Loading...
HomeMy WebLinkAbout2015-193' 11 AMENDMENT NUMBER 1 WORK ORDER NUMBER 12 South County Water Treatment Plant Well No. 7 This Amendment 1 to Work Order Number 12 is entered into as of this 6thday of Octobei 201 5 pursuant to that certain Continuing Contract Agreement for Professional Services, dated December 6, 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 CDM Smith, Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 12, Effective Date 07/01/2014. 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 B (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: CDM Smith, Inc By: Title: Vice President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY G°uhl T.... BCC Approved Date: October 6, 2015 •• Sco ✓;•, OP. Attest: Jeffrey R. Smith, Clerk f Court and Co By: Approved: Approved as to form and legal sufficiency: r ty er seph AI, Baird, ounty Administrator an T. Reingold, County Attorney Smok 1701 Highway A1A, Suite 301 Vero Beach, Florida 32963 tel: 772 231-4301 September 28, 2015 Mr. Vincent Burke, P.E. Director of Utility Services Indian River County 1801 27th Street, Building A Vero Beach, Florida 32960 Subject: Work Order No. 12 — Amendment No. 1 South County Water Treatment Plant Well No. 7 Final Design, Permitting and Bidding Services Dear Mr. Burke: On July 1, 2014, the Indian River County (County) Board of County Commissioners (BOCC) authorized the subject Work Order for CDM Smith to complete the design of a new production well at the South County Water Treatment Plant to provide for operational flexibility of the wellfield. Since originally beginning this project (under separate cover) in 2009, the County has now shifted from the Central District to the Southeast District of the Florida Department of Environmental Protection (FDEP). As such, FDEP is now requesting that the well location be shifted to allow easier access for compliance inspections. This request from FDEP came after CDM Smith completed the 100 percent bid documents for the project. Therefore, additional services are required to complete the relocation, redesign the electrical feed to the well and complete the permitting services associated with the changes. Transmitted herewith are 3 copies of Amendment No. 1 to Work Order No. 12 to complete these additional activities. Sincerely, 4g, Irma - Jill T. Grimaldi, BCES Principal Scientist CDM Smith Inc. File: 105001.02.01 cc: Arjuna Weragoda, County Eric Grotke, CDM Smith O RL0191-Lt r-29sep2015 0 EXHIBIT A SCOPE OF WORK INDIAN RIVER COUNTY SOUTH COUNTY WATER TREATMENT PLANT FINAL DESIGN, PERMITTING AND BIDDING SERVICES FOR PROPOSED WELL NO. 7 AMENDMENT NO. 1 This Authorization, when executed, shall be incorporated in and become part of the Contract for Consulting/Professional Services between the Indian River County (County), and CDM Smith Inc. (Consultant), dated December 6, 2011 hereafter referred to as the Contract. BACKGROUND The County owns and operates the South County Water Treatment Plant (WTP) which currently operates with six existing Upper Floridan Aquifer (UFA) production wells. The existing Consumptive Use Permit (CUP) for the South County WTP also includes a future permitted seventh well that has not yet been constructed. In August 2009, the Board of County Commissioners approved a Work Order for the Consultant to design, permit and provide services during construction of the proposed well and raw water pipeline. After reaching the 100 percent design level (minus the County's front-end documents), staff decided to put the project on hold and not construct the well. The County now wishes to finalize design, complete the bid package and finalize permitting of the proposed well at the South County WTP. In July 2014, the County authorized Work Order No. 12 for the Consultant to complete the design and permitting activities that begun in 2009, as well as to provide bidding services for the new well. Since the 2009 efforts, the County has shifted from the Central District FDEP to the Southeast District of FDEP. This change resulted in a change in permitting staff and the previously proposed well location became a topic of concern for the Southeast District staff. FDEP requested that the well be relocated out of the dry stormwater treatment area and onto higher ground to allow for ease of access during compliance inspections during or after storm events. This change requires that the 100 percent design plans for both the well/wellhead and the pipeline be updated to reflect the new location, as well as to provide a modified electrical design. The following is the scope of services to be provided under this authorization is amended as follows. SCOPE OF SERVICES Consultant will perform the following task services: Task 1.0 No changes. TASK 2.0 No changes. COORDINATION WITH FWS MEETING WITH SJRWIVID TASK 3.0 PREPARATION OF FINAL BID PACKAGE Subtask 3.1 Final Contract Documents CDM Smith will update the Wellhead and Pipeline plans to reflect the revised location of the well. Final plans will also include modifications to the electrical design to accommodate power being provided from A-1 Amendment No 1.doc a different location than previously considered. This task will include one discussion with FP&L to confirm the power feed assumptions. It is not anticipated that the specifications will require modification as a result of the relocation, however, the bid summary will be updated to reflect revised pipeline lengths. Subtask 3.2 No changes. Final Contract Document Submittal Subtask 3.3 Preparation of Probable Construction Cost The final construction cost estimate will not be revised to reflect the change in location. The primary cost change will be the overall reduction in transmission piping. TASK 4.0 WELL CONSTRUCTION PERMITTING Consultant to date has provided permitting services in excess of the originally budgeted effort due to the change in FDEP District and unanticipated requests for information resulting from the Southeast District preferences in well location. Amendment No. 1 will allow for recovery of additional costs to date, as well as provide for Consultant to complete the permitting task. This estimate is based on the assumption that County staff has contacted both FDEP and SJRWMD to gain concurrence from each regulatory agency on the proposed new well location. County staff has indicated that FDEP has conceptually agreed to the new location, pending resubmittal of the permit application, and that SJRWMD has also agreed to the new location from both a consumptive use permit and environmental resource permit (stormwater) perspective. No additional services are included herein for these efforts. TASK 5.0 No changes. BIDDING SERVICES TASK 6.0 PROJECT AND QUALITY MANAGEMENT Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with Consultant's standards and the County's expectations. Specific activities included are identified below: Subtask 6.1 Project Quality Management Amendment No. 1 increases the Project Management hours to account for extended project duration due to the well location discussions. Subtask 6.2 No changes. Project Status Reports OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES This authorization does not include: ■ Modifications to the groundwater model prepared by Post, Buckley, Schuh and Jernigan; ▪ Preparation and submittal of the SJRWMD well construction and well completion forms (to be completed by Contractor); • Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation (FDEP Permit form); A-2 Amendment No 1.doc o Design services associated with wellhead enclosures (not included per discussions with County staff); or e Services during construction COUNTY RESPONSIBILITIES The County will provide all reasonable data requested by the Consultant for the purpose of completing the aforementioned tasks. The County will also provide a timely review of all work products and all permit fees. Front-end documents to be used in the bid package will be provided by the County and shall be the most current version approved by the County Attorney's office. SCHEDULE Consultant will begin work immediately upon authorization of this Work Order. The following schedule is projected for this project: Bid Package - Completed within 10 working days of Notice to Proceed on Amendment 1. Permitting - Estimated complete within 30 days of application Bidding — Approximately 60 days upon advertisement COMPENSATION AND PAYMENT Compensation for the Scope of Services described herein shall be made on the basis of a lump sum fee. The lump sum fee for Tasks 1.0 through 6.0, inclusive, is amended to increase by $6,450, resulting in an amended lump sum fee of $49,900, as shown in Exhibit B. Consultant will invoice County on a monthly basis based on percent complete. A-3 Amendment No k.doc EXHIBIT B FEE SCHEDULE INDIAN RIVER COUNTY SOUTH COUNTY WATER TREATMENT PLANT FINAL DESIGN, PERMITTING AND BIDDING SERVICES FOR PROPOSED WELL NO. 7 AMENDMENT NO. 1 For invoicing purposes, a summary of fees by task is provided below. The Consultant will invoice the County monthly on a Lump Sum basis for costs incurred during the billing cycle. Task Description Original Authorization Amendment No. 1 Total Task 1.0 — Coordination with FWS $ 2,880 $ 0 $ 2,880 Task 2.0 — Meeting with SJRWMD $ 920 $ 0 $ 920 Task 3.0 — Prep of Final Bid Package $ 23,350 $ 4,130 $ 27,480 Task 4.0 — Well Construction Permitting $ 1,970 $ 1,450 $ 3,430 Task 5.0 — Bidding Services $ 5,540 $ 0 $ 0 Task 6.0 — Project Management and Quality Control $ 7,290 $ 870 $ 8,160 Subtotal $ 41,950 $ 6,450 $ 48,400 Other Direct Costs $ 1,500 $ 0 $ 1,500 TOTAL (Lump Sum) $ 43,450 $ 6,450 $ 49,900 B-1 jj1468.doc