HomeMy WebLinkAbout2024-262AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070
WORK ORDER #8 Amendment #1
Indian River County Department of Utility Services
South Oslo WTP Floridan Well S-1 Replacement Amendment
This Work Order Number 8 Amendment #1 is entered into as of this 8th day ofOctober ,
2024, pursuant to that certain AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070 entered into as of this 5 1 day of November, 2019 (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:
By:
Print Name: ji[ybn L{�—
Title:a��fAag q
BOARD OF COUNTY COMM N
OF INWAN-$IVER COUNT
By:
Susan Adams
BCC Approved Date: October 8, 2024
Attest: , Clerk of Court and Comptroller
By:�
ShauWa James , Deputy Clerk
Approved:
..John Ti tkanich , County Administrator
d
Approved as to form and legal sufficiency:
01jA2j•S 1 Ac15, County Attorney
EXHIBIT #A
South Oslo Rd Water Treatment Plant
Floridan Well S-1 Replacement
Work Order No. 8 Amendment #1
PROJECT UNDERSTANDING
Kimley-Horn and Associates, Inc. ("CONSULTANT") was authorized under Work Order #8 to
provide design, permitting, bid and construction phase services on February 15, 2022 for the South
Oslo Road Water Treatment Plant Floridan Aquifer well S-1 Replacement. The project was
originally scoped to be completed by a single contractor who would drill the well, construct the
wellhead and raw watermain to the WTP. This scope included services for providing bid phase and
construction phase services under a single project. Per discussions with Indian River County
Department of Utility Services (IRCDUS), the decision was made to have a standalone contractor
drill the well and have a separate contractor construct the wellhead and raw watermain, with the
intent of improving the final product for IRCDUS. The project design for the well was completed
in September 2022 and the wellhead/raw watermain was completed in February 2023.
IRCDUS advertised the well project in summer 2023 and ultimately decided not to award the
project due to bids coming in over budget. IRCDUS re -advertised the project and awarded it in
January 2024. The well and wellhead project have not yet been advertised for public bidding. This
scope includes bid phase services for the wellhead and raw watermain contract. Additional
construction phase services associated with administering two (2) separate contracts are also
included in this scope of services and delineate the additional work requested by IRCDUS.
The well drilling work required clearing that would impact on-site vegetation. Since the area was
known to be inhabited by gopher tortoises, a survey was performed to identify any potential
tortoises that would need relocation as part of the proposed work. Since gopher tortoise surveys
are satisfactory for only 90 days, this work needed to be performed close to the contractor
mobilization date. Consultant proceeded forward with the survey and found one (1) gopher tortoise
burrow on-site. To keep the project on schedule, Consultant prepared an application with Florida
Fish and Wildlife to have the tortoise relocated. The permit was issued and Consultant is going to
have the tortoise relocated. IRCDUS agreed this work needed done to keep the Contractor on
schedule, so Consultant proceeded accordingly.
Additionally, the well driller, Florida Design Drilling, has requested IRCDUS to work 24 hours per
day, five days per week. This requires the hydrogeologist be present for key aspects of well
construction including pilot hole drilling, geophysical logging, casing installation and grouting
activities. The efforts require an amendment as the original scope of services assumed operations
be limited to 12 hours per day.
As such, the following amendment is provided.
SCOPE OF SERVICES
TASK 1— PREPARATION OF DESIGN DOCUMENTS — WELL (NO CHANGES)
TASK 2 — RAW WATERMAIN — PREPARE DESIGN DRAWINGS AND
SPECIFICATIONS (NO CHAGNES)
K:IWPB CtvillGenerallBlacklFloridaVRCUIWellSIRUmendment110140611-AmendmentSIRdoc Page I of6
Indian River County Utilities Department
TASK 3 — PERMITTING (NO CHANGES)
TASK 4 — BIDDING PHASE (AMENDED)
These additional services are provided for the bid of the wellhead and raw watermain as a
standalone contract. Consultant will complete the following items for the second bid:
Consultant will prepare electronic copy of bid documents, including drawings and
specifications for IRCDUS purchasing department to be utilized for bidding purposes.
Consultant will assist IRCDUS with front-end bid document preparation. IRCDUS
purchasing department will advertise and administer the procurement of the bidding and
respond to potential bidder questions.
Consultant will attend a mandatory pre-bid meeting, respond to contractor questions and
prepare addendum(s), if required, which will be distributed to all the contract document
holders by IRCDUS purchasing department. Consultant will respond to up to two (2)
addenda during bid process.
Consultant will review bids, provide a summary of comments, and a letter that identifies
the most responsive and responsible bidder.
TASK 5 — CONSTRUCTION PHASE SERVICES (AMENDED)
Consultant will provide construction administration services for the additional contract (wellhead
and raw watermain). These services will include contract document interpretation, shop drawing
and change order requests. Shop drawing submittal will be reviewed for conformance with the
intent of the contract documents.
Consultant's original proposal did not include payment application review. Based on two separate
construction contracts, Consultant anticipates up to eight (8) applications for payment for the well
drilling contract and up to twelve (12) applications for payment as part of the raw watermain and
wellhead contract. Based on its observations and on review of applications for payment and
accompanying supporting documentation, Consultant will review the amounts that the Consultant
recommends Contractor be paid. Such recommendations of payment will be in writing and will
constitute Consultant's representation to Client, based on such observations and review, that, to the
best of Consultant's knowledge, information and belief, Contractor's work has progressed to the
point indicated and that such work -in -progress is generally in accordance with the Contract
Documents.
Consultant's original proposal assumed 12 hours per day of drilling activities. Due to FDD's
request and IRCDUS approval for 24/5 work, there are additional services needed to staff the
project through key elements of construction. Consultant will utilize the services of JLA
Geosciences for construction oversight. JLA will provide hydrogeologic observation services,
hydrogeologic direction and well design/construction implementation during 24/5 construction of
Well S -1R. A JLA hydrogeologist will be present on site during 24/5 construction activities of
critical phases of the production well construction including: pilot hole drilling, geophysical
logging, casing installation and cement grouting. Other aspects of well construction oversight
including completion interval drilling, well development, pump testing and water quality testing
IG-IWPB _CivinGeneralWIack0oridaURCU1Wel1 SIRIAmendment120240611 -Amendment Sl9doc Page l of6
Indian River County Utilities Department
will be scheduled to occur during normal work hours and do not require additional oversight.
JLA's scope of services is included in this proposal for reference.
Consultant's original proposal included review of the record drawings and notation of substantial
deviations. IRCDUS has requested the Consultant provide record drawings to in AutoCAD (.dwg)
format. Consultant will update original design files based on Contractor prepared redlined
drawings and site observations. Consultant will electronically transmit record drawings to Owner
upon completion of record drawing set.
Consultant will prepare IRCDUS requested "Asset Change List," or "ACL". The ACL will outline
the major components or assets installed or removed as part of the work including new process
equipment. The list will be prepared and submitted to IRCDUS to be used for updates to the
IRCDUS's Computerized Maintenance Management System (CMMS) and Financial Information
System (FIS). Assets will be identified at the lowest practical level for maintenance where work
orders (WO) are assigned to carryout various maintenance tasks. The ACL will also include spare
parts that are provided by the project and must be identified as such. Other key requirements for the
ACL are as follows:
1. An electronic database deliverable provided at completion of the project. There is no
specific requirement for the software, application, or tool used to prepare the ACL;
however, the final data must be submitted in a common tabular format such as .csv or .xls.
2. Each row or record in the database shall represent a single (discrete) asset and its
applicable data and attributes.
3. The Consultant will coordinate and manage the completion of the ACL which is carried
through to the construction phase for further updates and eventual completion.
4. New assets added will include data and notable attributes for each asset to include but may
not be limited to:
a. Basic Asset Type — pump, tank, control valve, MCC, analyzer, PLC, etc.
b. General Data — manufacturer/vendor, model, serial no.
c. Physical Data — voltage, TDH, capacity, diameter, material, etc.
d. Service Data — date installed/in-service, warranty period/start date, expected useful
life
e. Financial Data — estimated installed cost (allocation of OPCC to the assets)
TASK 6 — ENVIRONMENTAL SUPPORT SERVICES (AMENDED, NEW TASK)
In accordance with the Florida Fish and Wildlife Conservation Commissions (FWC) guidelines,
one (1) 100% gopher tortoise survey will be performed to locate potentially occupied and
abandoned gopher tortoise burrows within the project area and the adjacent areas. Burrows will be
located with GPS and activity status will be noted. The results of the survey will be summarized in
a graphic depicting the burrows identified during the field survey.
Per the guidelines, the 100% survey is only valid for 90 days. If gopher tortoises are found and
more than 90 -days elapses between the 100% survey and project construction, another 100%
survey will be required. If no gopher tortoise burrows are found, another survey is recommended
after the installation of silt fence to assure no new burrows have been created within the project
footprint. If an additional gopher tortoise survey is needed, it can be provided as an additional fee.
If any potentially occupied or active burrows identified during the 100% survey will be impacted
by the proposed development, a gopher tortoise relocation permit from the FWC and gopher
tortoise relocation will be required. Permitting and relocation will be provided in a separate task.
K. IWPB_CtvillGenerallB1acklFloridal[RCUIWelI SIRIAmendment120240611- Amendment SI Rdoc Page 3 of 6
Indian River County Utilities Department
The following scope of services addresses permitting of the relocation of the on-site gopher tortoise
burrows. Actual relocation will be provided as an additional service.
Kimley-Horn shall prepare a gopher tortoise relocation permit application for the above referenced
site. This task will include an online submittal of the application to FWC, including a map of the
gopher tortoise burrows identified during a previous Task, as well as follow up and coordination to
obtain the permit prior to construction commencement. This task includes one (1) site visit with
FWC after application submittal to review the location of the burrows. All permit fees shall be paid
by the Client.
After receiving a permit from FWC, Kimley-Horn shall meet the contractor onsite during
installation of BMPs for the proposed project. It is understood that if BMPs such as silt fence are
not in place at the time of relocation, there is the potential for gopher tortoises from surrounding
property to migrate into the construction area and require additional site visits to relocate. The
excavation of the tortoises will be conducted by flat blade backhoe and a competent operator, both
of which shall be arranged by Kimley Horn and is addressed in Task 6. This task assumes the
tortoise relocation can be conducted within one day. Tortoises will be relocated on-site and an
after -action report will be filled out and submitted to FWC.
This scope assumes that all tortoises will be relocated through backhoe excavation of gopher
tortoise burrows. If on-site conditions require the addition of relocation through bucket trapping of
gopher tortoise burrows, this service can be provided for an additional fee.
Kimley-Horn will subcontract for a backhoe operator trained in removal of gopher tortoises,
pricing for the operator will be $2,500 per day, with an estimate provided of one days. If additional
days are needed, the client will be charged an additional $2,500 per day needed.
TIME SCHEDULE
Consultant's original proposal anticipated construction duration of ten (10) months would be
required. This amendment is provided to account for second contract being administered for an
additional ten (10) months of project administration.
FEESCHEDULE
We will provide these services in accordance with our Agreement for Professional Services for
Water Plant and Water Resources Engineering Services — RFQ 2019070, dated November 5, 2019,
by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and Kimley-Horn and Associates, Inc., ("Consultant").
The Consultant will provide professional services on a lump sum fee basis as follows:
K. IWPB_CivillGenera11B1ack0orida'IRCUlWell SIR Umendment120240611 -Amendment SIR. doc Page 4 of 6
Indian River County Utilities Department
Task #
Task Description
WO #8
Amendment #1
Revised Total
1
PREPARE DESIGN DOCS - NO CHANGES
$
42,141
$
$
42,141
2
PREPARE DESIGN DOCS - RWM - NO CHANGES
$
48,922
$
$
48,922
3
PERMITTING - NO CHANGES
$
8,388
$
$
8,388
4
1 BIDDING - AMENDED
$
8,543
$ 4,791
$
13,334
5
CONSTRUCTION PHASE - AMENDED
$
114,517
$ 79,286
$
193,803
6
ENVIRONMENTAL SUPPORT AMENDED
$
$ 14,872
$
14,872
TOTAL $ 222,511 $ 98,949 $ 321,460
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:
• Additional gopher tortoise relocation & permitting
• Scrub jay monitoring
• Additional coordination with FWC
• Additional construction phase services beyond what is described herein
• Re -design or integration beyond what is described herein
• Construction observation beyond the time described herein
K. IWPB_CivillGenerallB1acklFloridaURCUIWel1 SIRWmendmen620240611 - Amendment SIR.doc Page 5 of 6
Indian River County Utilities Department
EXHIBIT B
ESTIMATE FOR ENGINEERING SERVICES
PROJECT: IRCUFloridan Well S-IRRe lacenent-AMENDMENTI
SHEET 1
OF l
CLIENT: Indian River County Utilities
FILE NO.
ESTIMATOR NPOB
DATE: 8/5/2024
DESCRIPTION.
Floridan Well S- IR Replacement
Design,pemifllmg,conslmclionphase
DIRECT LABOR MAN-HOURS
MDM/TJ �NB BK
SEN REO PROF2
PRINC PROF PROF CLK
EXP
SUB
Dv EV
(4.6%)
WO#8
TOTAL
Amendment I
TOTAL
NO TASK
I PREPARE DESIGN DOCS-NOCHANGES
Re—, WeIIPS-I&s,tuig
1
4
2
2
$60
1362
Pre are drawings & s ecs
4
20
88
6
$631
14347
100%review set
4
8
12
6
$2W
$181
4,317
ZentzSumey
4
$1500
$48
z598
C& W
2
4
$12,000
848
13098
JL4
2
4
2
$5,120
$57
6,419
2 PREPARE DESIGN DOCS - RWM - NO CHANGES
Evaluate m osed RWM hydraulic analysis
2
8
12
$129
2,931
Prepare e.hibil of RWM pipe mute
4
8
$77
1 745
Pre ate drawian s for 9(P/o submittal
4
8
90
12
$584
13,28
90%Design metin I- nxctin .planned)
2
4
$48
1098
Detail sheets 3 Covcr/Kcv Ma /Notes
4
4
20
4
$183
4,167
Prepare final drawings
4
4
52
12
$373
8,485
Final Review Mccnn (I- meting lanned
4
6
8
$121
2,761
Opinion oC mbable construction cost
2
12
4
1
$96
190
Technical Specification Pre aralion
2
6
24
$168
3 822
SOFTDIGS Ion $350i,an kl
8
8
12
$2.500
$147
5839
SURVEY wxlsile & RWM
2
4
$1800
$48
598
3 PERMITTING - NO CHANGES
SIRWMD
4
4
$188
1472
FDEP perartit app & RAI
8
10
12
$184
4,1
ILA
$".7301
Z730
4 BIDDING -AMENDED
Coordination with contractor
2
10
8
$125
Z843
Review change order
1
2
8
6
$99
2,314
JLA
$IB86
1886
----
C&W
$1,500
1500
Additional: Well & RWM
Aditional: Pre-bid Meeting
4
6
$57
1,287
Additionak Addenda
4
8
$66
1,506
Additional: Bid Recommendation Letter
4
8
$66
1,506
Additional: OA1OC
2
1
1
1
$22
492
5 CONSTRUCTION PHASE - AMENDED
Coordination/Obsenation-well
18
100
20
$1 J,
$758
21,721
Coordination/Observation - RWM
12
80
20
$599
13,61
Shop Dw s
10
30
12
$301
6j853
Meetings 8
12
24
24
$3461
7,970
_
ILA onsite Drill #S-1
4
4
4
$40.3ix
$78
4 I40
PLA Well Conpletion Report
1
$5,4301
$66
5496
Startup & Operational testis wellhead FO
10
4
8
30
$302
6872
C&W
$6
6.000
Final FDEP Release
6
4
20
$76
3946
Additional: Asset Ust
4
8
2
$105
2,397
Additional: Adnin Time secondcontract
12
14
4
$307
6,991
Aditional: Record DraMn s
6
20
4
$218
4,952
Additional: Pa Redew x7 & x12, 19 total
20
40
8
$518
11,786
Additional: 24/5 Cmrage
4
$52.217
$41
53.159
6 ENVIRONMENTAL SUPPORT AMENDED
Additional: Tortoise Sur,ey
10
20
$166
3766
Additional: GT Relo Permit
10
20
$166
3,766
Aditional: Site Visit vd FWC
2
4
$33
753
Additional: Permit Fee
2
$240
$14
554
Aditional: Tortoise Relocation
10
/4
$137
3,107
Additional: Backhoe Operator
4
S2,3001
$28
2,928
TOTALHOURS
2
182
2W
628
282
$8,054
222,511
98,949
LABOR $/H0
235
225
150
105
96
SUBTOTAL.
S4701
$40950 $39000 $65,940 $27072
$173432
K. IWPB_CivillGeneral0lacklFloridaURCU1Wel1 S1RIAmendmentl20240611- Amendment SIR.doc Page 6 of 6
Indian River County Utilities Department
JLA Geosciences, Inc.
HYDROGEOLOGIC CONSULTANTS
1907 Commerce Lane, Suite 104
Jupiter, Florida 33458
(561) 746-0228
fax (561) 746-0119
July 29, 2024
Nick Black, P.E.
Kimley Horn and Associates, Inc.
1920 Wekiva Way, Suite 200
West Palm Beach, FL 33411
Via Electronic Mail
RE: Proposal for Indian River County Utilities Upper Floridan Aquifer South Well 1R, Well Design,
Bidding, Construction & Testing Services- 24 Hour Drilling Services Additional Time
Dear Nick,
JLA Geosciences, Inc., (JLA) is pleased to have the opportunity to provide Hydrogeologic Consulting
Services to Kimley Horn and Associates (KHA) and their client, Indian River County Utilities (IRCU) for the
above referenced project. Our proposed scope of work includes 24 hour site coverage for key parts of well
construction based on Florida Design Drilling (FDD) modified work schedule of continuous 24 hours per
day, 5 days per week work (24/5) for Upper Florida Aquifer Replacement Well (Well S-111). Based on FDD's
most recent schedule submitted on 7/26/24 JLA has generated this scope amendment to facilitate 24/5
coverage during key aspects of well construction including pilot hole drilling, geophysical logging, casing
installation and grouting activities.
The following tasks identify our proposed scope of work with the associated costs for your consideration.
1.0 Upper Floridan Aquifer Well Construction Supplemental Coverage — Provide hydrogeologic
observation services, hydrogeologic direction and well design/construction implementation during
24/5 construction of Well S-111. AJLA hydrogeologist will be present on site during 24/5 construction
activities of critical phases of the production well construction including: pilot hole drilling,
geophysical logging, casing installation and cement grouting. Other aspects of well construction
oversight including completion interval drilling, well development, pump testing and water quality
testing will be scheduled to occur during normal work hours and do not require additional oversight.
The estimate of additional labor hours necessary to cover 24/5 construction activities is based on the
attached summary.
Professional and support services
TOTAL COST ESTIMATE
$52,217.00
$52,217.00
This proposal was prepared based on the information provided to date and our understanding of the
project. If you feel that we have omitted anything or have not clearly defined the anticipated scope of
work, we will gladly review additional information, and modify the scope and associated costs accordingly.
jlageosciences.com
JLA Geosciences, Inc.
Proposal to Nick Black, P.E., KHA
July 29, 2024
Page 2 of 2
Thank you for the opportunity and we look forward to working with you. If you have any questions, please
call me.
Sincerely,
JLA Geosciences, Inc.
m L. n rsen, P.G
rogoloPr' cipal Hydegis
t
J LA:rks
Encls.: Hydrogeologic Services Est UFA S1R 24 hr Construction Testing_rev.xlsx
jlageosciences.com
Hydrogeologic Services Estimate
PROJECT: Upper Floridan Aquifer Well S-111, Well Design, Bidding, Construction & Testing - 24 Hr Drilling Update SHEET 1 OF 1
CLIENT: Kimley-Horn/Indian River County FILE NO.
ESTIMATOR: Jon Friedrichs, P.G., JLA Geosciences DATE: 07/29/24
JLA Geosciences, Inc.
DESCRIPTION:
Provide hydrogeologic services for the well design,
construction phase services, and well completion reporting
for one 1 U Prot
( ) Upper Floridan Aquifer Production Well (S-4). Manager-
Pres
Prin Sr. Sr.
Hydro Hydro III Hydro I
Hydro
II
MAN HOURS/EXPENSES
Hydro Tech. ODC/
I Admin. Subcontr.
Equipment
Costs/
Mileage
LINE TOTAL
TASK TOTAL
NO. TASK
4.0 Upper Floridan Aquifer Well Construction
$52,217
Drill pilot hole to penetrate Floridan aquifer; geophysical
logging pilot borehole
(6 Days)
4
42
42
$332
$12,857.70
Caliper Log, Install and grout PVC well casing (7 Days)
6
57
57
$199
$17,386.02
Reverse air drill to total depth, water quality sampling,
flow testing, geophysical logging pilot borehole (9 Days)
9
70
70
$332
$21,973.70
TOTAL HOURS
19
169
169
862
52217
LABOR ($/HOUR) 249
328 214 162
139
128 92
TOTALS1
6232
23491 21632
$862.42
$52,2171
$52,2171
Hydrogeological &a Est UFA St ConstruclionTesting_24 hr rev2.xIm 7/2912024