Loading...
HomeMy WebLinkAbout2015-070abI8✓• 5 b WORK ORDER NUMBER 3 South Oslo Rd WTP Floridan Well Rehabilitation & Construction of Well #7 This Work Order Number 3 is entered into as of this 7t1 -clay of April , 2015 pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15, 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 Kimley-Horn and Associates, 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: Kimley-Horn-.andi_Associates, Inc. By: ✓�- tJ `t B Wesley S. Davis Title: Principal BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY , Chairrn4g *: s •. BCC Approved Date: A-pri1 7, 2015 Attest: Jeffrey R. Smith,` Jerk of Court By: roller Approved: Approved as to form and legal sufficiency: ty Clerk (aF,D seph A. Baird, County Administrator Dy an T. Reingold, County Attorney EXHIBIT A Work Order Number 3 Indian River County Department of Utility Services South Oslo Rd Water Plant Floridan Well Rehabilitation & Construction of Well #7 PROJECT UNDERSTANDING Indian River County Utilities (IRCU) owns and operates six (6) Floridan supply wells which are the raw water supply and source water for the South Oslo Rd water treatment facility. These wells are the lifeblood of the treatment facilities and maintaining efficient operation of these wellfields is critical to the sustainability of the water system. An evaluation of the wellfield performance was conducted in November 2013 that determined rehabilitation of several wells is necessary to restore capacity and reliability to the water treatment plant. In addition, the planned and permitted well #7 will be constructed concurrently with the rehabilitation work in order to provide long term sustainability of the raw water supply to the South plant. The project will consist of the following key improvements: • Well rehabilitation of four (4) wells (#3, 4, 5, 6) • Well #7 installation including drilling and wellhead • Raw watermain construction to connect well #7 to plant raw water system • SCADA system improvements to include well #7 and fiber optic communication with wells (provided under separate project) The following scope consists of design, bidding, construction and testing phase services for rehabilitation of four (4) Floridan aquifer supply wells and well #7 at the South Oslo Road Water Treatment plant. SCOPE OF WORK TASK 1- REVIEW WELL #7 DOCUMENTS Consultant will review design drawings and specifications for well #7 drilling, wellhead, and raw watermain prepared by CDM Smith, Inc. Consultant will prepare a list of suggested design adjustments for the design engineer. Consultant K:\WPB_Civil\044572029 - Well 7 Construction\Scope\1RCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page I of 8 will also prepare a list of adjustments that can be considered during bidding phase for inclusion into the bid documents in each of the bidding phases listed herein. Consultant will prepare a plan to allow for formation water disposal from well #7 and the four rehabilitated wells without impact to the existing raw watermain system. Consultant will develop an approach to bidding multiple contracts. The contracts in general, will consist of: • Drilling of well #7 and Well Rehabilitation • Raw watermain and fiber optic (FO) installation • Wellhead improvements (#7) TASK 2 - PREPARATION OF DESIGN DOCUMENTS - WELL REHABILITATION AND FIBER OPTIC COMMUNICATIONS Consultant will prepare a rehabilitation program and prepare technical specifications for the rehabilitation of four (4) Floridan aquifer production wells located in the South -Oslo Road Wellfield. This task will consist of preparation of technical specifications to obtain bids from State of Florida certified water well contractors. Consultant will design a fiber optic route from well #7 to well #6, including connection points for future wells. Junction boxes for future connections will be designed for the remaining wells #1, #2, #3, #4, and #5. Connection to these wells is not included in this design. Consultant will design modifications to the existing wells #6 and #7 radio telemetry units (RTU) to include fiber optic connectivity using Ethernet communication. Remote PLC's will be designed at each of these wells to allow communication via Ethernet over FO. A project to connect all of the remaining fiber optic connections will be provided separately. Consultant will incorporate well #7 specifications provided by others along with fiber optic communication for wells #7 and #6. Consultant will design well panel PLC hardware at well #7and #6 and interfaces with existing system. K:\WPB_Civil\044572029 - Well 7 Construction\Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 2 of 8 TASK 3 - PREPARATION OF BID DOCUMENTS AND BIDDING PHASE SERVICES Consultant will assemble design documents prepared by others for bidding the project in multiple contracts, consisting of: • Drilling of well #7 (design by others), wellhead (design by others), and Well Rehabilitation • Raw watermain (design by others), fiber optic (FO) installation between well #6 and #7 Consultant will prepare bid documents for fiber optic installation and wellhead improvements which will allow conversion of existing well radio telemetry (RTU) communication to fiber optic communication. Consultant will prepare a list of adjustments that will be considered during bidding phase. Consultant will incorporate the list of adjustments, including electrical sketches and specifications in an addendum during the bidding phase of the well drilling phase, wellhead completion, and raw watermain. Consultant will attend up to two meetings, consisting of a preliminary design meeting to review and discuss the approach to the rehabilitation program, and a pre-bid meeting. Consultant will provide up to six (6) copies of technical specifications and sketches for advertisement of each by the Indian River County (IRC) purchasing department. Consultant will provide coordination with,purchasing department. It is assumed that the front-end contract documents to be used for advertisement will be prepared by IRC. Consultant will respond to contractor questions, and provide written responses for IRC to process for the work prepared by KHA. Consult will review bids received and provide review summary of each lowest qualified bidder. TASK 4 - CONSTRUCTION PHASE SERVICES - FLORIDAN AQUIFER WELL #7, WELL REHABILITATION, and RAW WATERMAIN Consultant will provide construction phase services for the drilling of well #7, rehabilitation of four (4) wells, wellhead #7 installation, and limited construction phase services of the raw watermain. It is assumed that the design and permitting K:\WPB_Civil\044572029 - Well 7 Construction \Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 3 of 8 of well #7 and raw watermain has been completed by others. Final FDEP certification of Well #7 and raw watermain will be provided. The Consultant's site visits will be for the purpose of endeavoring to provide the Owner a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents. The Consultant neither guarantees the performance of contractors, nor assumes responsibility for any contractor's failure to perform its work in accordance with the contract documents. Work that the Consultant believes does not comply with the contract documents will be brought to the attention of Indian River County Utilities and the contractor. The Consultant shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall the Consultant have any authority or responsibility to stop or direct the work of any contractor. Well #7 Drilling and Wellhead, Well Rehabilitation (4 wells) Consultant will provide construction phase services including hydrogeological services, performance testing of each well, and preparation of a well completion report for well #7 Floridan Aquifer well. Consultant will utilize subconsultant services of JLA Geosciences, Inc. for the Hydrogeologic Consulting Services (LA). Consultant will attend meetings and make onsite site visits for each of the four (4) existing wells to be rehabilitated and one (1) new well #7; provide coordination during construction, review of individual well geophysical and video logging, recommendations for acid treatment, review contractor's submittals including acid treatment plan, onsite hydrogeologic observation during critical elements of rehabilitation, well logging, acid treatment; post rehabilitation development testing and specific capacity testing; and witness post- rehabilitation videos. Consultant will provide up to 60 hours per well of an on-site hydrogeologist (JLA) during the well rehabilitation. Consultant will prepare four (4) copies of a hydrogeologic technical memorandum for rehabilitation of each well summarizing the results of these modifications. Consultant will provide hydrogeological support and observation services during Upper Floridan Aquifer well #7 construction including contractor mobilization, surface casing installation, pilot hole drilling, geophysical logging, casing installation, grouting casing in place for each lift of cement, completion interval drilling and associated testing, preliminary well development, acid treatment, pump development and testing. Consultant will also provide well performance testing, including water level measurements, specific capacity analysis, and basic K;\WPB_Civil\044572029 - Well 7 Construction\Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 4 of 8 water quality testing (conductivity, chlorides, silt density indices—SDI's and sand testing). Consultant will provide up to 240 hours of on-site hydrogeological services (ILA) for well #7. Consultant will review drilling, geologic and geophysical data and provide recommendations for casing setting depths and completion intervals. Consultant will review completion interval drilling and testing data and recommend if acid treatment is necessary, review acid treatment and testing plans. Consultant will review pump test results and provide recommendations for permanent pump setting depth and recommended in service pumping rate. Consultant will coordinate water quality testing, which includes clearance water quality in accordance with FDEP regulations and additional water quality for membrane projections. Water sampling will be provided by Indian River County's approved laboratory. Consultant will provide contract document interpretation, shop drawing and pay request review and change order requests. These construction phase services assume the well location, and formation water disposal determined above will not change during construction. Shop drawing submittal will be reviewed for conformance with the intent of the contract documents. Shop drawing will be submitted directly to the Consultant. The Consultant will review the submittal and return copies to the contractor and Indian River County Utilities. KHA will prepare a well completion report for well #7, including a summary of the Iithologic logs, field logs, hydrologic and water quality data, and preparation of figures, data, lithogic logs, and appropriate attachments. The well completion report and data will be used for future well clearance when the wells are placed into service. Up to six (6) final copies of the report will be furnished to Owner. It is anticipated that the construction phase from notice of award to final completion will take approximately eight (8) months. The installation of the well pump, column piping, and electrical service for operation of the well #7 is assumed to be included under the drilling and rehabilitation phase. Consultant will attend up to four (4) onsite progress meetings to discuss progress, review construction related issues, and provide coordination where needed. KAWPB_Civil\044572029 - Well 7 Construction \Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo F0.docx Page 5 of 8 Consultant will prepare and submit a FDEP certification of construction completion and request for clearance to place well #7 into operation (FDEP Form 62-555.900(9)). Record drawing information will be provided by the contractors and included with the certification package. Raw Watermain Consultant will provide limited construction coordination services for the construction of the raw watermain from well 7 to the existing well #6, including shop drawing review and answering questions. It is understood that Indian River County inspectors will provide observation services for the construction of this raw watermain. Shop drawing submittal will be reviewed for conformance with the intent of the contract documents. Shop drawing will be submitted directly to the Consultant. The Consultant will review the submittal and return copies to the contractor and Indian River County Utilities. The Consultant will attend one (1) project status meeting for coordination and status updates of the project with the Contractor and Owner. The Consultant may recommend Change Orders to Indian River County, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. Consultant will witness final pressure testing of raw watermain. Total observation time is anticipated to be approximately 8 -hours. The Consultant will prepare record drawings of the project using -information provided by the contractor. An electronic copy in AutoCAD format on a CD-ROM, and two sets of prints will be delivered to Indian River County Utilities upon completion of this project. Consultant will prepare and submit a FDEP certification of construction completion and request for clearance to place the raw watermain into operation (FDEP Form 62-555.900(9)). Record drawing information will be provided by the contractors and included with the certification package. SCIIEDULE In general, the following schedule is anticipated and consultant will work expeditiously to meet it: K:\WPB_Civil\044572029 - Well 7 Construction\Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 6 of 8 Task 1 Review Well #7 Docs Task 2 Prepare Rehab Documents And Design Fiber optic Task 3 Bidding Phase Task 4 Construction Phase (Rehab & Well #7) 2 weeks from Notice to Proceed (NTP) 4 - 6 weeks after Task 1 6 - 8 week after documents prepared 6 - 8 months after Notice of Award to Contractor FEE SCHEDULE We will provide these services in accordance with our Extension and Amendment of the Continuing Services Contract Agreement for Professional Services with Kimley-Horn and Associates dated November 4th, 2014. The Consultant will provide professional services for Task 1 through Task 4 on a lump sum fee basis of $189,625.00 as follows: Task No. Task Capital Project Fee R&R Fee TASK 1 REVIEW WELL #7 DOCUMENTS $ 16,725 $0 TASK 2 PREPARATION OF DESIGN DOCUMENTS $ 0 $ 26,600 TASK 3 BIDDING PHASE $ 10,000 $ 5,000 TASK 4 CONSTRUCTION PHASE OBSERVATIONS - Well #7 and Rehab. Raw Watermain OBSERVATIONS $ 60,268 $ 15,400 $ 55,632 $0 TOTAL $102,393 $ 87,232 PROJECT TOTAL $189,625 ADDITIONAL SERVICES The following services are not included in the Scope of Services for this project, but may be required depending on circumstances that may arise during the execution of this project. Additional services include, but may not be limited to the following: • Mechanical Design of pumps or wellheads • Preparation of well #7 specifications and design documents o Preparation of wellfield operating plans o Permitting support other than FDEP certification of completion K:\WPB Civil\044572029 - Well 7 Construction\ScopeURCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 7 of 8 • PLC design for future communication and upgrades of existing SCADA system • Construction observations and administrative services not contained in the scope of services. ITEMS FURNISHED BY OWNER The following items will be furnished by the Owner and are necessary for completion of the tasks described herein. • Autocadd files of design by others, • Completed design drawings of well and wellhead #7 and raw watermain by CDM Smith, Inc. • FDEP permits for construction of well #7 and raw watermain. • Field reports developed by IRC staff during their observations of completed construction. This involves quantity review of payment applications prior to review by consultant. K:\WPB_Civil\044572029 - Well 7 Construction\Scope\IRCU Floridan Well Rehab Scope - IRCU rev4 wo FO.docx Page 8 of 8