HomeMy WebLinkAbout2010-100 1I !6
00 'lot
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 13
This Amendment Number 1 to Work Order Number 13 is entered into as of this
20th day of Apri 1 , 20 10 , pursuant to that certain Cont inuing 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 CAMP DRESSER &
McKEE INC . ( " CONSULTANT" ) .
1 . The County has selected the Consultant to perform the professional services set
forth in existing Work Order Number 13 Effective Date August 18 , 2009
2 . The County and the Cons ultant 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 2 and within the timeframe more particulary set forth in Exhibit 3 , 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 � -
CAMP DRESSER ,& McKEE INC . OF IPZ IAN RIVER CONTY °°
°
a;tO° oO
By : 0A By e ,G
airma ; = a
, °
°
Principal ° .
Title : BCC Approved Date : 04 / 20 / 10
*9000
Date . q f Iz Ib Attest : J . K . Barton , Clerk of ourt
By
Deputy Clerk
proved :
< ,�Ad
seph A . Baird , County Administrator
p/r�o/ ved as to form and legal ysufficiency :
County Attorney
EXHIBIT 1
SCOPE OF WORK
INDIAN RIVER COUNTY
SOUTH COUNTY WATER TREATMENT PLANT
DESIGN, PERMITTING, BIDDING AND CONSTRUCTION SERVICES FOR CONSTRUCTION
OF PROPOSED WELL NO . 7 AND SANITARY SEWER LINE WITHIN SOUTH COUNTY
PARK
AMENDMENT NO . 1
BACKGROUND
In August 2009, Indian River County Department of Utility Services (County) authorized Camp
Dresser & McKee Inc . (CDM) to provide design, permitting and construction services associated
with the construction of Well No . 7 at the South County Water Treatment Plant (WTP) . Well No .
7 is proposed to be constructed in the northwest corner of South County Park, due west of the
WTP location. An initial project kickoff and. siting coordination meeting was held with the
Parks Division and Recreation Department in. September 2009 .
In exchange for the use of the park for a well location, the County Recreation Department
requested that the Utilities Department provide design services and construction of a sanitary
sewer line for the proposed restroom facility within the park . The County requested that CDM
incorporate the design, permitting and construction of this line into the Well No . 7 project.
Additionally, the County has requested that two separate bid packages be prepared (one for the
well and wellhead, and a second for the well pipeline and sanitary pipeline) . As such,
additional services are required to prepare the separate packages .
Due to time constraints associated with both the scrub jay nesting season and the Florida
Department of Environmental Protection (FDEP) grant that is being used to fund. the restroom
and park improvements projects, CDM has already completed many of the services presented
below . These costs were already incurred in an effort to meet- the aforementioned deadlines .
The following is the scope of services to be provided under this authorization, amended to
reflect the above changes .
SCOPE OF SERVICES
The following is a summary of original tasks included in Work Order No . 13, to be amended as
noted .
TASK 1 . 0 PRE-APPLICATION MEETING WITH ST. JOHNS RIVER WATER
MANAGEMENT DISTRICT (SJRWMD)
In addition to the meeting with SJRWMD, CDM conducted two additional meetings with the
County' s Recreation Department regardu1g the details surrounding the proposed sanitary
sewer line, as well as one additional meeting with the Fish and Wildlife Service (FWS)
regarding the disturbances to the conservation area from routing the sanitary line through this
area . This task has been completed . The labor estimate provided in the attached budget reflects
cm 1 p2756.doc
actual costs incurred . The County also requested that CDM subcontract with Entrix directly to
assist in coordinating efforts with the County' s environmental representative and FWS . A
proposal was received from Entrix totaling $4,200 . The Outside Professionals budget was
amended (attached) to include this $4,200 increase .
TASK 2 . 0 SITING OF WELL
CDM began by relying on the existing groundwater model for siting of the well. Discussions
with SJRWMD and a review of the consumptive use permitting regulations determined that the
well location could shift so long as it remained within 200 feet of the modeled location, without
requiring additional modeling to support such a move . Any relocation beyond the 200 foot
radius would require the modeling to be revised . CDM worked with Parks and Recreation staff,
as well as the Utilities Department and FWS to shift the well further south within the 200 foot
radius . This move allows for less transmission piping to connect the new well to the system,
and shifts the well site further away from the conservation area . CDM revised the siting maps
accordingly for use in discussion at the various aforementioned meetings .
These efforts have already been completed, as it was necessary to shift the well location while
designing the sanitary sewer line to allow for proper separation of water and. sewer system
components . While costs for these revisions are minimal, they were not anticipated during
preparation of the original scope of services . CDM does not anticipate additional efforts for this
task . CDM was able to perform the additional efforts for this task within the original budget.
No additional funds are being requested .
TASK 3. 0 WELL NO. 7 DESIGN
Subtask 3 . 1 Well Construction Details
No changes were made or are anticipated to be made to the design of the production well .
Subtask 3 . 2 Wellhead and Appurtenances
No changes were made or are anticipated to be made to the design of the wellhead or
appurtenances .
Subtask 3 . 3 Batu Water Piping
CDM revised the County' s original requested pipeline route (around the north side of the ball
fields) to shorten the length of piping needed by connecting to the existing 18-inch line at Well
No . 6 . These additional services have already been completed as part of the expedited work
associated with the sanitary sewer line (necessary to insure proper separation when designing
the sanitary line) . The labor estimate provided in the attached budget reflects actual costs
incurred . While costs for these revisions are minimal , they were not anticipated during
preparation of the original scope of services .
Subtask 3 . 4 Sanitary,/ Sewer Line Design
As mentioned above, the County requested that CDM include design services for the proposed
sanitary sewer line for the park' s new restroom facility as part of this project. This is a new
subtask, and was not accounted for in the original scope of services (resulted from the kick-off
meeting with staff) . The sanitary sewer line was to connect the proposed restroom to the lift
station located at the southwest corner of 5th Street SW and 20th Avenue SW . The County
requested that the design avoid the conservation area wherever possible, tie into the lift station
via gravity flow, and be constructed via horizontal directional drill (HDD) .
cm 2 j12756. doc
CDM prepared the design accordingly, and in doing so determined that providing for gravity
feed would provide only minimal slope in the pipeline and would result in the pipeline
intersecting the lift station at an undesirable elevation . CDM recommended that the County
consider constructing a forcemain to alleviate the slope concerns . The system was then
redesigned to reflect the change . A meeting with the County' s environmental representative on
site indicated that HDD through the conservation area would not be required, and open
trenching would be an acceptable alternative . In order to realize the cost savings of shortening
the HDD, CDM redesigned the gravity line with open trenching through the conservation area
and HDD tinder 20th Avenue SW only . This alleviated the concerns with the slope and invert
elevation of the pipeline .
The original scope of services included survey work to survey the proposed raw water pipeline
corridor, existing utilities, and potential conflicts within the park property only . By adding the
sanitary sewer portion, additional survey work was needed to locate both the onsite (in the
park) and offsite (under 20th Avenue SW) utilities, elevations, and potential conflicts . A ground
Penetrating Radar (GPR) survey was also needed to prepare the HDD profile . These additional
professional services are reflected in the amendment project budget. The GPR portion cost an
additional $500 in services, while an additional $1 , 000 was required for the conventional survey
for the sanitary line . The Outside Professionals budget has been increased by $ 1 ,500 for this
work (in addition to the proposal from Entrix) . The amended total Outside Professionals budget
has been increased from $4,500 to $ 10,200 accordingly, inclusive of all sub -contractors (increase
of $5, 700) .
Once the various redesigns were completed, the County Recreation Department opted to
construct a septic tank system for the restroom facility in lieu of the sanitary sewer connection
in order to meet the grant funding deadlines associated with their project. The labor estimate
provided in the attached budget reflects actual costs incurred .
TASK 4. 0 INSTRUMENTATION AND PROGRAMMING
No changes were made or are anticipated to be made to the instrumentation services .
TASK 5. 0 WELL CONSTRUCTION PERMITTING
No changes were made or are anticipated to be made to the well permitting effort
TASK 6. 0 CONSUMPTIVE USE PERMIT MODIFICATION (ONLY IF NECESSARY)
This task was authorized in the event that the County requested CDM' s assistance in modifying
or completing the Consumptive Use Permit (CUP) that is currently under review by SJRWMD .
No additional funds are being requested for this task at this time; however, costs have been
incurred as described in Subtask 6 . 3 below .
Subtask 6 . 1 Review of Existing MODFLOW/SEAWAT Models
No changes were made or are anticipated to be made to this subtask .
Subtask 6. 2 Preparation of Technical Memorandum
No changes were made or are anticipated to be made to this subtask .
Subtask 6 . 3 Application for CUP Modification
The County requested that CDM assist with completing the remaining modeling efforts ( at the
urging of SJRWMD) to expedite issuance of the final Consumptive Use Permit ( CUP) . Prior to
cm 3 ;12756. doc
beginning any modeling efforts, CDM contacted SJRWMD' s modeling staff to discuss the level
of effort that remained and determine the best approach to completing the work . CDM
expended approximately 40 hours of labor efforts to conduct 2 conference calls with SJRWMD,
prepare a summary memorandum for SJRWMD' s concurrence, and review of the existing Post,
Buckley, Schuh and Jernigan (PBS&J) modeling documents and permit application files . CDM
was then asked by the County to suspend activities associated with this task . At this time, no
increase in budget is being requested . No additional efforts are included in this amendment
future work . All work completed to date is within the budgetary estimates provided in the
original work order . Should the County request CDM ' s assistance in completing this task in the
future, an additional amendment will be required (if the requested services exceed the
remaining budgetary estimate for Task 6 . 0 at the time) .
TASK 7. 0 PREPARATION OF CONTRACT DOCUMENTS
This task provides for the preparation of drawings and specifications, conducting formal
reviews of the contract documents at specified completion levels, and developing an opinion of
probable construction cost.
Subtask 7. 1 Preparation of Contract Documents
CDM' s original scope of services included preparation of draft bid documents for the well
construction and raw water transmission piping . At the kick- off meeting held with County
Utilities Department, staff requested that the bid documents be separated into two separate
packages : one for the well and wellhead construction and a second for the transmission piping
(not including sanitary sewer line at that time) . The County later added the sanitary sewer line
portion of the project, which was incorporated into the bid documents (both plans and
specifications) . After being directed by staff to expedite the sanitary sewer portion of the
project, staff requested that the sanitary line be split from the raw water transmission lines and
that a separate set of design documents be prepared for that line for construction by the
County' s labor contractor . CDM accommodated that request prior to the decision to go with a
septic system.
CDM has provided 90 percent design plans and specifications to the County in two parts
(well / wellhead and pipeline, including sanitary) . CDM also prepared the separate sanitary
sewer line package to approximately 75 percent completion prior to the change in directive
from the County . This can be provided upon request, or discarded . Remaining efforts include
finalizing the bid package for the well / wellhead portion, removing the sanitary sewer line from
the pipeline portion, and finalizing the revised transmission pipeline package . Portions of this
effort have been completed as noted above . Finalizing the two bid packages (from 90 percent to
100 percent complete) remains . The labor estimate provided in the attached budget reflects
actual costs incurred to date as well as remaining efforts .
Subtask 7. 2 Technical Review Committees
No changes were made to this su.btask .
Subtask 7. 3 Final Contract Document Submittal
The primary change to this subtask includes splitting of the bid package into two portions .
CDM will now submit five sets each of final contract documents for both the well / wellhead
portion and the transmission pipeline portion to County staff prior to bidding advertisement for
the Project . CDM will also provide digital files of plans and technical specifications to the
County. The County will advertise for bids; CDM will provide the documents to prospective
cm 4 j12756.doc
bidders on behalf of the County with the cost of production to be paid by the contractor upon
receipt of the packages .
Subtask 7. 4 Preparation of Probable Construction Cost
No changes were made to this subtask .
TASK 8. 0 BIDDING SERVICES
CDM will now assist the County in obtaining two separate bids for the construction of the new
production well and transmission piping, rather than for a single package . This task has been
amended as follows :
® CDM will coordinate the advertisement of the bids, respond to communication from
potential bidders, and issue addenda as needed .
® CDM will prepare for and attend a pre-bid meeting with potential bidders at the South
County WTP for each of the two contracts .
® CDM will sell bid documents on behalf of the County, as needed, for both contracts .
® CDM will attend two bid openings, evaluate bids and recommend a bidder for Award of
Contract to the County for each contractor .
® After issuance of Notice of Awards ( two ) by the County, CDM will assist the County in
preparing the construction contracts ( two) , request and review information from the
Contractors, and advise the County on finalizing the Contracts .
® CDM will prepare two Notices to Proceed and provide the documents to the County for
issuance to the Contractors .
TASK 9. 0 GENERAL SERVICES DURING CONSTRUCTION
The original scope of services assumed that a single contractor would complete all work
associated with the well and pipeline . By splitting the contract into two, CDM will maximize the
potential to save costs by combining all construction meetings for attendance by both.
contractors (rather than conducting separate meetings for each contract) . If timing of the
contracts / construction does not accommodate this plan, CDM will immediately notify the
County if additional efforts will be required . This amendment does not include any request for
additional budget for construction services . Additional funds may be required if the two
contracts do not ruin concurrently, if additional progress meetings and / or site visits are
required to accommodate the 2 separate contractors, or if the contract duration exceeds 5
months .
OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES
This authorization does not include :
a Modifications to the PBS&J groundwater model;
® Detailed Siting Analysis for Well No . 7 (will rely on current location of Well No . 7 in
model / CUP unless otherwise indicated) ;
® Water quality sampling and testing. The Contractor will provide the water quality testing
associated with the new well as part of the contract . The County will collect the required
CM 5 j12756. doc
bacteriological samples and contract directly with a laboratory to provide analytical services
for the Bactis .
® Preparation and submittal of the SJRWMD well construction and well completion forms ( to
be completed by contractor) .
e Design services associated with wellhead. enclosures (not included per discussions with
County staff) .
COUNTY RESPONSIBILITIES
The Co-unty will provide all reasonable data requested by CDM for the purpose of completing
the aforementioned tasks . The County will also provide a timely review of all work products
and all permit fees . The County will coordinate analytical laboratory services, as needed, and
provide staff for collection of all water quality samples not required of the contractor . Front-end
documents to be used in the bid package will be provided by the County and shall be the most
current version approved by the County Attorney' s office .
6 J12756.doc
EXHIBIT 2a
AMENDMENT NO. I TO WORK ORDER 13
LABOR DISAGGREGATION
Senior
Senior Support Staff Support
Task Officer Associate Principal Professional Professional II Professional 1 Services Services Project Administration
Total Hours
Task 1 . 0 - Pre-Application Meeting with SJRWMD 0 0 0 4 0 4 0 0 0 8
Subtotal 0 00 4 0 4 0 0 0 8
Task 3. 0 - Well No. 7 Design
Subtask 3. 3 - Raw Water Piping 0 0 0 0 2 4 0 0 0 2
Subtask 3. 4 - Sanita Sewer Design 0 2 4 16 16 32 8 24 4 106
Subtotal 0 2 4 16 14 36 8 24 4 108
Task 7. 0 - Preparation of Contract Documents
Subtask 7. 1 - Pre aration of Contract Documents 0 0 0 0 0 12 0 0 4 16
Subtask 7. 3 - Final Contract Documents Submittal 0 0 0 0 0 16 0 0 16
Subtask 74 - Preparation of Probable Construction Cost 0 0 0 0 0 0 0 0 14
14
Subtotal 0 0 0 0 028 0 0 18 46
TOTAL 0 2 4 20 14 68 8 24 22 162
EXHIBIT 2b
AMENDMENT NO . 1 TO WORK ORDER 13
PROJECT BUDGET
PROJECT : Design, Permitting, Bidding and Construction of South County WTP
Well No . 7
PROJECT
DESCRIPTION : As Outlined in the Scope of Services .
REFERENCE : Agreement between Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Cost
Officer 0 $ 200 $ -
Associate 2 $ 190 $ 380
Principal 4 $ 180 $ 720
Senior Professional 20 $ 145 $ 21900
Professional II 14 $ 130 $ 11820
Professional I 68 $ 100 $ 61800
Senior Support Services 8 $ 110 $ 880
Staff Support Services 24 $ 80 $ 11920
Project Administration 22 $ 75 $ 11650
TOTAL HOURS 162
SALARY $ 17,070
OTHER DIRECT COSTS $ -
OUSIDE PROFESSIONALS $ 51700
Morgan & Associates (Survey) $ 11000
GeoTek (GPR) $ 500
Entrix (W . Swindell Services ) $ 41200
GRAND TOTAL $ 22, 770
USE AN UPPER LIMIT (NOT TO EXCEED) $ 22, 770
cm 8 i[2756 . doc
EXHIBIT 3
AMENDMENT NO . 1 TO WORK ORDER 13
PROJECT SCHEDULE
SCHEDULE
The project schedule has been amended to accommodate the scrub jay nesting season . The
project will be ready for bid. within 45 days of authorization of this amendment . Construction
will commence after the end of nesting season (June 30) . All other aspects of the schedule will
remain unchanged and will be applied to the amended construction start date .
Construction of the well and raw water transmission main is anticipated to take approximately
5 months from the issuance of Notice to Proceed to the contractor .
cm 9 j12756 .doc