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