the SRF facility plan and supplement such with
necessary sizing calculations and operational guidelines.
Subsurface Utility Engineering (SUE): QLH will utilize ground penetrating radar
equipment to attempt to locate any existing underground pipes/conduits in the building
expansion area. A$1,000 allowance for the SUE effort is included.
Design: QLH will prepare the required civil, structural, mechanical (HVAC and process),
electrical and instrumentation design products including construction drawings and
specifications. QLH will also prepare construction cost estimates. The design fee includes a
$8,800 allowance for structural, HVAC and electrical design by TLC Engineering of Cocoa.
Submittals to the City will be made at 50%, and 100% design phases to solicit City review
and comments. QLH will meet with City staff upon submittal of design products and
throughout design as needed.
Permitting - QLH will prepare permit application packages, including engineering
calculations for the following permits:
• • SJRWMD/FDEP Environmental Resource Permit Modification (modification of
existing stormwater permit)
• FDEP Minor Revision to a Wastewater Facility or Activity Permit (modification of
existing FDEP operating permit)
QLH will respond to all reasonable Requests for Additional Information (RAIs). The City
will be responsible for all permit application fees. If possible based on the two project
schedules QLH will attempt to permit this project with the 3 million gallon reclaimed water
storage tank. If this is achieved, $1,575 in fees will not be billed due to the combined
activities. The City will also realize savings in the lesser permit application fees.
Bidding and Construction Phase Assistance:
Bidding: QLH shall assist the City in the public bidding of the project by completing the
following work items:
• Preparation of bidding documents per CITY standards
• Distribution of documents to potential bidders/plan rooms
• Preparation/Issuance of any addenda
• Addressing of all potential bidder quotations
• Attend pre-bid meeting
• Review received bids
• Prepare certified bid tabulation
• Investigate low bidder(s) qualifications
• Prepare bid award recommendation letter
cc004 proposal5-15-13.doc
Construction Contract Administration: QLH will provide the following services during
the construction phase: _
• Coordinate execution of contracts
• Schedule and preside over preconstruction conference
• Issue Notice to Proceed to Contractor
• Review shop drawings/material submittals
• Address Contractor/CITY questions
• Twice per month site visits
• Review of monthly Contractor pay requests
• Review of Contractor as-built drawings
• Review change orders
1 • Prepare final record drawings, utilizing Contractor as-builts and inspector sketches, etc.
I • Determine substantial completion
• Provide final inspection
• Recommend final payment
• Coordinate execution of final paperwork
• Provide Certificate of Completion to permitting agencies
Construction Project Representative: QLH will provide a qualified part-time inspector to
provide the following services during the construction phase:
1. Attend pre-construction conference
2. Assist Engineer with shop drawing review
3. Observe contractor's construction activities
4. Document construction activity via daily reports/logs
5. Review contractor's soil and erosion control efforts
6. Review contractor's monthly pay requests/quantities
7. Prepare supplemental as-built sketches
I8. Review contractor's as-built surveys
9. Review contractor's locating efforts of existing utilities
10.Coordinate responses to contractor's Requests For Information (RFIs)
11.Coordinate engineer's field directives
12.Coordinate material and field tests
TIME FOR COMPLETION:
The professional services authorized by this Task Order are scheduled for completion
according to the following schedule commencing from the date of this Task Order.
Survey/Geotechnical/Data Collection 15 days
Preliminary Engineering Report 15 days
Subsurface Utility Engineering 7 days
Design 90 days
i Permitting Per SJRWMD/FDEP schedule
Bidding Assistance Per City Schedule
Construction Phase Assistance Assumed 6 month contract
(4 months actual construction)
cc004 proposal5-15-13.doc
1
s
4
The above time frames do not include City review times.
COMPENSATION:
The fee for these services is estimated at $98,785.00 based on the following schedule and
the attached breakdown:
Design/Permitting Lump Sum $44,120.00
Bidding Assistance Lump Sum $4,950.00
Construction Phase Assistance Lump Sum $47,715.00
Allowances Lump Sum $2,000.00
TOTAL $98,785.00
CITY OF CAPE CANAVERAL, FLORIDA
Dated: 04//30 By: 004 ti�t tA.r.s-
David Greene, City Manager
QUENTIN L. HAMPTON ASSOCIATES, INC.
Dated: 5130/13 By
David A. King, P.E.,Vice?President
"PURSUANT TO FLORIDA STATUTE SECTION 558.0035, AN
INDIVIDUAL EMPLOYEE OR AGENT OF QUENTIN L. HAMPTON
ASSOCIATES INC. MAY NOT BE HELD INDIVIDUALLY LIABLE FOR
NEGLIGENCE."
1
cc004 proposal5-15-13.doc
`. ri A Q1 1I1I1IW-1 V1'N
i" ;< I +? in.
',,t;. e:, -::::: cli 8 68
N
' ,",.tom
Y a IiHii O
W21IO Ci
4 1111111111M
Z
0 Z . iiiii:g:i::i: :i:i:gx V W W
W W N W -_-,-',1,,,,:-
tzs�'
'aA Y
j;32,Q Q LL r O
U Q Z M ' ' LI
hT tJIIAIIHIOIHH<I CO• _° n
N z . ,`- O O O il CC
v
J
W
W — _
H I
y y
E O p
tel
CS' C a+
u x a� aui
t V w E o
U Q v ..7.C;) `o
W J
c.i Q � a
+� O oq
L
_c-u a o 0
v N v a r a
I: : fl . c ! 1I ar a+ CC W X' x
U y c O) U m p u1
C C O y K O L 'O in
,� a a m
L c c c Q y c c m w
°.�' w '° c c o ° o o c a
do O '- U U Tuc
fl . fl OJ U a+II.: teE 0
A O
• N d Lf1 "O 111111 U G! d Z .--I N M OU
U
) TELEPHONE:(386)761-6810
BRAD T.BLAIS,P.E. Quentin L. Hampton Associates, Inc. FAX (386)761-3977
DAVID A.KING,P.E. EMAIL:qlha@qlha.com
ANDREW M.GIANNINI,P.E. Consulting Engineers
KEVIN A.LEE,P.E. P.O.DRAWER 290247
1 PORT ORANGE,FLORIDA 32129-0247
t
(
May 30, 2013
Mr. Jeff Ratliff
Public Works Director
City of Cape Canaveral
P.O. Box 326
Cape Canaveral, FL 32920
I
RE: SLUDGE BELT PRESS IMPROVEMENTS AT WATER RECLAMATION FACILITY
REVISED TASK ORDER
Dear Mr. Ratliff:
Enclosed is our revised task order for the above referenced project. The scope of work
includes the work that is necessary for the design, permitting, bidding assistance and
construction phase services for the project.
Please review the task order and return one executed copy if found acceptable. Contact our
office if you have any questions or need additional information.
Sincerely,
QUENT . HAMP ON ASSOCIATES, INC.
, -7-‘e,.,_ a;4,(6-3
David A. King, P.E. Kevin A. Lee, P.E.
Vice President Project Engineer
DAK/KAL:ah/km
Enclosures: Two copies of Task Order
cc: QLH files
I
1
i
i
I
1
i
I
cc004 proposal 5-15-13.doc
I