HomeMy WebLinkAbout2009-189 Hca r � f�
AMENDMENT NUMBER 5 TO WORK ORDER NUMBER 2
This Amendment Number 4 to Work Order Number 2 ( "amendment") is entered into as of the 7th day
of July 2009, ( "effective Date") pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of April 6 , 2004 , and amended effective April 7 , 2007 (as so
amended, the "Agreement"), by and between Indian River County, a political subdivision of the State of
Florida, ( COUNTY), and Post, Buckley, Schuh , & Jernigan , ( PBS &J ), the CONSULTANT.
1 . The County has selected the Consultant to perform the professional services set forth in existing Work
Order Number 2. Effective Date 5EPT.' 2. 1 � eta d4 14
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 : BOARD OF COUNTY COMMISSIONERS
PBS &J OF INDIAN RIVER COUNTY
By : By :
Kim S . { eePer, PE Chairman
Title : Project Manager
BCC Approved Date : July 7 , 2009
Date : Attest : JK Barton , Clerk of Court
rl ) ry
By : ti � CSiN
�,.-
Deputy Clerk
Approved :
7B2 Joseair d, County Administrator
Approv as to Form & Le fficiency :
B ;�
Y y.
Ma Fn Essistant Co ty Attorney
I. C
CAF/bw/X :AEnvironmentalAINDIAN_ RIVER COAIRC . W WW2004\W002 _ CUP-WellsV01 _ ProposalsVIA Proposals\Rebid and RAI 5VAmendment5 to Work Order 2 061809-doe
Last Revised 6/ 18/2009 11106 AM
Hca r � f�
AMENDMENT NUMBER 5 TO WORK ORDER NUMBER 2
This Amendment Number 4 to Work Order Number 2 ( "amendment") is entered into as of the 7th day
of July 2009, ( "effective Date") pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of April 6 , 2004 , and amended effective April 7 , 2007 (as so
amended, the "Agreement"), by and between Indian River County, a political subdivision of the State of
Florida, ( COUNTY), and Post, Buckley, Schuh , & Jernigan , ( PBS &J ), the CONSULTANT.
1 . The County has selected the Consultant to perform the professional services set forth in existing Work
Order Number 2. Effective Date 5EPT.' 2. 1 � eta d4 14
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 : BOARD OF COUNTY COMMISSIONERS
PBS &J OF INDIAN RIVER COUNTY
By : By :
Kim S . { eePer, PE Chairman
Title : Project Manager
BCC Approved Date : July 7 , 2009
Date : Attest : JK Barton , Clerk of Court
rl ) ry
By : ti � CSiN
�,.-
Deputy Clerk
Approved :
7B2 Joseair d, County Administrator
Approv as to Form & Le fficiency :
B ;�
Y y.
Ma Fn Essistant Co ty Attorney
I. C
CAF/bw/X :AEnvironmentalAINDIAN_ RIVER COAIRC . W WW2004\W002 _ CUP-WellsV01 _ ProposalsVIA Proposals\Rebid and RAI 5VAmendment5 to Work Order 2 061809-doe
Last Revised 6/ 18/2009 11106 AM
EXHIBIT 1
INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES
NORTH REMOTE SUPPLY WELLS
REBID SERVICES
SCOPE OF SERVICES
I . PROJECT DESCRIPTION
A . Re- Bid Services
The recent bids ( February 2009 ) for the North Remote Supply Wells were in excess of the County Capital
Improvements Plan ' s budget . The County has identified items that they would like removed from the
design prior to rebidding the project, including :
• Removal of the well houses from each well . Replace with chain link fence and install stand alone
control cabinets .
• Provision for directional drill of 58`x' Street .
The name of the project should be modified to accurately reflect the project (not well drilling but rather
piping and well pump installation), facilitating an increase in bidders during the bidding process .
PBS &J ' s current agreement does not provide for a re- bid of the project .
Be Request For Additional Information Number 5 - St . Johns River Water Management District
The April 15 , 2009 response to the Request For Additional Information ( RAI) No . 4 prepared by PBS &J
on behalf of Indian River County to the St. Johns River Water Management District ( District) was to be
the final submittal prior to issuance of a permit by SJRWMD . PBS &J personnel coordinated closely with
technical professionals at the District to ensure that the hydrogeologic model was crafted and calibrated
according to the District ' s requirements .
Subsequent to this submittal , and beyond the 30-day review period allowed for a RAI response, the
District identified additional information and adjustments to the model that they felt were necessary prior
to permit issuance . Despite efforts made by PBS &J to mitigate the issuance of a RAI through the
provision of updated information , the District issued RAI # 5 on May 28 , 2009 . The RAI has two
questions : question 1 requires changes to the model in 5 steps (a through e) and question 2 requires a
mitigation plan for any wells that may potentially be adversely affected by the County ' s proposed
pumping plan .
The County desires to address RAI # 5 with the District in a satisfactory and timely manner .
I1 . SCOPE OF SERVICES
A . Re- Bid Services
The following scope of services is proposed to complete the rebid identified above :
Task 1 - Revised Contract Drawings
This task will include :
• removal of Sheets A - 1 and A -2 ( Architectural Drawings associated with well houses )
• removal of Sheets S- 1 and S -2 ( Structural drawings associated with well houses)
2
EXHIBIT 1
INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES
NORTH REMOTE SUPPLY WELLS
REBID SERVICES
SCOPE OF SERVICES
I . PROJECT DESCRIPTION
A . Re- Bid Services
The recent bids ( February 2009 ) for the North Remote Supply Wells were in excess of the County Capital
Improvements Plan ' s budget . The County has identified items that they would like removed from the
design prior to rebidding the project, including :
• Removal of the well houses from each well . Replace with chain link fence and install stand alone
control cabinets .
• Provision for directional drill of 58`x' Street .
The name of the project should be modified to accurately reflect the project (not well drilling but rather
piping and well pump installation), facilitating an increase in bidders during the bidding process .
PBS &J ' s current agreement does not provide for a re- bid of the project .
Be Request For Additional Information Number 5 - St . Johns River Water Management District
The April 15 , 2009 response to the Request For Additional Information ( RAI) No . 4 prepared by PBS &J
on behalf of Indian River County to the St. Johns River Water Management District ( District) was to be
the final submittal prior to issuance of a permit by SJRWMD . PBS &J personnel coordinated closely with
technical professionals at the District to ensure that the hydrogeologic model was crafted and calibrated
according to the District ' s requirements .
Subsequent to this submittal , and beyond the 30-day review period allowed for a RAI response, the
District identified additional information and adjustments to the model that they felt were necessary prior
to permit issuance . Despite efforts made by PBS &J to mitigate the issuance of a RAI through the
provision of updated information , the District issued RAI # 5 on May 28 , 2009 . The RAI has two
questions : question 1 requires changes to the model in 5 steps (a through e) and question 2 requires a
mitigation plan for any wells that may potentially be adversely affected by the County ' s proposed
pumping plan .
The County desires to address RAI # 5 with the District in a satisfactory and timely manner .
I1 . SCOPE OF SERVICES
A . Re- Bid Services
The following scope of services is proposed to complete the rebid identified above :
Task 1 - Revised Contract Drawings
This task will include :
• removal of Sheets A - 1 and A -2 ( Architectural Drawings associated with well houses )
• removal of Sheets S- 1 and S -2 ( Structural drawings associated with well houses)
2
t
• removal of Sheet H- 1 (HVAC drawing associated with the well house)
• removal of references to "well houses" throughout contract drawings
• add fence detail to Sheet C- 1
• remove well house and add control panel detail to Sheet E- 1
• revise electrical layout on sheets E-2 and E-3 ; remove reference to intruder alarms
• revise instrumentation sheets ( 1 -0 and 1 - 1 ) to reflect changes to alarms
Task 2- Revised Specifications
This task includes revising the specifications to reflect the changes identified on the plans, including the
removal of the well houses and directional drill of 58`h Street .
Task 3 - Pre - bid Services
This task includes attendance at one pre- bid meeting, responses to request for information from bidders,
and maintaining a bidders ' list .
Task 4- Bidding Services
This task includes attendance at the bid opening, preparation of a bid tabulation and reviewing the bids to
identify the lowest responsive, responsible bidder.
B . Request For Additional Information Number 5 - St . Johns River Water Management District
The following scope of services is proposed to complete the RAI # 5 Response Submittal identified above :
Task 1 - Initial "Teleconference with District Staff
This task includes an initial teleconference with District staff, to identify the specific modeling needs
requested in Question 1 , items a through e of the May 28 , 2009 RAI # 5 letter .
Task 2 - Model Recalibration (Question La . , I . b . , I . c . l . d . )
This task includes recalibrating the Indian River County model to the average water level observations for
the calibration year ( 1993 / 1994) relative to simulated levels . This task includes the provision of layer-by-
layer statistics for correlation between observations and simulated values, per the District ' s request La .
and b . of the May 28 , 2009 RAI . Further, the items requested in items 1 . c and l . d (detailed analyses of
model fluxes, GHB conductance , calculation methodology and average evapotranspiration extension
depth will also be completed as part of this task .
Task 3 - Identification of Vero Beach pumping ( Question 1 . e)
The original model included the pump rates as provided by the District . This task includes that the data
provided by the District included the City of Vero Beach ' s pumping rates . If not, this task includes
obtaining same from the District and incorporating into the model . The budget is predicated on the
information not being present and a request and subsequent inclusion of the data being made .
Task 4- Reporting
This task includes preparation and submittal of a Technical Memorandum , which will provide responses
to the RAI 5 Questions l . a through Le, and preparing revisions to update the model documentation report
that was provided on as a PDF file on DVD in the response submittal to RAI #4 . This task does not
include reformatting the report, but rather the expansion and/ or replacement of key sections to illustrate
the re-calibrated model .
3
t
• removal of Sheet H- 1 (HVAC drawing associated with the well house)
• removal of references to "well houses" throughout contract drawings
• add fence detail to Sheet C- 1
• remove well house and add control panel detail to Sheet E- 1
• revise electrical layout on sheets E-2 and E-3 ; remove reference to intruder alarms
• revise instrumentation sheets ( 1 -0 and 1 - 1 ) to reflect changes to alarms
Task 2- Revised Specifications
This task includes revising the specifications to reflect the changes identified on the plans, including the
removal of the well houses and directional drill of 58`h Street .
Task 3 - Pre - bid Services
This task includes attendance at one pre- bid meeting, responses to request for information from bidders,
and maintaining a bidders ' list .
Task 4- Bidding Services
This task includes attendance at the bid opening, preparation of a bid tabulation and reviewing the bids to
identify the lowest responsive, responsible bidder.
B . Request For Additional Information Number 5 - St . Johns River Water Management District
The following scope of services is proposed to complete the RAI # 5 Response Submittal identified above :
Task 1 - Initial "Teleconference with District Staff
This task includes an initial teleconference with District staff, to identify the specific modeling needs
requested in Question 1 , items a through e of the May 28 , 2009 RAI # 5 letter .
Task 2 - Model Recalibration (Question La . , I . b . , I . c . l . d . )
This task includes recalibrating the Indian River County model to the average water level observations for
the calibration year ( 1993 / 1994) relative to simulated levels . This task includes the provision of layer-by-
layer statistics for correlation between observations and simulated values, per the District ' s request La .
and b . of the May 28 , 2009 RAI . Further, the items requested in items 1 . c and l . d (detailed analyses of
model fluxes, GHB conductance , calculation methodology and average evapotranspiration extension
depth will also be completed as part of this task .
Task 3 - Identification of Vero Beach pumping ( Question 1 . e)
The original model included the pump rates as provided by the District . This task includes that the data
provided by the District included the City of Vero Beach ' s pumping rates . If not, this task includes
obtaining same from the District and incorporating into the model . The budget is predicated on the
information not being present and a request and subsequent inclusion of the data being made .
Task 4- Reporting
This task includes preparation and submittal of a Technical Memorandum , which will provide responses
to the RAI 5 Questions l . a through Le, and preparing revisions to update the model documentation report
that was provided on as a PDF file on DVD in the response submittal to RAI #4 . This task does not
include reformatting the report, but rather the expansion and/ or replacement of key sections to illustrate
the re-calibrated model .
3
Task 5 - Ongoing Teleconferences with District Staff
During the remodeling exercise, teleconferences will be held with the District to discuss the recalibration
results and determine if the work as completed will be sufficient for District needs . It is understood that
the District will not provide a complete approval until they have had the opportunity to review the
submittal . However, the purpose of this meeting is to mitigate , prior to submittal , any potential issues and
avoid an additional RAI .
It should be noted that Question 2 of RAI # 5 requires a mitigation plan for adverse impacts to the existing
users . This mitigation plan will be prepared with assistance from the County by PBS &J at no cost to the
County .
This scope of services includes teleconferences with the District to craft the response to the Request for
Additional Information that will satisfy the District and result in a successful issuance of permit . Every
effort will be made to submit a modeling product that is consistent with their request and in response to
their questions .
Compensation
We propose to provide the re-bid services to the County for a not-to-exceed fee of $ 12 , 800 .
We propose to provide the RAI # 5 services to the County for a not to exceed fee of $ 17 , 300 .
Schedule
The re- bid services will be completed 6 weeks from Notice to Proceed. The RAI 45 services will be
completed 13 weeks from notice to proceed . Time is of the essence , since the County has until September
25 , 2009 to submit its response to RAI # 5 , or request an extension .
4
Task 5 - Ongoing Teleconferences with District Staff
During the remodeling exercise, teleconferences will be held with the District to discuss the recalibration
results and determine if the work as completed will be sufficient for District needs . It is understood that
the District will not provide a complete approval until they have had the opportunity to review the
submittal . However, the purpose of this meeting is to mitigate , prior to submittal , any potential issues and
avoid an additional RAI .
It should be noted that Question 2 of RAI # 5 requires a mitigation plan for adverse impacts to the existing
users . This mitigation plan will be prepared with assistance from the County by PBS &J at no cost to the
County .
This scope of services includes teleconferences with the District to craft the response to the Request for
Additional Information that will satisfy the District and result in a successful issuance of permit . Every
effort will be made to submit a modeling product that is consistent with their request and in response to
their questions .
Compensation
We propose to provide the re-bid services to the County for a not-to-exceed fee of $ 12 , 800 .
We propose to provide the RAI # 5 services to the County for a not to exceed fee of $ 17 , 300 .
Schedule
The re- bid services will be completed 6 weeks from Notice to Proceed. The RAI 45 services will be
completed 13 weeks from notice to proceed . Time is of the essence , since the County has until September
25 , 2009 to submit its response to RAI # 5 , or request an extension .
4
POST, BUCKLEY, SCHUH, & JERNIGAN , INC .
Client: Indian River County Utility Services
Activity : Water System Design and Construction Services File :
Project: North WTP Supply Wells Project No .
Phase : RAI #5
Date of Estimate : 17-Jun-09
Multipliers : Labor: By Contract Expen : 1 . 00
LABOR COST DETAIL
Question 1a/b Question tc Question 1d Question 1e Question 2 District TOTAL HOURLY TOTAL
CATEGORY Coordination Report HOURS RATE LABOR
Principal Engineer E17 0 $236 . 00 $0
Sr. Technical Professional IV E16 1 1 1 1 1 2 7 $218 . 00 $ 1 , 526
Sr. Technical Professional III E15 2 2 2 2 4 4 16 $ 152 . 00 $2 ,432
Sr. H dro eolo ist III/Scientist E15 28 4 2 2 4 26 66 $ 152 . 00 $
109032
Sr. Technical Professional III E15 4 6 10 $ 152 . 00 $ 1 , 520
Sr. Structural Eng , E12 1 0 $ 105 . 00 $0
Sr. H dro eolo ist E12 8 2 1 1 1 4 17 $ 105 . 00 $ 1 , 785
Engineer II Ell /Scientist II 0 $93 . 00 $0
H dro eolo ist E10 0 $75 . 00 $0
GIS Technician N9 0 $65 . 00 $0
Sr. Secreta N8 0 $58 . 00 $0
TOTAL HOURS 391 91 61 61 0 141 421 01 01 01 116
TOTAL LABOR COST $5 , 618 $ 1 , 340 $931 $931 $0 $29147 $6 , 328 $0 $0 $0 $ 17 ,295
DIRECT COST SUMMARY
ITEM
TOTAL
Transportation
Computer/Software U rade $0
Com uter/CADD $0
Telephone/Courier/Postage $0
$0
Printing/Reprographics
$0
Electrical Subcontractor
$0
Water Quality Analysis.
$ 0
$0
$0
$0
$ 0
DIRECT $/TASK $0 $0 $0 $0 $0 1 $0 $0 $0 1 $0 $0 TOTAL DIRECT COSTS $0
TOTAL $/TASK $5,618 $ 1 , 340 $931 $931 $0 $2 , 147 $6, 328 $0 $0 $0 TOTAL FEE = $17,295
POST, BUCKLEY, SCHUH, & JERNIGAN , INC .
Client: Indian River County Utility Services
Activity : Water System Design and Construction Services File :
Project: North WTP Supply Wells Project No .
Phase : RAI #5
Date of Estimate : 17-Jun-09
Multipliers : Labor: By Contract Expen : 1 . 00
LABOR COST DETAIL
Question 1a/b Question tc Question 1d Question 1e Question 2 District TOTAL HOURLY TOTAL
CATEGORY Coordination Report HOURS RATE LABOR
Principal Engineer E17 0 $236 . 00 $0
Sr. Technical Professional IV E16 1 1 1 1 1 2 7 $218 . 00 $ 1 , 526
Sr. Technical Professional III E15 2 2 2 2 4 4 16 $ 152 . 00 $2 ,432
Sr. H dro eolo ist III/Scientist E15 28 4 2 2 4 26 66 $ 152 . 00 $
109032
Sr. Technical Professional III E15 4 6 10 $ 152 . 00 $ 1 , 520
Sr. Structural Eng , E12 1 0 $ 105 . 00 $0
Sr. H dro eolo ist E12 8 2 1 1 1 4 17 $ 105 . 00 $ 1 , 785
Engineer II Ell /Scientist II 0 $93 . 00 $0
H dro eolo ist E10 0 $75 . 00 $0
GIS Technician N9 0 $65 . 00 $0
Sr. Secreta N8 0 $58 . 00 $0
TOTAL HOURS 391 91 61 61 0 141 421 01 01 01 116
TOTAL LABOR COST $5 , 618 $ 1 , 340 $931 $931 $0 $29147 $6 , 328 $0 $0 $0 $ 17 ,295
DIRECT COST SUMMARY
ITEM
TOTAL
Transportation
Computer/Software U rade $0
Com uter/CADD $0
Telephone/Courier/Postage $0
$0
Printing/Reprographics
$0
Electrical Subcontractor
$0
Water Quality Analysis.
$ 0
$0
$0
$0
$ 0
DIRECT $/TASK $0 $0 $0 $0 $0 1 $0 $0 $0 1 $0 $0 TOTAL DIRECT COSTS $0
TOTAL $/TASK $5,618 $ 1 , 340 $931 $931 $0 $2 , 147 $6, 328 $0 $0 $0 TOTAL FEE = $17,295
POST, BUCKLEY, SCHUH, & JERNIGAN, INC .
Client: Indian River County Utility Services
Activity: Water System Design and Construction Services File :
Project: North WTP Supply Wells Project No .
Phase : Wellhead Pump , Enclosure , and Piping Design
Date of Estimate : 13-May-09
Multipliers : Labor: By Contract Expen : 1 . 00
LABOR COST DETAIL
Task 1 .1 Task 1 .2 Task 1 .3 Task 1 .4 Task 1 .5 Task 1 .6 Task 2 Task 3 Task 4 TOTAL
HOURLY TOTAL
CATEGORY Gen . Dwgs . Struct. Dwgs. Mech . Dwgs. Elect. Dwgs. Civil Dwg Instrum . Dwgs Specs Pre-bid Bid
HOURS RATE LABOR
Principal Engineer E17 0 $236 . 00 $0
Sr. Engineer IV E16 0 $218 . 00 $0
Sr. Engineer III E15 1 12 1 12 4 4 34 $ 152 . 00 $5, 168
Sr. Electrical Eng , E14 1 4 2 4 8 19 $ 131 . 00 $29489
Sr. HVAC Eng , E14 0 $ 131 . 00 $0
Sr. Structural Eng , E12 1 0 $ 105 . 00 $0
Sr. H dro eolo ist E12 0 $ 105 . 00 $0
En ineer II E11 /Scientist ll 2 1 12 8 4 4 4 1 4 1 39 $93 . 00 $3
,627
H dro eolo ist E10 10 $75 . 00 $0
GIS Technician N9 0 $65 . 00 $0
Sr. Secretary N8 2 2 1 5
$58 . 00 $290
TOTAL HOURS 31 1 17 20 7 16 14 10 9 0 97
TOTAL LABOR COST $317 $93 $ 1 , 792 $2 , 568 $ 786 $23196 $ 15620 $ 1 , 164 $ 1 , 038 $0 $ 11 , 574
DIRECT COST SUMMARY
ITEM
TOTAL
Transportation $ 100 $ 100 $200
Computer/Software Upgrade $0
Com uter/CADD $0
Telephone/Courier/Postage $0
Printing/Reprographics $0
Electrical Subcontractor $ 15000 $ 1 , 000
Water Quality Analysis $0
$0
$0
$0
$0
DIRECT $/TASK $0 $0 $0 $0 $0 1 $ 1 ,000 $0 $ 100 1 $ 100 $0 TOTAL DIRECT COSTS $ 1 ,200
TOTAL $/TASK $317 $93 $ 1 ,792 $2 , 568 $786 $3, 196 $ 1 ,620 $ 1 ,264 $ 1 , 138 $0 TOTAL FEE = 512,774
POST, BUCKLEY, SCHUH, & JERNIGAN, INC .
Client: Indian River County Utility Services
Activity: Water System Design and Construction Services File :
Project: North WTP Supply Wells Project No .
Phase : Wellhead Pump , Enclosure , and Piping Design
Date of Estimate : 13-May-09
Multipliers : Labor: By Contract Expen : 1 . 00
LABOR COST DETAIL
Task 1 .1 Task 1 .2 Task 1 .3 Task 1 .4 Task 1 .5 Task 1 .6 Task 2 Task 3 Task 4 TOTAL
HOURLY TOTAL
CATEGORY Gen . Dwgs . Struct. Dwgs. Mech . Dwgs. Elect. Dwgs. Civil Dwg Instrum . Dwgs Specs Pre-bid Bid
HOURS RATE LABOR
Principal Engineer E17 0 $236 . 00 $0
Sr. Engineer IV E16 0 $218 . 00 $0
Sr. Engineer III E15 1 12 1 12 4 4 34 $ 152 . 00 $5, 168
Sr. Electrical Eng , E14 1 4 2 4 8 19 $ 131 . 00 $29489
Sr. HVAC Eng , E14 0 $ 131 . 00 $0
Sr. Structural Eng , E12 1 0 $ 105 . 00 $0
Sr. H dro eolo ist E12 0 $ 105 . 00 $0
En ineer II E11 /Scientist ll 2 1 12 8 4 4 4 1 4 1 39 $93 . 00 $3
,627
H dro eolo ist E10 10 $75 . 00 $0
GIS Technician N9 0 $65 . 00 $0
Sr. Secretary N8 2 2 1 5
$58 . 00 $290
TOTAL HOURS 31 1 17 20 7 16 14 10 9 0 97
TOTAL LABOR COST $317 $93 $ 1 , 792 $2 , 568 $ 786 $23196 $ 15620 $ 1 , 164 $ 1 , 038 $0 $ 11 , 574
DIRECT COST SUMMARY
ITEM
TOTAL
Transportation $ 100 $ 100 $200
Computer/Software Upgrade $0
Com uter/CADD $0
Telephone/Courier/Postage $0
Printing/Reprographics $0
Electrical Subcontractor $ 15000 $ 1 , 000
Water Quality Analysis $0
$0
$0
$0
$0
DIRECT $/TASK $0 $0 $0 $0 $0 1 $ 1 ,000 $0 $ 100 1 $ 100 $0 TOTAL DIRECT COSTS $ 1 ,200
TOTAL $/TASK $317 $93 $ 1 ,792 $2 , 568 $786 $3, 196 $ 1 ,620 $ 1 ,264 $ 1 , 138 $0 TOTAL FEE = 512,774
P
EXHIBIT 1
INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES
NORTH REMOTE SUPPLY WELLS
REBID SERVICES
SCOPE OF SERVICES
I• PROJECT DESCRIPTION
A • Re- Bid Services
The recent bids ( February 2009 ) for the North Remote Supply Wells were in excess of the County Capital
Improvements Plan ' s budget . The County has identified items that they would like removed from the
design prior to rebidding the project, including :
• Removal of the well houses from each well . Replace with chain link fence and install stand alone
control cabinets .
• Provision for directional drill of 58`f' Street.
The name of the project should be modified to accurately reflect the project (not well drilling but rather
piping and well pump installation), facilitating an increase in bidders during the bidding process .
PBS &J ' s current agreement does not provide for a re- bid of the project .
B . Request For Additional Information Number 5 - St . Johns River Water Management District
The April 15 , 2009 response to the Request For Additional Information ( RAI ) No . 4 prepared by PBS &J
on behalf of Indian River County to the St. Johns River Water Management District ( District) was to be
the final submittal prior to issuance of a permit by SJRWMD . PBS &J personnel coordinated closely with
technical professionals at the District to ensure that the hydrogeologic model was crafted and calibrated
according to the District ' s requirements .
Subsequent to this submittal , and beyond the 30-day review period allowed for a RAI response, the
District identified additional information and adjustments to the model that they felt were necessary prior
to permit issuance . Despite efforts made by PBS &J to mitigate the issuance of a RAI through the
provision of updated information , the District issued RAI 45 on May 281 2009 . The RAI has two
questions : question 1 requires changes to the model in 5 steps (a through e ) and question 2 requires a
mitigation plan for any wells that may potentially be adversely affected by the County ' s proposed
pumping plan .
The County desires to address RAI #5 with the District in a satisfactory and timely manner.
11 . SCOPE OF SERVICES
A . Re- Bid Services
The following scope of services is proposed to complete the rebid identified above :
Task I - Revised Contract Drawings
This task will include :
• removal of Sheets A - 1 and A -2 ( Architectural Drawings associated with well houses )
• removal of Sheets S- I and S -2 ( Structural drawings associated with well houses )
2