Loading...
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