Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-126
CCNA2018 WORK ORDER 3 FLORIDAN WELL DEEPENING AND PERFORMANCE IMPROVEMENT This Work Order Number _3_ is entered into as of this day of July , 2018, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (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 C (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: BOARD OF COUNTY COMMISSIONERS. OF INDIAN RIVER COUNTY •••••^•• Kimley-Horn s sates, Inc. ••Y coatry� �•, . � ss .�vo. /0 2� t •F: B is ood, P.E. Peter D. O'Bryan , C irmn '* Print Name: Title: Principal BCC Approved Date: July; 3:; 2018 Attest: Jeffrey R. Smith,, Jerk of Coyrnd Comptroller By: Approved: Cie Jason V. Bro)lvn, County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney EXHIBIT A Work Order Number 3, Indian River County Department of Utility Services South Oslo Rd Water Plant Floridan Well Deepening and Performance Improvement 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. During drilling and construction of the new wells S-7 and replacement well S -4R, it was discovered that enhanced well performance and potential for improved water quality can be achieved through deepening of the existing wells. The specific capacity (gpm/ft) of well S -4R was improved 10 -fold over the existing and abandoned well S-4 by drilling the new well S -4R deeper by more than 120 ft. Therefore, it is recommended to consider deepening the existing wells while the contractor is.on-site and incorporate additional drilling into their rehabilitation scope while the contractor is still mobilized. Improved water quality and well performance result in lower operating costs since the pumping energy is less and the membrane feed -pressures are lower with better water quality. The project will consist of deepening the borehole of wells' S-2, S-3, S-5 and S-6: o Mobilization of a larger rig Removal & restoration of electrical gear ® Specific capacity pump testing Drilling a 15 -inch borehole ® Acidizing and developing well Restoration of site and wellhead The following scope consists of additional oversight during drilling, and coordination tothe existing work order with IRCU. The well contractor, All Webbs Enterprises, Inc. (AWE) is already onsite and mobilized: SCOPE OF FORK TASI< 1- PROJECT MANAGEMENT Consultant will review schedule prepared by the contractor, provide coordination with IRCU operations and subconsultant, JLA Geosciences, Inc., and provide oversight of the well deepening procedures and activities by AWE. KAWPB_Civil\044572039 - SCRO Well S-4 ReplacemenADeepeningURCU Floridan Well Deepening Scope - IRCU 6.11.18.doexPage 1 of4 Consultant will assist with the processing of the change order to deepen each of the existing wells, as well as provide supporting information and technical evaluation into the merits of deepening these wells. Consultant will respond to contractor questions, and provide written responses for IRC to process for the work prepared by KHA. Consult will review change order proposal from contractor and provide review summary and recommendation to IRCU. TASK 2 - UFA WELL DEEPENING & CONSTRUCTION PHASE SERVICES Consultant will prepare guidelines for the deepening of four (4) Floridan aquifer production wells located in the South -Oslo Road Wellfield, which is in addition to the existing rehabilitation scope to be performed by AWE. Consultant will provide scope coordination and answer questions by the existing contractor. Consultant will provide construction phase services including hydrogeological services, performance testing of each well, and preparation of a supporting well completion report for wells #.S-2, S-3, S-5, and S-6 Floridan Aquifer wells. Consultant will utilize subconsultant services of JLA Geosciences, Inc. for the Hydrogeologic Consulting Services (JLA). Consultant will provide hydrogeological support and observation services during Upper Floridan Aquifer well deepening, including pilot hole drilling and reaming, geophysical logging, completion interval drilling and associated testing, preliminary well development, acid treatment, pump development and testing, post rehabilitation development testing and specific capacity testing; and witness post- rehabilitation videos. Consultant will also provide well performance testing, including water level measurements, specific capacity analysis, and basic water quality testing (conductivity, chlorides, silt density indices -SDI's and sand testing). Consultant will provide up to 280 hours of on-site hydrogeological services (JLA) for well deepening. Consultant will review completion interval drilling and testing data and 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. It is assumed that the existing pumps will be re -installed in the existing wells. . Consultant will coordinate water quality testing, which includes additional water quality data for membrane projections. It is assumed no FDEP permit will be required. Consultant will provide additional wellsite review pre- and post- deepening and rehabilitation since contractor must remove the existing wellhead equipment to allow an alternate deepening rig on-site. KAWPB_Civil\044572039 - SCRO Well S-4 ReplacementMeepening\IRCU Floridan Well Deepening Scope - IRCU 6.11.18.docxPage 2 o174 Consultant will attend meetings and make onsite site visits for each of the four (4) existing wells to be deepened; provide coordination during construction, review of individual well geophysical and video logging,, review contractor's submittals including acid treatment plan, onsite hydrogeologic observation during critical elements of deepening, well logging. Consultant will prepare four (4) copies of a hydrogeologic technical memorandum for rehabilitation of each well summarizing the results of these modifications. KHA will prepare a well completion report for the deepened wells #2, 3, 5 and 6, including a summary of the lithologic logs, field logs, hydrologic and water quality data, and preparation of figures, data, lithogic logs, and appropriate attachments. It is anticipated that the additional construction phase that will be added will be up to 380 calendar days from notice to proceed with the deepening scope to final completion. The re -installation of the well pump, column piping, and electrical service for the deepened wells 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. It is assumed that NO FDEP permitting will be required since the size of the well casing, and capacity of the wellpump will not change. The Contractor will provide the SJRWMD well construction and well completion reports. TASK 3 - SUMMARY TECHNICAL REPORT Consultant will prepare a summary technical report for the deepening of four (4) Floridan aquifer production wells, and submit DRAFT versions to IRCU staff for review. Consultant will submit final copies to IRCU and include comments from IRCU staff. SCHEDULE In general, the schedule will coincide with the Contractor's (AWE) schedule and consultant will work expeditiously to meet it: Task 1, 2 Construction Observation 380 days from AWE Completion Date Task 3 Prepare Tech Memo 6 - 8 weeks after Contractor Substantial completion FEESCHEDULE kAWl1[3_Civil\044572039 - SCRO Well S-4 Replacement\Deepening\IRCU Floridan Well Deepening Scope - IRCU 6.11.18.docxPage 3 of4 We will provide these services in accordance with the Continuing Consulting Engineering Services Contract Agreement for Professional Services with Kimley-Horn and Associates dated April 1741, 2018. The Consultant will provide professional services for Task 1 through Task 3 on a lump sum fee basis of $84,876 as follows: Task No. Task Fee TASK 1 PROJECT MANAGEMENT $18,295 TASK 2 WELL DEEPENING CONSTRUCTION PHASE $ 55,118 TASK 3 SUMMARY TECH MEMO $11,463 TOTAL $ 84,876 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 wellfield operating plans Permitting support other than FDEP certification of completion ITEMS FURNISHED BY OWNER The following items will be furnished by the Owner and are necessary for completion of the tasks described herein. o None K:\WPB—Civil\044572039 - SCRO Well S-4 ReplacemenADeepeningURCU Floridan Well Deepening Scope - IRCU 6.11.18.docxPage 4 or4 EXHIBIT B - FEE SCHEDULE 8 -Jan -18 PROJECT: IRCU WELLFIELD DEEPENING SHEET I OF I CLIENT: Indian River County Utilities FILE NO. ESTIMATOR: MDM DATE: 6/11/18 DESCRIPTION: PRINC DIRECT LABOR REG SEN PROF PROF TH/FH ( MAN-HOURS ) DES/ CLK P2 PI I Dir Exp EXP SUB LINE TOTAL NO.1 TASK 1 PROJECT MANAGEMENT Review data, questions, coordination 2 8 16 4 $171 $3,885 Coordinate change order for deepening scope 4 6 8 8 $157 S3,565 Attend progress meetings (4) 16 24 2 500 $290 $7,102 SUB -JLA 3,403 $340 53,743 2 UFA Well Rehabilitation Construction Services Initial site meetings 8 12 8 500 $201 $5,069 SUB -JLA S50,049 $0 S50,049 3 SUMMARY TECH MEMO Finalize and submit report for deepening - append to rehab reports 6 12 4 $163 $3,697 SUB -JLA $7,060 $706 $7,766 TOTAL HOURS 01 361 381 481 26 $61,5121 $2,0291 S84,876 LABOR ($/HOUR) 2351 2251 1501 1051 961 1 Sol $0 SUBTOTAL 01 81001 57001 50401 24961 01 S21,336 $o S18,295 S55,118 $11,463 S84,876 CHANGE ORDER No. 2 PROJECT: South County Water Treatment Plant Well No. 7 Well, Wellhead, Appurtenances and South Oslo Road Water Treatment Plant Floridan Aquifer Wells Rehabilitation Project DATE OF ISSUANCE June 25, 2018 EFFECTIVE DATE July 3, 2018 OWNER Indian River County OWNER's Contract No. 2016-031 Project No. CONTRACTOR All Webbs Enterprises, Inc. ENGINEER Kimley-Horn and Associates You are directed to make the following changes in the Contract Documents: Description: Deepening existing wells S-2, S-3, S-5, and S-6. Reason for change order: Improve overall raw water quality and well performance, which results in overall reduction in operating costs of treatment plant. Attachments: (List documents supporting change)_ CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Times $ 1,477,360.00 Substantial Completion: 180 Ready for final payment: 240 Days or dates Net changes from previous Change Orders Net change from previous Change Orders No. Ito No.2 No.1 to No.2 $ 1,051,783.57 250 days Contract Price prior to this Change Order Contract Time prior to this Change Order $ 2,529,143.57 Substantial Completion: 430 Ready for final payment: 490 Days or dates Net Increase (decrease) in this Change Order Net Increase in this Change Order $ 551,160.00 380 days Contract Price with all approved Change Orders Contract Time with all approved Change Orders $ 3,080,303.57 Substantial Completion: 810 Ready for final payment: 870 Days or dates RECOMMENDED: 4�A PRO By: By: Engineer (Authorized Signature) Owne Mark D. Miller, Kimle -H rn and Associates Date: Date: _ ACCEPTED: — � By: 0— Signature) Contractor (Authorized Signature) Dave Webb, Jr. All Webbs,�2-k-1 nc. 19 Date: (,o 1,6 EJCDCNo. C-700(2002Edition) AS (ti FORM ww C C+ tt, I E.:. Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors oMrn�rx� +..�,::L.'f,�:.id .� iMt {-" i'" A � � � N r' 11 �.a w- I4`�`1 C,"A N1i^t r..i N0:1"•r LD Cost Proposal for Indian River County South WTP Including Deepening of Wells S-2, S-311, S-5, S-6 and Acid Treatment of Well S-2 Item Description UOM Unit Rate Qty. Total 1 Additional Bonds and Insurance for Deepening Work (4 Wells) LS $22,500 1 $22,500 2 S-6 Drilling Rig Mobilization and Demobilization including Electrical LS $99,214 1 $99,214 3 S-3 Drilling Rig Mobilization and Demobilization including Electrical LS $69,575 1 $69,575 4 S-5 Drilling Rig Mobilization and Demobilization including Electrical LS $73,214 1 $73,214 5 S-2 Drilling Rig Mobilization and Demobilization including Electrical LS $70,507 1 $70,507 6 Complete Removal and Re -installation of Pump Discharge Apparatus with Disinfection (S-2) EA $15,000 1 $15,000 7 lGeophysical Logging (Complete Set) (S-2) EA $8,500 1 $8,500 8 Perform Complete Video Log (Initial) (5-2) EA 1 $3,500 1 $3,500 9 Complete Setup and Removal for Acidization Including Removal of Spent Acid (S-2) EA $7,900 1 $7,900 10 Well Acidization (S-2) EA $4.50 4,000 $18,000 11 Pump Develop Well (S-2) HR $250 60 $15,000 12 Conduct Step Drawdown Test (4 Wells) EA $3,000 4 $12,000 13 Perform Complete Video Log (Final) (S-2) EA 1 $2,000 1 $2,000 14 Formation Water Disposal (S-2) EA $10,000 1 $10,000 15 Perform Site Restoration ( Crushed Concrete Temporary Pad Removal) EA $8,500 4 $34,000 16 Drill Nominal 15 -inch Borehole (Each Well to 850 ft, Total 4 Wells) FT $110 595 $65,450 17 Well Maintenance Contingency Allowance (S-2) EA $20,000 1 $20,000 18 Additional Bacterialogical Sampling and Analysis (8 Additional Samples per Well) EA $150 32 $4,800 TOTAL $551,160 Additonal Contract Time: 380 Calendar Days Estimated Completion Date: December 18, 2018