Loading...
HomeMy WebLinkAbout2014-088aa,g g 4E ac/L/ WORK ORDER NUMBER 12 This Work Order Number, 2 is entered into as of this j.st day of July , 2014 pursuant to that certain Continu ng Contract Agreement for Professional Services entered into as of December 6, 2011 ("Agreement"), by and between Indian River County, a political subdivision of the State of Florida (' COUNTY") and CDM Smith Inc., formerly Camp Dresser & McKee Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 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 Exhibit 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 Exhibit A (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 CDM Smith Inc. Er 1 fotke, P.E., BCEE Vice President 1 BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By Peter D. O`Bryan, Ch Attest: Jeff Deputy Clerk Approved: eph A. wird, County Administrator pproved as to form and legal sufficiency: Dylan Reingold, County Attorney *1490.u« EXHIBIT A SCOPE OF WORK INDIAN RIVER COUNTY SOUTH COUNTY WATER TREATMENT PLANT FINAL DESIGN, PERMITTING AND BIDDING SERVICES FOR PROPOSED WELL NO. 7 This Authorization, when executed, shall be incorporated in and become part of the Contract for Consulting/Professional Services between the Indian River County (County), and CDM Smith Inc. (Consultant), dated December 6, 2011 hereafter referred to as the Contract. BACKGROUND The County owns and operates the South County Water Treatment Plant (WTP) which currently operates with six existing Upper Floridan Aquifer (UFA) production wells. The existing Consumptive Use Permit (CUP) for the South County WTP also includes a future permitted seventh well that has not yet been constructed. In August 2009, the Board of County Commissioners approved a Work Order for the Consultant to design, permit and provide services during construction of the proposed well and raw water pipeline. After reaching the 100 percent design level (minus the County's front-end documents), staff decided to put the project on hold and not construct the well. The County now wishes to finalize design, complete the bid package and finalize permitting of the proposed well at the South County WTP. During the 2009 effort, coordination with the Parks Department County environmental personnel, and the fish and wildlife service (FWS) took place, resulting in the utility department mitigating for scrub jay impacts already incurred by the park development. Additional coordination was undertaken with FWS to determine whether or not a connection to the Well No. 4 transmission piping (in lieu of connecting to Well No 6) was feasible. This effort is outlined in Task No. 1. No additional mitigation activities will be required for the scrub jay area. The following is the scope of services to be provided under this authorization. SCOPE OF SERVICES Consultant will perform the following task services: Task 1.0 COORDINATION WITH FWS In preparation for the effort of updating the project documents from 2009 to current, it was discovered that improvements within the South County park since 2009 have resulted in several obstacles being constructed between the proposed Well No 7 location and the connection point to the Well No. 6 transmission piping One alternative that will be considered is revisiting the potential to use a horizontal directional drill (HDD) under the scrub jay conservation area with connection to the Well No. 4 transmission piping to the east. In 2009, FWS indicated that such an activity may be detrimental to the Scrub Jays due to noise and vibration impacts; however, CDM Smith will reach out to FWS to confirm their stance on this issue. CDM Smith will participate in up to 2 meetings to determine if these activities will be detrimental to the Scrub Jays. This task provides for coordination with FWS. TASK 2.0 MEETING WITH SJRWMD The proposed Well No. 7 is included in the County's existing CUP. While no increase in allocation is proposed (operational flexibility only), coordination with St. Johns River Water Management (SJRWMD) A-1 jj1490.doc is still required to give staff the opportunity to review and approve the final location, elevation and design of the proposed well prior to commencing construction. During the 2009 design process, a well location was selected within the South County Park that fell within the designated stormwater detention area for the park. Consultant coordinated with the local drainage district and SJRWMD staff via phone to select the location. Since the well is proposed to be constructed into the UFA, SJRWMD indicated that the proximity to the stormwater area would not be problematic so long as the finished elevation of the wellhead was above that of the permitted stormwater elevation. The field verification by SJRWMD staff, however, was not conducted before the project was placed on hold. Consultant will coordinate, prepare for and participate in the field verification meeting with SJRWMD. TASK 3.0 PREPARATION OF FINAL BID PACKAGE The County's original intent was to bid the well construction, pump assembly and wellhead/appurtenances as one bid package, with all below -ground transmission piping connecting Well No. 7 to the Well No. 6 raw water main to be bid in a separate package. It is now the County's intention to bid the entire project as a single package. Consultant will combine the bid packages to eliminate redundancy and prepare a single'set of plans and specifications suitable for obtaining bids. Consultant will update the design documents, as needed, to reflect current building code and modify the recommended suppliers if necessary. Consultant will also prepare County front-end documents to accompany the bid package. Consultant anticipates receipt of a current version of generic front end documents from County staff, previously approved by the County attorney, to customize for this bid package. Subtask 3 1 Final Contract Documents Consultant will update the design documents to merge the previous documents into 1 bid package, to reflect current building code current vendor information, re-route the transmission piping around the new lift station and piping and reconfigure the connection point to the Well No. 6 transmission main so as to minimize impacts to the newly constructed lacrosse fields. Subtask 3 2 Final Contract Document Submittal Consultant will submit three hardcopy sets of final contract documents to County staff prior to advertisement of the bid for the Project. Consultant will also provide digital files of plans and technical specifications in PDF format to the County for use in publishing the bid on DemandStar. The County will advertise for bids and provide necessary documentation to potential bidders. Consultant will not provide additional hardcopies of bid documents to prospective bidders unless negotiated for reimbursement from the County prior to doing so. Subtask 3.3 Preparation of Probable Construction Cost Consultant will prepare an opinion of the probable construction cost based on the final bid package prior to advertising the bid. The final estimate of probable construction cost shall be delivered to County staff prior to the opening of bids for the Project. TASK 4.0 WELL CONSTRUCTION PERMITTING Consultant has confirmed with SJRWMD that no additional permitting is required from this agency in order to construct Well No. 7 (plans and specifications will still require review as outlined in Task 1). In order to construct the new Well No. 7, the County must file for a construction permit with the Florida Department of Environmental Protection (FDEP). Consultant will prepare and submit the "Specific Permit to Construct Potable Water System Components' (FDEP Form 62-555.900(1)) prior to bidding the A-2 111490.doc project. Issuance of the permit by FDEP will allow the County to construct the well and conduct performance testing. Upon completion of the well construction and demonstration of performance testing by the Contractor, the County is required to submit the "Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation" (FDEP Form 62-555.900(9)). Approval of this form by FDEP will allow the County to place the new well into service. Since the Consultant will not be overseeing construction of the well, preparation of this certification is not included in the Scope of Services. This must be certified by the consultant that oversees construction. In addition to the FDEP permits described above, SJRWMD requires the applicant to complete the "State of Florida Permit Application to Construct, Repair, Modify or Abandon a Well" form (SJRWMD Form 40B- 3-1) and a subsequent well completion form. Completion and submittal of these two forms will be the responsibility of the successful bidder. Preparation of the SJRWMD forms is not included in this Scope of Services. Consultant has confirmed with the County planning department that no site plan approval (administrative or otherwise) will be required for this project. Planning has, however, requested a PDF of the final site plan sheet of the bid documents for their records. TASK 5.0 BIDDING SERVICES Consultant will respond to up to 5 requests for information and/or clarifications from potential bidders between the advertisement and the bid opening. TASK 6.0 PROJECT AND QUALITY MANAGEMENT Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with Consultant's standards and the County's expectations. Specific activities included are identified below: Subtask 6.1 Project Quality Management Consultant maintains a Quality Management System (QMS) on all projects. In accordance with the QMS Quality Procedures, a project planning and scope review meeting will be conducted at the start of the project. In addition, the Consultant's Technical Specialists will perform quality reviews of the deliverables identified in Tasks 2 and 3, and Subtask 5.1. Subtask 6.2 Project Status Reports Consultant's project manager will prepare and submit monthly written status reports with each invoice for an anticipated project life of 6 months. OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES This authorization does not include: ■ Modifications to the groundwater model prepared by Post, Buckley, Schuh and Jernigan* ■ Preparation and submittal of the SJRWMD well construction and well completion forms (to be completed by Contractor)* ■ Participation in pre-bid meeting or bid opening; ■ Evaluation of bids or award proceedings* ■ Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation (FDEP Permit form); A-3 jj1490.doc ■ Design services associated with wellhead enclosures (not included per discussions with County staff); or ■ Services during construction. COUNTY RESPONSIBILITIES The County will provide all reasonable data requested by the Consultant for the purpose of completing the aforementioned tasks. The County will also provide a timely review of all work products and all permit fees. 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. SCHEDULE Consultant will begin work immediately upon authorization of this Work Order. The following schedule is projected for this project: Bid Package - Completed within 45 days of Notice to Proceed Permitting - Estimated complete within 45 days of application Bidding — Approximately 60 days upon advertisement COMPENSATION AND PAYMENT Compensation for the Scope of Services described herein shall be made on the basis of a lump sum fee. The lump sum fee for Tasks 10 through 6.0, inclusive, is $39,910 as shown in Exhibit B. Consultant will invoice County on a monthly basis based on percent complete A-4 jj1490.dot EXHIBIT B FEE SCHEDULE INDIAN RIVER COUNTY SOUTH COUNTY WATER TREATMENT PLANT FINAL DESIGN, PERMITTING AND BIDDING SERVICES FOR PROPOSED WELL NO. 7 For invoicing purposes, a summary of fees by task is provided below. The Consultant will invoice the County monthly on a Lump Sum basis for costs incurred during the billing cycle. B-1 jj1490.doc Task 1.0 - Coordination with FWS $ 2,880 Task 2.0 - Meeting with SJRWMD $ 920 Task 3.0 - Prep of Final Bid Package $ 23,350 Task 4.0 Well Construction Permitting $ 1,970 Task 5.0 - Bidding Services $ 2,000 Task 6.0 - Project Management and Quality Control $ 7,290 Subtotal $ 38,410 Other Direct Costs $ 1,500 TOTAL (Lump Sum) $ 39,910 B-1 jj1490.doc