HomeMy WebLinkAbout2006-135 ATTACHMENT A
aooG
SCOPE OF WORK
INDIAN RIVER COUNTY
WATER QUALITY SAMPLING DURING THE NORTH COUNTY
WATER TREATMENT PLANT EXPANSION
BACKGROUND
The Indian River County (County) Soil and Water Conservation District (SWCD) has recently
expressed concerns to the County over the pending North County Water Treatment Plant
(WTP) expansion project. The concerns focus on the neighboring land owners around the WTP
site. To the west of the WTP (upgradient), there are several functioning citrus groves, a number
of ranchettes (former citrus groves), and several smaller residential sites. Many of these
properties continue to utilize the artesian flow wells that were installed by the original citrus
farmers for both irrigation and potable use.
The SWCD is concerned that once the County installs and places in to operation the additional
six supply wells needed for the expansion project, the artesian wells will cease to flow and may
require the use of pumps to continue to be of service to the owners. While hydraulic modeling
performed by both consulting engineers and the St. Johns River Water Management District
(SJRWMC) indicate that drawdown from the additional wells will likely not negatively impact
the neighboring wells, the County has agreed to conduct monitoring of the wells to establish
baseline data prior to the project completion.
The County proposes to sample the neighbors' wells for water level, chlorides, pH and
dissolved oxygen during the bidding and construction phases of the expansion project. It is
anticipated that this period of monitoring will result in approximately 24 months of background
data. This data will provide a baseline against which to compare data after start-up of the
expanded facilities . This will allow the County to quantify the impacts, if any, of the additional
withdrawals.
Services to be provided under this authorization are provided below.
SCOPE OF SERVICES
CDM will perform the following task services associated with the sampling/ monitoring
program.
Task 1. 0 Acquisition of Necessary Field Equipment
CDM will purchase the necessary field equipment to perform the required sampling.
Equipment to be purchased will include a 500-foot water level probe; a combination chloride,
dissolved oxygen, conductivity, and temperature water quality monitor and probe; and a
pressure gauge with a range of 0 to 100 psi (for measuring artesian flow) .
Upon completion of the project, the purchased equipment will be provided to the County to
retain for any future sampling/ monitoring.
A-1 mh2440Aoc
Task 2. 0 Coordination with Property Owners
CDM will meet with SWCD board members to identify the wells to be monitored
(approximately 14 wells) . Once identified, CDM will coordinate with property owners to obtain
permission to sample the wells on a monthly basis for approximately 24 months. CDM will also
schedule sampling events with each owner and provide notice on a monthly basis in advance of
sampling.
Task 3. 0 Sampling
CDM will sample the 14 private wells, the 3 County production wells, and the 3 County
monitoring wells on approximately the same day each month throughout completion of the
construction phase of the expansion project (approximately 24 months) . It is anticipated that all
wells/ parameters can be sampled in a single day each month (approximately 8 hours) .
Task 4. 0 Data Summary and Presentation
CDM will establish a database and tabulate the monthly data gathered. Upon completion of the
monitoring program, CDM will provide the County with trends of the sampled parameters and
water levels, identify any adverse trends, and provide suggested further monitoring as the
expansion project is placed into service. CDM will compile a letter report to include the data
and trends and provide five copies of the letter report to the County .
OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES
CDM intends to rely solely on the accuracy of the field probes for parameter measurements.
CDM will not contract with a laboratory for further analysis. If laboratory analysis is required,
CDM will negotiate additional services and budget with the County .
This authorization does not include:
■ Monitoring services after the expansion is complete and the new facilities are on line
■ Recommendations for mitigation if the new facilities are found to adversely impact
neighboring users
■ Permit modifications or negotiations with SJRWMD regarding mitigation
COUNTY RESPONSIBILITIES
The County will assist in gaining permission to sample any and all County-owned wells
included in the monitoring program. This will include on and off site raw water supply wells,
on and off site WTP monitoring wells, and any wells located on County-owned property such
as golf courses and fairgrounds.
A-2 mh2440.doc
ATTACHMENT B
PROJECT BUDGET
ENGINEERING SERVICES FOR
WATER QUALITY SAMPLING DURING THE NORTH COUNTY
WATER TREATMENT PLANT EXPANSION
PROJECT
DESCRIPTION: Water Quality Sampling During Bidding and Construction Phases
LABOR
TOTAL HOURS 480
SALARY $52,800
OTHER DIRECT COSTS
Travel 21550
Field Equipment 2,500
Supplies 1,300
Printing 1 000
TOTAL OTHER DIRECT COSTS $6,350
TOTAL ESTIMATED COSTS - UPPER LIMIT $59,150
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 59150
B-1 mh2440 doc
ATTACHMENT C
SCHEDULE
ENGINEERING SERVICES FOR
ENGINEERING SERVICES FOR
WATER QUALITY SAMPLING DURING THE NORTH COUNTY
WATER TREATMENT PLANT EXPANSION
SCHEDULE
The following schedule is anticipated assuming authorization of the Work Order by the Board
of County Commissioners on April 18, 2006.
Begin Monthly Sampling (Duration 24 months) Week Ending April 28, 2006
First Monthly Data Report to County Week Ending May 5, 2006
Completion of Sampling Program April 30, 2008
Final Summary Report May 31 , 2008
C-1 mh2440 doc
WORK ORDER NUMBER 6
This Work Order Number 6 is entered into as of this 18th day of Apri 1
2006 pursuant to that certain Continuing Contract Agreement for Professional Services entered
into as of April 6, 2004 ("Agreement" ), by and between Indian River County, a political
subdivision of the State of Florida ("COUNTY" ) and Camp Dresser & McKee Inc.
("Consultant" ) .
The COUNTY has selected the CONSULTANT to perform the professional services set
forth on Attachment A (Scope of Work), attached to this Work Order and made part hereof by
this reference. The professional services will be performed by the CONSULTANT for the fee
schedule set forth in Attachment B (Fee Schedule), attached to this Work Order and made a part
hereof by this reference. The CONSULTANT will perform the professional services within the
timeframe more particularly set forth in Attachment C (Time Schedule), attached to this Work
Order and made a part hereof by this reference all in accordance with the terms and provisions
set forth in the Agreement. 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 Work Order as of the
date first written above.
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Camp Dresser & McKee Inc. OF INDIAN RIVER COUNTY
By: B :
Alex H. Makled, P.E., DEE Arthur R. Neu rger, Chair
Senior Vice President
BCC Approved: April 18 , 2006
Date: -j 1a � �: I ), Il ' . (Date)
At[est: J K BartorV, lerk of Court
. 11
e
"Q putt' Jerk:• a
o� to /f:, �e) . .,,..
Appn �0� , , .
r'"ry � iiot ` AJ
By:
Jose A. Ba rd, County Administrator
Ap ov as orm and le ffici I cy:
B .
rian E. Fell, Assistan Co my A omey
1 mh2440.doc