Loading...
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