Loading...
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