HomeMy WebLinkAbout2015-247WORK ORDER NUMBER CCNA-2014 WO. No. 4
South County Reservoir Site Due Diligence Review and Opinion of Probable Cost
This Work Order Number 4 is entered into as of this 15 day of Decernber201_5 pursuant to
that certain Continuing Contract Agreement for Professional Services, dated December 6, 2011, and that
certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered
into as of this 4th day of November, 2014 (collectively referred to -as the "Agreement"), by and between
INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and
CDM Smith, 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 (Scope of Work), 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 h�rato4 ave executed this Work Order as of the date first written above
C0 htM/ '•
./J‘..• • ."".ss/OA\ BOARD OF COUNTY COMMISSIONERS
e.
_. •• :5),"
i.� ,:O.F INDIAN RIVER COUNTY
CONSULTANT:
CDM Smith, Inc.
By:
w00
Title: Vice President
....(2§),'
��f COUN ••�'°
Mr. Bob Solari, Chairman
BCC Approved Date: December 15, 2015
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Approved:
Approved as to form and legal sufficient •' /(
Deputy Clerk
Baird, County Adm istr
ylan T. Reingold, County Attorney
Smith
1701 State Road A1A, Suite 301
Vero Beach, Florida 32963
tel: 772 231-4301
fax: 772-231-4332
December 9, 2015
Mr. Vincent Burke, P.E.
Director of Utility Services
Indian River County
1801 27th Street
Vero Beach, Florida 32960
Subject: Continuing Consulting Services
Work Order No. CCNA-2014 Work Order No. 4
South County Reservoir Site
Due Diligence Review and Opinion of Probable Cost
Dear Mr. Burke:
Transmitted herewith are two copies of CCNA-2014 Work Order No. 4 for professional services related
to the due diligence efforts for the potential property to be purchased and preparation of an engineer's
opinion of probable cost related to a future surface water storage reservoir system in the South County
area. This authorization is to provide identification of key property considerations, an environmental
due diligence evaluation for the proposed site, and development of an engineer's opinion of probable
cost for both the reservoir system and the corresponding surface water treatment plant.
CDM Smith looks forward to working with the County on this project.
If you have any questions or comments, please contact me.
Sincerely, Approved by:
Jill T. Grimaldi, BCES
Principal Scientist
CDM Smith Inc.
)1A
Eric J. Grotke, P.E., BCEE
Vice President
CDM Smith Inc.
WATER + ENVIRONMENT +TRANSPORTATION + ENERGY + FACILITIES
Smith
Mr. Vincent Burke, P E
December 9, 2015
Page 2
JTG/EJG/jj
Attachments
File: NAUMK.14274.GROTKEEJ
cc: Arjuna Weragoda, IRC
Lena Rivera, CDM Smith
Lee Wiseman, CDM Smith
jj1778.docx
0
EXHIBIT A
SCOPE OF WORK
INDIAN RIVER COUNTY
SOUTH COUNTY RESERVOIR SITE
DUE DILIGENCE REVIEW AND OPINION OF PROBABLE COST
This Authorization, when executed, shall be incorporated in and become part of the Continuing Contract
Agreement for Professional Services between Indian River County (County), and CDM Smith Inc.
(Consultant), dated December 6, 2011, and the Extension and Amendment of Continuing Contract
Agreement for Professional Services, dated November 4, 2014, hereafter referred to as the Contract.
Background
The Indian River County Department of Utility Services (County) currently operates two reverse osmosis
water treatment plants (WTPs) that are supplied by a total of 15 production wells (with a 16th well
pending construction) constructed into the Upper Floridan Aquifer (UFA). The UFA is relied upon
regionally by utilities in Central Florida for potable water supply and locally to supply agricultural
operations with irrigation. For long-term planning purposes, the County has explored alternative water
supply options such as surface water treatment, surficial aquifer wells, seawater desalination, and deep
wells targeting the Boulder Zone Various studies and evaluations completed to date have resulted in
the recommendation that the County pursue development of a surface water source, should an
alternative supply be needed. The surface water withdrawals from a reservoir system would be
intended to supplement limited future groundwater supplies traditionally used by the County. Managing
the conjunctive use of these sources will result in improved water availability and reliability for the
County.
The County previously authorized CDM Smith Inc. (Consultant) to evaluate the feasibility of a reservoir
system in the North County area. While the potential for such a system in the northern extent of the
County has not been removed from consideration, a large parcel of property adjacent to the South
County WTP has recently become available for purchase, and presents an alternative location that was
not previously considered feasible for a reservoir.
The subject property, located at 925 5`h Street SW, is an 83 -acre parcel. An adjoining additional 5 -acre
parcel, under same ownership, is also being considered for purchase. The Consultant and County staff
have determined that approximately 68 of the 83 acres could be usable for construction of the reservoir.
The balance of the parcel and/or the additional 5 -acre parcel could be utilized for site access,
maintenance, storage, parking, etc. County direction is for Consultant to assume that the 68 -acres is to
be maximized for the reservoir footprint (no additional sizing efforts included in this scope of services).
The County has requested that the Consultant assist in executing the due diligence efforts on the
property prior to purchase. Specifically, the Consultant will evaluate the constructability of a reservoir
system on this particular property (environmental considerations, permitting obstacles, geotechnical
conditions, access, land use/zoning, etc.). In addition, the Consultant will prepare an Opinion of
Probable Cost based on a conceptual/planning level design.
The following Scope of Services summarizes the tasks necessary to complete this effort.
A-1
jj1778.docx
SCOPE OF SERVICES
Consultant will perform the following task services to determine the suitability of the property and
corresponding probable cost.
TASK 1.0 COUNTY LAND USE, ZONING AND OFFSITE IMPROVEMENT REQUIREMENTS
The subject parcels are zoned RS -6 (single family residential), RM -6 (multi -family residential) and CL
(limited commercial), all with an L-2 land use classification (low density residential). Consultant will
review the allowable and permissible activities under the existing zoning and land use categories to
determine if rezoning is required and if the proposed utility use is allowed under existing classifications
This property was previously proposed for development, but the extensive off-site improvements
required by the County's Land Development Regulations (LDR) proved to be cost -prohibitive. Consultant
will review the off-site improvement requirements associated with a project of this nature to determine
if they will be similarly cost -prohibitive to the project (the requirements for a reservoir are significantly
different from those of a residential development). Additionally, the County requires applicants to
obtain a mining permit if any fill will be trucked off site via County roads. Consultant will also determine
if such a permit might be necessary based on the quality of soils on the site. The need for a mining
permit can also trigger the need to rezone the property. This task does not include preparation of a pre -
application package to the planning department, rezoning efforts, or design of any required off-site
improvements. Consultant anticipates that 4 hours of meetings with planning and engineering staff will
be required as part of this effort.
TASK 2.0 ENVIRONMENTAL CONSIDERATIONS
Consultant will build upon the evaluation that was previously prepared as part of the North County
Reservoir Feasibility Study (CDM Smith, 2015) and provide more site-specific details on the
environmental characteristics of the proposed south county property. In an effort to minimize costs, the
wetlands and threatened/endangered species evaluation will be limited to a desktop evaluation (i.e.,
existing database records). Relative to wetlands, this will include a review of aerial imagery and the
National Wetlands Inventory database to determine the presence of and extent of wetlands within the
boundaries of the property. This effort will also include a records search for the presence of threatened
and endangered species based on the Florida Natural Areas Inventory (FNAI) elemental occurrence and
biodiversity matrix database and Fish and Wildlife Service Information, Planning and Conservation
System (IPAC) database. Listed species with the potential to occur will be summarized in the resulting
summary report.
Consultant will also review the Federal Emergency Management Agency's flood zone information to
determine if the property lies within a flood zone or 100 -year floodplain.
In addition to the limited geotechnical investigation included in this Scope of Services (Task 3.0),
Consultant will prepare a soils inventory map illustrating all underlying soils present on both the 83 -acre
parcel and the adjacent 5 -acre parcel. This information will be obtained from the U.S. Department of
Agriculture Natural Resource Conservation Service's Soil Survey Geographic Database for Indian River
County and the resulting summary report will include a discussion on the soil types and hydrologic
conditions.
TASK 3.0 GEOTECHNICAL INVESTIGATION
Consultant will evaluate the characteristics of the underlying soils on the property to determine the load
bearing capacity of the soil, and whether or not the existing soils can support the load expected by both
the berm/reservoir construction, and that of the stored water. Additionally, Consultant will perform and
evaluation to assess whether or not the soils present are favorable for water storage (i.e., low
A-2
jj1778.docx
permeability). This information will be used to determine if excavation of existing soils is necessary, if
more suitable fill must be brought to the site, if a liner system is required to retain water in the
reservoir, etc.
County will subcontract directly with a licensed and certified geotechnical services contractor to perform
standard penetration tests, including soil profile and percolation tests. Consultant proposes that a
minimum of 5 soil borings be completed to a minimum depth of 50 feet below land surface, as well as 5
percolation tests across the 68 -acres. The locations of these borings and tests will be determined based
on the conceptual layout of the access roads, berms and reservoir so that the locations selected provide
the most beneficial information possible.
Consultant will review the results of the geotechnical evaluation (contractor's report), and provide an
interpretation of these results in the summary report to be provided under Task 7.0.
It should be noted that the services provided under this task are not to be considered to be a
comprehensive geotechnical investigation of the site. Should the County opt to purchase the property, a
far more extensive geotechnical evaluation should be performed to obtain more data needed to
complete design.
TASK 4.0 PERMITTING EVALUATION
Consultant will elaborate on the permitting needs summary prepared in the North County Reservoir
Feasibility Study to more closely reflect the specifics of the subject property. Consultant will prepare a
summary of applicable permits, permit fees, and potential limitations associated with each permit. The
summary will also include an anticipated timeframe needed to obtain each permit (Note: the actual
schedule is highly dependent on regulatory review times, requests for additional information, and in
some cases, the pre -determined schedule for review committees issuing the permits).
TASK 5.0 CONCEPTUAL DESIGN
Subtask 5.1 Reservoir System
The size of the reservoir system has been established by County staff for this particular effort. Of the 83 -
acres available within the primary parcel (additional 5 -acre parcel geometry not conducive to inclusion
in the reservoir footprint), approximately 68 -acres are considered suitable from a geometry standpoint
for the actual reservoir footprint. The additional 5 -acre parcel can be used for maintenance areas, site
access, parking, etc. Therefore, the Consultant's direction from the County is to assume that the largest
reservoir possible on a 68 -acre site, assuming a 10 foot side water depth, is to be constructed. All
conceptual design and cost estimate components of this effort are based on this assumption. Consultant
is not providing any additional evaluation related to sizing of reservoir size. While USGS staff gauge data
(historical and instantaneous flow) is available within the South County Relief Canal and
rainfall/evaporation data is available from the National Oceanic and Atmospheric Administration, this
information is not required during this initial phase if the assumption is that the reservoir will be sized to
maximize the available acreage.
Coincidentally, the previously completed North County Reservoir Feasibility Study determined that to
meet a long-term potable water demand of 5.0 mgd (average daily flow), a reservoir of 64 -acres would
be required (with a 10 foot side water depth). Much of the design information and resulting estimates of
probable cost for the North County effort are transferable to this evaluation and will serve as the basis
of this Task. Consultant will update unit quantities from the previous report to more accurately reflect
the current, site-specific evaluation and 68 -acre size (vs. the previous 64 -acre size). Subsequent phases,
should the County opt to purchase the property and pursue the reservoir construction, should include
A-3
jj1778.docx
confirmatory efforts to verify that adequate surface water supply is available and seasonally reliable to
supply the project. This may require surface water and/or STELLA modeling at a later stage. No such
efforts are included in this Scope of Services. Similarly, no water balance will be prepared as part of this
effort, but may be required during the formal design phase.
Consultant will use historical pumping records and Osprey Marsh operating data to determine how best
to transfer the water currently being treated and stored on the Osprey Marsh site over to the proposed
reservoir site. A conceptual site plan will be provided in the summary report (Task 7.0). Due to the time
and budget restrictions outlined by County staff, no design documents (plans or specifications) will be
prepared as part of this task.
Subtask 5.2 Surface Water Treatment Plant
The previous North County Reservoir Feasibility Study, referenced throughout this Scope of Services,
included an opinion of probable cost for a 7.5 mgd maximum daily flow surface water treatment plant
(treat 5.0 mgd average daily flow). Since the treatment capacity is similar to that used in the prior study,
the Consultant will build upon the opinion of probable cost previously provided. Specifically, the
Consultant will include an estimated land requirement that would be required to construct the 7.5 mgd
MDF WTP and determine if the available acreage at the neighboring South County WTP property would
be sufficient for co -location. No additional services are included for site selection of the South County
WTP site if determined to be insufficient.
Consultant will rely on the operating data from Osprey Marsh to refine the treatment assumptions
made when preparing the previous opinion of probable cost, and will adjust the estimate accordingly.
This effort will assume that the existing ground storage tanks (and an additional, if necessary) will serve
as blending tanks to comingle the membrane treated UFA water with the surface water treatment plant
water, prior to distribution to customers via the existing high service pump station (no
modifications/changes/additions included) and distribution system.
TASK 6.0 ENGINEER'S OPINION OF PROBABLE COST
Consultant will prepare an opinion of probable cost for the proposed reservoir based on the information
gathered in the aforementioned tasks. In addition to past project experience, Consultant shall apply unit
costs obtained from previous St. Johns River Water Management District (SJRWMD) and South Florida
Water Management District cost guidance documents in development of the conceptual capital cost
estimates.
The opinion of probable costs will include:
• Design fees;
• Permit application preparation/fees;
• Construction of piping (from Osprey Marsh to the reservoir and from the reservoir to the
proposed WTP);
• Construction of the reservoir Construction of the proposed surface water treatment plant (to be
located on the existing South County WTP site; no land acquisition costs included); and
• Annual operations and maintenance costs.
This effort will assume that all intake pump stations associated with moving water from the South Relief
Canal to Osprey March and subsequently to the reservoir itself are sufficiently sized. No additional
pump stations will be included for raw water intake. If it is determined that pumps are required to
A-4
81778.docx
transfer water from Osprey Marsh to the reservoir, these will be included in the opinion of probable
cost
The Consultant relies upon the American Association of Cost Engineers' International Recommended
Practice No. 17R-97, Cost Estimate Classification System, when preparing opinions of probable cost. The
conceptual nature of this effort would be categorized as a Class 5 project (0 to 2 percent design
completion). A Class 5 cost estimate typically presents a +100/-50 percent range of accuracy. While this
is a large range of costs, it is standard practice for a project for which no design documents have been
completed. Consultant will use the opinion of probable cost prepared for the North County Reservoir
Feasibility Study as a basis for this evaluation, and will refine the estimates based on the site-specific
information obtained as part of this effort. A more precise cost estimate will not be available until the
County opts to undertake subsequent design phases.
TASK 7.0 SUMMARY REPORT
Consultant will prepare a report summarizing information gathered in Tasks 1 0 through 6.0 for the
County's use in supporting a recommendation for or against the purchase of the subject property for the
purpose of constructing a potable water supply reservoir system. The report will highlight significant
requirements for use of the site, such as rezoning requirements, permitting constraints, cost
considerations and operational and maintenance considerations, for example. The summary report will
also include recommendations for each of the key areas evaluated and ultimately for or against the use
of this site as a reservoir location. Consultant will provide County staff with an electronic draft of the
summary report for review and comment. Once comments are received and incorporated, Consultant
will provide a total of 6 hardcopies of the report for distribution to the County Commissioners and
County Administrator. An electronic copy of the final report will also be provided for distribution to
additional parties, as appropriate.
TASK 8.0 MEETINGS WITH COUNTY STAFF
In addition to the meetings listed under Task 1.0, Consultant will prepare for and participate in up to 8
hours of meetings and/or conference calls with staff, as needed. Additional meetings will be
accommodated as budget permits or via amendment to this Work Order prior to incurring additional
costs.
TASK 9.0 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.
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 1.0 through 7.0.
OTHER SERVICES NOT INCLUDED IN THIS INITIAL SCOPE OF SERVICES
Consultant and the County agree that there are a number of future steps required to solidify the
feasibility of constructing a reservoir system and corresponding treatment facility on the proposed
properties The above Scope of Services provides a first step in determining whether or not the subject
property is suitable for siting such a system. If the County decides to acquire the property and pursue a
surface water storage project, additional information would be required prior to commencing design
and construction activities.
A-5
jj1778.docx
Other items not included in this Scope of Services are:
• Population or demand estimate efforts,
■ Preparation of permit applications and/or fees;
• Pre -application meetings with the regulatory agencies;
• Conceptual design/layout of the new WTP (beyond that needed to develop the opinion of probable
cost included in Task 6.0),
e Phase 1 or 2 Environmental Assessment;
■ Survey;
■ Land acquisition cost analysis,
• Funding applications;
• On-site wetlands survey;
■ On-site threatened and endangered species survey;
• Surface water modeling;
in Modeling of proposed operations of the reservoir;
• Preliminary and final design of a reservoir and intake structure;
■ Water quality evaluation to determine the specific WTP pre-treatment requirements;
• Rezoning efforts; or
• Activities related to sizing the reservoir (County direction is to maximize the 68 -acre portion of the
site) or determining adequate supply availability from the South County Relief Canal/Osprey Marsh.
COUNTY RESPONSIBILITIES
The County will provide Osprey Marsh operating data for the period of record (anticipated to be 5 to 6
months). The County will coordinate obtaining all available site-specific data from previous site planning
efforts and County permit documents by the previous proposed developer. The County will also assist in
obtaining any reasonable data requested by Consultant during this effort.
TIME SCHEDULE
Services will commence immediately upon receipt of notice to proceed (NTP). It is anticipated that this
Work Order will be approved at the December 15, 2015 Board of County Commissioners (BOCC)
meeting. The proposal by County staff to begin the 60 -day due diligence on the property is anticipated
to be presented to the BOCC on December 15, 2015 as well. The 60 -day due diligence period will begin
on December 15, if approved by the BOCC. A draft summary report will be provided for review and
comment no later than February 5, 2016. The final summary report will be provided within 10 days of
receipt of comments on the draft. This schedule assumes receipt of the independent geotechnical report
no later than January 5, 2016.
COMPENSATION
Compensation information is provided in Exhibit B.
A-6
jj1778.docx
EXHIBIT B
FEE SCHEDULE
PROFESSIONAL SERVICES FOR
SOUTH COUNTY RESERVOIR SITE
DUE DILIGENCE REVIEW AND OPINION OF PROBABLE COST
For invoicing purposes, a summary of fees by task is provided below. The Consultant will invoice the
County monthly based on costs incurred during the billing cycle.
Task
Description
Total
Task 1.0
County Land Use, Zoning and Offsite Improvement Requirements
$ 2,500
Task 2.0
Environmental Considerations
$ 4,235
Task 3.0
Geotechnical Investigation
$ 3,480
Task 4.0
Permitting Evaluation
$ 2,925
Task 5.0
Conceptual Design
$ 10,000
Task 6.0
Engineer's Opinion of Probable Cost
$ 7,420
Task 7.0
Summary Report
$ 11,960
Task 8.0
Meetings with County Staff
$ 1,950
Task 9.0
Project and Quality Management
$ 5,330
Labor Subtotal
$ 49,800
Other Direct Costs
$ 200
Total — Not -to -Exceed
$ 50,000
B-1
jj1778.docx