Loading...
HomeMy WebLinkAbout2020-199AEXHIBIT A Amendment 1 to Work Order Number 3 Indian River County Department of Utility Services South Oslo Rd Water Plant Floridan Well Deepening and Rehabilitation Additional Construction Phase Services PROJECT UNDERSTANDING Indian River County Utilities (IRCU) awarded All Webbs Enterprises, Inc. (AWE) construction of wells S-7 and S -4R, including deepening the borehole of wells' S-2, S-3, S-5 and S-6 on July 16, 2016, and June 13, 2018. The work was originally intended to be completed within 445 days on February 14, 2019. To date, it appears AWE may be completed more than a year and a half over the originally approved schedule, or approximately 600 days. It should be noted that this project has been on-going for more than 4 years. Consultant has expended additional time overseeing drilling and construction activities, resulting in additional effort beyond the work order #3. As a result, the following scope consists of additional oversight during drilling, and coordination to the existing work order with IRCU. SCOPE OF WORK 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 additional 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 provide an additional 80 hours of additional on- site hydrogeological services (JLA) for well deepening. Consultant will coordinate additional water quality testing, which includes additional water quality data for membrane projections. 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. F:\Utilities\UTILITY - Engineering\WATER\WTP - South RO\Well No. 7 Construction -UCP 4124\Admin\IRCU Floridan Well Additional SDC Scope 9.8.20 April 2018 Contract.docx Page 1 of 3 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 attend additional pump startups, and well site visits to inspect work completed to date. It is anticipated that the additional construction phase that will be added will be up to 560 calendar days beyond the approved schedule submitted by AWE. Consultant will attend additional onsite progress meetings to discuss progress, review construction related issues, and provide coordination where needed. SCHEDULE In general, the schedule will coincide with the Contractor's (AWE) additional time needed to complete the project and is assumed to be 365 additional days. FEE SCHEDULE 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 17th, 2018. The Consultant will provide professional services on a lump sum fee basis of $67,277. 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. • None F:\Utilities\UTILITY - Engineering\WATER\WTP - South RO\Well No. 7 Construction -UCP 4124\Admin\IRCU Floridan Well Additional SDC Scope 9.8.20 April 2018 Contract.docx Page 2 of 3 EXI HBIT B ESTIMATE FOR ENGINEERING SERVICES F:\Utilities\UTILITY - Engineering\WATER\WTP - South RO\Well No. 7 Construction -UCP 4124\Admin\IRCU Floridan Well Additional SDC Scope 9.8.20 April 2018 Contract.docx Page 3 of 3 PROJECT: IRCU Floridan Well ADDITIONAL SDCS SHEET 1 OF 1 ' CLIENT: Indian River County Utilities FILE NO. ESTIMATOR MDM DATE: 8.16.20 DESCRIPTION: Additional Oversight - Floridan Wells South Plant Design, permitting, Construction phase DIRECT LABOR ( MAN-HOURS ) PRINC REG SEN PROF DES/ EXP PROF JL/FH P2 (JPF) CLK SUB Dir Exp (4.60%) LINE _. TOTAL NO. TASK ADDITIONAL CONS''RLTCTIQN SVCS. Additional Coordination/Observation 18 70 12 $577 13,129 Additional Shop Dwg review 8 36 12 $310 7,042 Additional Meetings 8 16 12 $213 4,845 JLA onsite 8 8 4 $27.274 $139 30,437 Additional Startup & Operational testing (wellhead) 12 60 24 $520 11,824 TOTAL HOURS'; 54 190 64 $27,274 $1,759 67,277 LABOR ($/HOUR)';' 235 2251 150 105 96 SUBTOTAL I' $12,1501 $19,950 $6,144 $38,244 F:\Utilities\UTILITY - Engineering\WATER\WTP - South RO\Well No. 7 Construction -UCP 4124\Admin\IRCU Floridan Well Additional SDC Scope 9.8.20 April 2018 Contract.docx Page 3 of 3 CCNA2018 AMENDMENT 1 TO WORK ORDER 3 Floridan Well Deepening and Performance Improvement This Amendment 1 to Work Order Number 3 is entered into as of this 22 day of Sept , 2020, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17`h 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"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 3, Effective Date July 3, 2018. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attached to this Amendment and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit A (Fee Schedule), and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set forth in this Amendment. 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: By. Print Name: Brian Good, P.E. Title: Senior Vice President Z"" C 0 Al M/S BOARD OF COUNTY COMMI J)� ...••• OF IN VER COUNT 1 �G By: Susa dams, Chairman .......... BCC Approved Date: September 22, 2020 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller Approved: i Jason f. Brpwn, County Administrator Approved as to form and legal sufficiency: an T. Reingold, County Attorney