Loading...
Contract 2018-45 TETRA TECH April 20, 2018 Mr.J. Dennis Westrick. P.E. Environmental Services Director City of Clermont 3335 Hancock Rd. Clermont, FL 34711 Subject: East Side Water Reclamation Facility EWRF Rib Rerate Project#: 200BPGen/Clermont Dear Mr. Westrick: Tetra Tech is pleased to furnish this proposal for professional engineering services to assist the City of Clermont with the above-referenced project.A detailed scope of services,compensation summary,and project schedule are attached hereto. Tetra Tech looks forward to providing these services to the the City of Clermont. Should you have any questions, please do not hesitate to contact me at 407-839-3955. If this proposal meets your approval, please execute below and return a copy to my attention. Very truly yours, Approval: Tetra Tech City of Clermont dox, P.E. By: ►' X/,/ Vice President `'� r7 Date: cJL2''\ Z�p4 Z� l,q, JDF/ab/RIB Rerate/Westrick_032118 cc: Bob Reed, City of Clermont Tetra Tech, Inc. 201 E.Pine Street,Suite 1000.Orlando.FL 32801 Tel 407.839.3955 Fax 407.839.3790 www.tetratech.com ATTACHMENT A SCOPE OF SERVICES CITY OF CLERMONT, FLORIDA EAST SIDE WATER RECLAMATION FACILITY EWRF RIB RERATE I. PROJECT DESCRIPTION The City of Clermont (City) owns and operates the East-Side Water Reclamation Facility (EWRF) located at 3335 Hancock Road. The facility has a Florida Department of Environmental Protection (FDEP) rated capacity of 4.0 MGD annual average daily flow(AADF) and is considered a Category II, Class B facility. In dry weather, the City uses the Public Access Reuse (PAR) for residential irrigation as the primary means of disposal. For wet weather and reject conditions, rapid infiltration basins (RIBs) serve as a backup to the City's PAR. There are a total of fifteen (15) RIBs located onsite with a total wetted area of 4.76 acres having a permitted capacity of 0.750 MGD AADF. Future improvements to the EWRF include expansion from 4.0 MGD AADF to 9.0 MGD AADF. In order to expand the EWRF, the RIBS must be rerated to accommodate wet weather and reject conditions at the expanded capacity. Andreyev Engineering Inc. (AEI) performed a RIB Rerating and Feasibility Assessment and determined the RIBs to have sufficient storage and disposal capacity for wet-weather and reject water at the buildout capacity of 9.0 MGD. AEI completed soil testing, ground water modeling, and load testing to support the Florida Department of Environmental Protection (FDEP) Permit Modification which includes replacement of the current 15-cell system with 4 larger cells and construction of two(2) new ground water monitoring wells. This proposal is for professional services associated with a design, bidding, and construction management of the EWRF RIB Rerate. The tasks to be completed for this project are further described herein and will be performed in accordance with the City/Tetra Tech Continuing Contract and Agreement for Professional Engineering Services for Public Works Projects dated December 9, 2014. II. SCOPE OF SERVICES Tetra Tech shall provide professional engineering services necessary for design, bidding and construction of the proposed EWRF RIB Rerate. Services included are described in the tasks below. Task 1 —Final Design The final design will result in preparation of the bid documents, engineering drawings and specifications, which will be submitted to the City for review at 60-, 90-and 100-percent completion levels. Three (3) sets of drawings and specifications will be provided to the City for each review. A review meeting will be held with City following each submission. To ensure proper design of the facilities,Tetra Tech will obtain approval from the City for any substantial changes in the preliminary design prior to incorporation in the final design. Tasks to be completed during this phase are summarized below: 1. Attend a kick-off meeting/site visit with City Staff to finalize concepts. 2. Provide a limited topographic and horizontal survey in sufficient detail to facilitate the design of the contemplated improvements. The location of underground facilities will be based on record drawings and discussions with City Staff. Soft-digs are not included under this scope. BLK/ab/RIB Rerate/Scope lb TETRA TECH Tt#200BP Clermont -1- 04/19/18 3. Prepare design drawings at the 60-, 90-, and 100-percent completion levels for competitive bidding. 4. Prepare a comprehensive project manual that contains bidding, contractual documents and technical specifications for competitive bidding. The project manual and its contents will be formatted in accordance with the Construction Specification Institute (CSI). 5. Attend project review meetings at the 60- and 90-percent completion levels. City comments compiled at each review meeting will be incorporated into each subsequent submittal. 6. Cost estimates will be included with the 90% and 100% submittals. Task 2—Bidding Assistance Services Upon advertisement of the project by the City, Tetra Tech will assist the City with bidding of the project and will complete the following tasks. 1. Provide electronic copies of the bid documents for City to issue. 2. Attend one (1) pre-bid conference and one (1) site visits with prospective bidders. 3. Prepare and issue addenda, as approved by the City, containing clarifications or technical revisions that become apparent during bidding. 4. Review and tabulate bids, evaluate the low bidder's qualifications, and make recommendations regarding award of the contract. 5. Conform the construction documents at the end of the bidding phase to reflect any changes to the project design, construction drawings or specifications caused by addenda to bid packages or changes initiated by the City. Task 3—Permitting & Construction of the Ground Water Monitoring Wells The following task will be completed in accordance with the FDEP permit requirements. 1. Complete the installations of the two groundwater monitoring wells required under the permit revision. Well construction will be supervised in the field by a registered professional geologist. The wells will be permitted through the St. Johns River Water Management District (SJRWMD) and well completion reports will be prepared and submitted to the SJRWMD and the FDEP. Prior to well construction a standard penetration test boring will be conducted at each well location, as required by permit, in order to properly design the screen/filter section and select the appropriate depth interval. Task 4—Construction Administration Services During the construction phase of the project, Tetra Tech will perform the following tasks. 1. Prepare for and attend at one (1) preconstruction meeting. 2. Attend six (6) periodic progress meetings and observe progress of the construction after the meetings. 3. Review shop drawings to determine conformance with the design concepts of the project and compliance with the requirements provided in the contract documents. 4. Review monthly applications for payment. BLK/ab/RIB Rerate/Scope 'V TETRA TECH Tt#200BP Clermont -2- 04/19/18 5. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. 6. Provide earth work construction oversight and soil testing in order confirm the adherence to the project's plans and specifications. An engineering technician, supervised by a geotechnical engineer, will be on-site at all critical periods of construction, fill placement, clay core installation and other periods of the work as determined by the geotechnical engineer. 7. After successful demonstration tests and upon written request by the contractor, conduct a substantial completion inspection of the Project with the City and distribute a punch list of observed deficiencies to be completed by the contractor prior to the final completion date. The project will be certified substantially complete only if the work is sufficiently complete in accordance with the contract documents, so that the work can be utilized for the purposes for which it is intended. Upon written request by the contractor, conduct a reinspection to confirm that substantial completion punch list items have been addressed and subsequently provide a substantial completion certification to City. 8. Upon written request by the contractor, conduct a final completion inspection of the Project with the City to determine if the project is finally complete and compile and distribute a punch list of items to be addressed. Upon written request by the contractor, conduct a reinspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the City. 9. Prepare record drawings for the City's use from information provided by the contractor delineating the dimensions, location, and elevation of all facilities constructed. Provide the City with one (1) CD-ROM electronic file of record drawings in AutoCAD current release, one(1) set of reproducibles and three(3)sets of prints of the record drawings. 10. Prepare and submit certifications and required supporting documentation to regulatory agencies having jurisdiction. III. SCHEDULE Estimate Time Cumulative Time Task (Per Task) (After NTP) Final Design 5 months 5 months Bidding Assistances Services 2 months 7 months Construction Administration Services 6 months 13 months BLK/ab/RIB Rerate/Scope [tel TETRA TECH Tt#200BP Clermont -3- 04/19/18 l 1 IV. COMPENSATION The lump sum compensation for the Scope of Services described in Section II is summarized below. A detailed breakdown of the estimated compensation for the Scope of Services is presented in Attachment B. Task Total Task 1 —Final Design $60,691 Task 2—Bidding Assistance Services $5,075 Task 3—Permitting & Construction of Ground Water Monitoring Wells $11,105 Task 4—Construction Administration Services $50,798 Total $127,669 BLK/ab/RIB Rerate/Scope lb TETRA TECH Tt#200BP Clermont -4- 04/19/18 co Nao ' fI co o, ov0pp pp pppp ppa^1N I 8 ooCu o mgo 8 o oc NO o m (9 m o m v a a C •- onm n N �y .. N cn ,o co .n n . m N .n CO ' ++ Ot W .D O r, m N Nv .+ . N • � N co VM - .- IR 0) .0 0 NO N .. C r1 oV (i d .-1 N , U L I I I N I C O („) In u), N n b 0 .M I N ' O m gtIill IA I++ a V) 0 co 0 ul v N .1 N m ti CC 1 _CI 1� opa O V1 M CO O o O O O 1 N a{ tb d '+ lO r. to �..j IR ti N N .-I 10 1 .0 _ _ 1 , VI P O o o v1 LA O o m 0 u1 N O N o u, o /L� O (� ti i. N app 00 00 0 �0 00 m y a 2 Q O e I� CL ^ OD r":1 O N rn W .w a ti N Irl 00 F rl col N ✓141 rC W p .-i oD oO t0 O ri -+ V .i N co Y1 M .ti .ti .: N a ulN Trr. ! I (SIM ^,N N I I (SIM lag) I r o iauSisap()VD 03 oo CO 00 z (supluar 1 a!pp3)JoAaninS I 4 - ' > pla!j)AamnS) M NM j m m g weal Aamns 0 '^ uos)ad(Z)oml (au8e9 allay)!yl n 1 .- .i N u m . . a Io eN 10 Io m N n /,aveg aluy) wwpy UafoJd C (smaylleN a �o 0 DI 00 4y .. m N i _ N N � ssny)t of CL O0 )au8!sao OVD -S Q a (zadoluawaH .+ a s .o ro N VI -. e r o'. 10 10 N m N N N N N N v.oo O /saAaa lopaH) I N N RS `" pniD-ZJaau!8u3 (lauleM W ..r m N V V CO 00 O O o' . m b oo r0 O V .•1 m O M sawe()lico -t,aau!8u3 is I rn (Jall(yI N ^ . n em ao N ro ao n a N v Ni ODm a a N I N o N d Auey!1)ssaDad -Z Jaau!Hu3 (ueuaaN ,,Vnt A m m a N a t0 N e-1 d I m N N V1 ^'` ti •''iL. - .-1 N epuaJg)I laSeueyy Darold 0 a .n r, a 0 (xoj uoI) .-r wlieueyy weJgoid A , a N ,., Z L c N .`�. 9i n'I�i °r�i IO r r COW O .. `� .Ni per, b Cl°i rrl .m-1 00 Io 4.4 ID o L. so m N o r0 = I L N I 0 0 co CD 1 al E al O5 cu r to CL 0 N y., '0 m C Nd co c O V) « 41 v dEm if ! co IL C` VI VI C po N 3 •C i C 3 C OC C e. C H -0 Y j N tD C 4. W « O in O C fib c .r d O p, 3 C CO m o @ ar x O� c r`o a m m c E c v d �a @ C V T VI .0 m ` c c m E o E ? o�d L° o N E o v w m " U c I- - N m e $ 3 c� c c c V c 2� v c c 0 , LL m 8 ;, c • O C en m 1 c C a Q w E 0 O o w a 8 .� a a C m o' o L L O O vv) C e m a, W o o v m C « c a+ t a « io a �i g ° al Efj CL fl. " ra m 2 c a .§ ,gf 2 c 0 2 c el $ m ? 3 v 2 a f H ¢ v 6 E omi dI 2 a v -. t in j. > > It ig i S U ,a; ro ; " u v v S i c 3d rfg 8 0.m I,g O m p y c Y N .� a o01c a O *0 C Q < m u 30 - O a a K K a°)[ ce v) S a o U 4-1 _ .Q •O LL .-i r.i M a u1 r0 IP 00 O) u. m .4 N M V u1 0 Q V .-1 N m .c u) r0 P Oo co rr'.-1 o Q Ce U sn a. Q oo o o H 0 c H