Loading...
HomeMy WebLinkAbout2007-447 x� 5 St . Johns Myer Water Management District Kirby B. Green !II, Executive Director • David W. Fisk, Assistant Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178. 1429 • (386) 329-4500 On the Internet at www. sjrwmd. com. January 2, 2007 Honorable Gary Wheeler, Chairman Indian River County Board of County Commissioners 184025 th Street Vero Beach, FL 32960 Re : Indian River County water supply Dear Chairman Wheeler: Thank you for the opportunity to participate in your December 6, 2006, water supply workshop . I realize that you are facing significant issues concerning growth and the development of adequate water supplies to support that growth. I appreciate the attention the Indian River County Board of County Commissioners is giving to these issues. The District staff has had follow-up discussions with the Commission' s staff and consultants and, as a result, believes that the following ' clarification of some of the issues discussed during the workshop would be helpful to the Commission and its staff. 2013 Floridan aquifer sustainability limit The District has concluded that groundwater resources in Indian River County can sustain continued development through 2025 as proposed at the time of preparation of the 2003 District Water Supply Assessment. This is not the case for the Floridan aquifer in the central Florida area to the north of Lydian River County. In the central Florida area, the Floridan aquifer is rapidly approaching its sustainable limit and is expected to reach that limit before 2025. The three water management districts that have jurisdiction in the area, which is referred to as the Central Florida Coordination Area, have agreed to proceed with rule changes that generally provide for no additional groundwater withdrawals beyond 2013 . The District is currently preparing its 2008 District Water Supply Assessment, which will ' address proposed water use through 2030. This assessment will be based on updated population projections and on a new regional groundwater flow model. Therefore, it should better address the current growth that is occurring in Indian River and surrounding counties and the impacts of ' this growth on groundwater resources . If the 2008 assessment indicates that the Floridan aquifer cannot sustain proposed withdrawals through 2030, the area will be identified as a priority water resource caution area and will become a focus of the next District Water Supply Plan . ' GOVERNING BOARD David G. Graham, :;HAIRMAN John G . $C'NlEekl, 'I = LRA.IR?,M1AN Ann T .Moore, SECRETAx Duane L. Ouenstro& iREASU%ER ACKSONVILLE 0a nw EUM-a JACKSCW'L-E R. Clay Albright Susan N. Hughes William W. Kerr Ometrias D. Long W. Leonard Wood CCA P0117EVEDPA MF.RCURNE 9E CN An KA FEPNANCINA3E CF. Groundwater models ' The District has historically relied on the use of a local-scale groundwater model to evaluate potential impacts of groundwater withdrawals at Indian River County's public supply wellfrelds. Honorable, Gary Wheeler, Chairman January 2, 2007 Page Two ' This model, which was prepared by Dr. David Toth, a District staff member, was mentioned at the workshop. This model, although useful for evaluations of the impacts of groundwater withdrawals from the wellfields, has limited usefulness for evaluating the impacts of withdrawals throughout Indian River County and surrounding areas. A new model that is designed for evaluations of withdrawals throughout the larger area is in preparation and is scheduled to be ready for use in late spring 2007. Hydrologic information included in the local-scale model will be considered during preparation of the regional-scale model. The District anticipates the use of the regional-scale model in the 2008 District Water Supply Assessment. Increased withdrawals at the south water treatment :plant wellfield The County' s current consumptive use permit for withdrawals from the County' s south water treatment plant wellfield is limited in quantity because of concerns that withdrawals from this wellfield could cause water levels in wells used for citrusurrigation in St. Lucie County in the South Florida Water Management District (SFWMD) to decline such that flows of water to support existing uses would reduced by 10% or more. Until recently, SFWMD would not allow the placement of pumps on irrigation wells in St. Lucie County. Therefore, the projected water level declines of about one foot, which were associated with previously proposed increased withdrawals from the Floridan aquifer at the County ' s south water treatment well field, would have resulted in a significant reduction of the natural flow of water from wells that are used as a source for citrus irrigation. Recent changes in SFWMD permitting procedures may allow for increased withdrawals from the wellfield. The District recommends that the County staff meet with District staff at the Palm Bay Service Center to discuss the possibility of amending the current permit to provide for increased groundwater withdrawals at the south wellfield. District staff can coordinate with SFWMD staff as necessary concerning this matter. Withdrawals from the north water treatment plant wellfield The District appreciates the concern the County has shown for the potential impacts of increased groundwater withdrawals at the County's north water treatment plant wellfield. In order to address these concerns and be in a position to provide additional supplies should the development of alternative sources not be able to keep pace with growth, the District suggests that the County investigate the feasibility of installing six new wells instead of three. These six wells could be spaced further apart than currently planned and could be outfitted with lower capacity pumps. This would allow for the same production capacity but would reduce potential water level and water quality impacts. These wells could be constructed with 16 inch casing, which would allow for the installation of larger capacity pumps in the future should the potential interference issues be resolved. I County-level water supply planning ' The District commends the County for its water supply planning effort and recommends that the County coordinate a meeting between the County, the District, and other local governments in the County to discuss water supply planning on a county-level scale. This could allow for a more thorough evaluation of the potential impacts of water supply development and available water supplies. If the County decides to move forward with the development of alternative water ' supplies, these other local governments may be interested in partnering in project development. Representation on the District Governing Board ' Several speakers at the workshop expressed concern that the District Governing Board is not attentive enough to the needs and concerns of Indian River County. At least one speaker suggested that a solution to this concern would be the appointment of an Indian River County resident to the Governing Board. The District Governing Board and its staff always work to be responsive to the needs of its citizens and particularly local governments. Two Governing Board ' members, Bill Kerr, who resides in Brevard County, and John Sowinski, who resides in Orange County, are appointed from areas that include portions of Indian River County. Both of these Governing Board members are very concerned about the needs of the areas from which they are appointed as well as concerned about the needs of the district as a whole. ' I hope you find these clarifications useful. I am available,to meet with you again to discuss these and other matters that may concern you. ' Sincerely, Kirbyreen I Executive hector Cc: Sandra Bowden, Vice Chairman ' Wesley Davis, Commissioner Peter O'Bryan, Commissioner Joseph Flescher, Commissioner Joseph Baird, County Administrator Erik Olson, Director of Utility Services AMENDMENT NUMBER 2 TO WORK ORDER NUMBER 2 This Amendment Number 2 to Work Order Number 2 (bmendment) is entered into as of the a 7 day of N 0f , 2007, (effective Datd) pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004, and amended effective April 7 , 2007 (as so amended, the"Agreement), by and between Indian River County, a political subdivision of the State of Florida, (COUNTY), and Post, Buckley, Schuh, & Jernigan, (PBS&J), the CONSULTANT. 1 . The County has selected the Consultant to perform the professional services set forth in existing Work Order Number , Effective Date "1 - Z, ( - 2. 004, . 2 . The County and the Consultant desire to amend this Work Order as set forth on Exhibit 1 attached to this Amendment and made a part hereof by this reference . The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 1 and within the timeframe more particularly set forth in Exhibit 1 , 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 Amendment to Work Order as of the date first written above . CONSULTANT: BOARD OF COUNTY COMMISSIONERS PBS&J OF INDIAN RIVER COUNTY By: By . p� Kim S Cee er, PE Chairman Title : Project Manager BCCAPprovedDate: December 18 , 2007 Date : // A7 U Attest RR J+K Barton , Clerk of Court Deputy Clerk ' Approved: By: Q _ J �p4ph A. Baird, County Administrator Al proved as to Form & l,4egal Sufficiency : B a n E. Fe ssist County Attorney CAIJbwiX�Environmemal INDIAN_RIVER_C0VRC_W WW2004` W002_CUP Wells10I ProWsalsl IA Proposals') newwells SOW.AliacAmnn 1112WZdac Lan Rcvis W I P17207 7 17 AM 1 EXHIBIT ONE INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES NORTH WATER TREATMENT FACILITY PERMITTING AND INSTALLATION OF THREE NEW PRODUCTION WELLS SCOPE OF SERVICES I. PROJECT DESCRIPTION Indian River County (IRC) has an application pending with the Saint Johns River Water Management District (SJRWMD) to modify Consumptive Use Permit No. 10524 to withdraw 14.23 million gallons per day (MGD) of groundwater for public supply use from their Hobart Park (North) and Oslo (South) Water Treatment Plants (WTP) and install three additional production wells at the North WTP. In order to reduce local drawdown impacts and provide sufficient production capacity if needed for future growth, IRC is now proposing to add three additional production wells at the North WTP for a total of six new production wells with no increase in the proposed withdrawal quantities. . PBS&J will provide services to amend the pending CUP application to include the three new production wells, and services needed to complete the installation of the production wells including design, bidding assistance, construction administration and oversight, and reporting. 11. SCOPE OF SERVICES The specific services and tasks to be provided by PBS&J are described as follows: Task 1 — Consumptive Use Permit Modification Application Task 1 . 1 — Withdrawal Impact Analysis The IRC groundwater flow and fate and transport model (the "model") previously constructed by PBS&J in March 2007 , will be used as is, but updated by adding the three new supply wells at the North Wellfield in order to evaluate the impacts from redistributing the proposed withdrawal quantity among the three existing and six new production wells. PBS&J will also run the model, analyzing the six new northern wells at full capacity. The updated model will be used to develop recommended withdrawal quantities and locations for the three new supply wells for minimizing impacts, as needed. The model will also be used to determine the effect of converting the standby well at the South Wellfield to a production well . As part of this task, PBS&J will identify additional well sites near the existing North Wellfield that are on County property, do not conflict with future plans from other County departments and have been evaluated for minimal environmental impacts (such as gopher tortoises and scrub jays .) The environmental impacts will require site visits by PBS&J enwonmental staff. These additional sites will be used within the model and if adverse impacts are determined, additional well sites will be identified . For the purposes of this task, it is assumed that up to five sites will be identified for use within the model . The existing Technical Memorandum prepared by PBS&J in March 2007 will be revised and updated to address evaluation of potential impacts on other existing users, off-site land uses, water resources, or environmental features from redistributing the proposed groundwater withdrawal quantity among the six new North wellfield production wells. C'AF,I , /X. EnvironmcnUINDIA\_RIVER_CUIRC_W WW2004,WQ02_CUP-Wells\01 Pmposals`dA_Propasals`J new wells SOWAttachment 1112607.doc Last Revised 11/262007 1 28 PM 2 Task 1 .2 — Prepare CUP Application Amendment PBS &J will prepare the information to amend the existing CUP application to include the three new production wells with assistance from the County. The necessary data and information regarding the three additional wells and the results of the updated modeling efforts will be submitted as part of the response to the Request for Additional Information in order to effect the amendment of the application. This scope of services does not include services for responding to requests for additional information from the SJRWMD. Task 2 — Well Design and Construction Task 2. 1 — Well Design PBS&J will revise the current set of technical specifications that were used in the contract document for bidding the three new production wells in the North wellfield included in the CUP application . The specifications will address the materials to be used, estimate quantities , general drilling method, reporting requirements, and hydrogeologic testing program to be completed during construction of the three supply wells. Specifications will be prepared in a suitable format for solicitation of bids from qualified contractors. It is assumed that the technical specifications that were used for the first three new wells are largely sufficient for the proposed additional three wells . A draft copy of the technical specifications and Bid Tabulation sheet will be provided to the County for review and comment. PBS&J will provide to the County, one final hard copy and one electronic copy, in Microsoft Word and Excel. The County will provide front-end documents to complete the bid package . Task 2 .2 — Bidding Assistance PBS&J will assemble, print and distribute bid sets . PBS&J will provide an estimate of the probable cost of well construction and will assist the County in the selection of the best-qualified contractor. PBS&J will attend one pre-bid meeting and provide answers to technical questions posed. Up to one Addendum will be prepared. PBS&J will review bid submittals for completeness and compliance with the bidding instructions and contract requirements and will make a recommendation for award, to the County. Task 2 .3 — Construction Administration PBS&J shall provide administrative services during the construction and testing of the three production wells . These services shall include schedule coordination with the Drilling Contractor, maintaining a daily log of well construction and testing activities, recording materials used during construction, recording and approving Contractor submittals, and review of Contractor pay requests. PBS&J will provide the County a weekly project summary report via electronic mail during construction that details daily construction and testing activities . Task 2.4 — Hydrogeologic Services For each of the three wells, day to day well construction observation through installation of the final casing will be performed by the County. PBS&J will develop well construction specifications with this understanding to minimize the need for hydrogeologic observation by the Engineer. For each of the three wells, after the final casing has been installed to an estimated depth of 360 feet, PBS&J will CAF'bw/X aEnvimnmenla]INDIAN RIVER_COAIRC_W WW2004',W002_CUP-Wells'L I_PmpasalsV lA Proposals\3 new wells SOWAttnchment l II1607Joe Lnm Revised 1126,'2007 1 28 PM 3 provide on-site observation and hydrogeologic services during drilling and testing of the wells ' open hole sections to an estimated depth of 700 feet. Data will be collected for identifying completion depths that will provide an optimal balance between maximizing well efficiency (reducing drawdown) and water quality. PBS&J' s hydrogeologic services, with assistance from the Contractor, will include sampling and describing the lithology of the drill cuttings, monitoring the specific conductivity of the discharge water, and conducting drill rod specific capacity test at every drill rod change. In addition, PBS&J will observe and evaluate the final geophysical logging event and 8-hour step drawdown test at each well, which will be specified to be performed by the Contractor Task 2 .5 — Well Completion Memorandums PBS&J will prepareseparateTechnical Memorandum (TM) which will detail the chronology of construction activities , document materials used, provide record drawings of each production well, describe the geology encountered, and provide results of the hydrogeologic testing. A draft copy of the each TM and record drawings will be provided for County review and comment. Four final copies of each TM will be provided to the County. Task 3 — Well Outfittine and Raw Water Line Design PBS&J will provide design services for outfitting each new off-site well with suitable pump, piping, valves, controls, and enclosures. PBS&J will prepare the contract documents in support of this construction effort as detailed in the following tasks. For budgeting purposes, it is assumed that the three new wells will be incorporated into one set of design contract documents for bidding (one construction contract) . For budgeting purposes, the following is a list of anticipated construction plans to be included in this final design effort: G- 1 Cover Sheet G-2 North WTF Well Field Piping Plan S - 1 Structural Notes and Abbreviations (largely the same as the design completed for the current three wells under construction) S -2 Typical Well Enclosure Structural Plans, Sections and Details (largely the same as the design completed for the current three wells under construction) S-3 Miscellaneous Structural Sections and Details (largely the same as the design completed for the current three wells under construction) M- 1 Typical Supply Well Pump and Piping, Sections and Details (largely the same as the design completed for the current three wells under construction) M-2 Miscellaneous Mechanical Sections and Details E- 1 North WTF Well Field Electrical Site Plan E-2 North WTF Well Field Wells 7 and 9 Electrical Site Plan E-3 Typical Well Enclosure Electrical Plan and Details E4 Miscellaneous Electrical Schedules and Details I- 1 Typical Supply Well Control Panel Wiring Diagram (largely the same as the design completed for the current three wells under construction) 1-2 Typical Supply Well Control Panel Wiring Diagram (largely the same as the design completed for the current three wells under construction) CAF1bw/X9.Fnvicnmenta]INDIAI;_RIVLR_COVRC_W WW2006\WO02_CUP-Wall;'.01_Propusuls\ I A_Proq/ als\l new wells s0\4\Attachnwnt 1 ] 12607 doc "t Revised 11!26.2007 1 28 PM 4 Task 3. 1 - Construction Plans — General Location and RW Piping PBS&J will prepare construction plan sheets for the addition of the three new wells showing well locations, raw water piping and connections to existing well piping to the plants, and new access easements and/or roadways to the new wells. Task 3.2 - Construction Plans — Well Enclosures PBS &J will prepare construction plan sheets for the new enclosures around the three new wells. Enclosures will be concrete block construction with seamless metal roofs. Enclosures will house the entire well head assembly up to and including the flow meter and all control valves. Access to the pump and motor will be through an overhead door on the side of the enclosure and through a roof- mounted access hatch. Electrical power and control systems will be located inside each enclosure. These plans will rely significantly on the existing design being completed for the current three wells. Task 3.3 - Construction Plans — Mechanical Piping PBS&J will prepare construction plan sheets for the installation of the well pump, motor, piping, valves, and fittings. Design will be similar to existing wells, providing an automatic means to blowoff initial well volumes, allow air to escape during well start, and allow vacuum to be relieved during well shutdown. Well head piping will be above ground and include a flow meter for each well . These plans will rely significantly on the existing design being completed for the current three wells . Task 3.4 - Construction Plans — Electrical and Instrumentation PBS&J will prepare construction plan sheets for providing electrical power to each new well site and allow remote control and operation of the new wells from its associated treatment plant. Power is expected to be separately supplied and metered to each site . Emergency power for well 8 will be delivered from the North Water Plant. Emergency power to wells 7 and 9 will be through plug-in receptacles from portable generation equipment already owned by the County. Control will be through additions to the plants ' existing telemetry system. Control specifications will include software modifications to the plant control system. These plans will rely significantly on the existing design being completed for the current three wells . Task 3.5 - Specifications PBS&J will prepare technical specifications related to the project and will incorporate County standard "front-end" (Division 0- 1 ) specifications. These specifications will rely significantly on the existing design being completed for the current three wells. Task 3 .6 - Cost Estimating PBS&J will prepare estimates of probable construction cost to be submitted with the 60%, 90% and bid documents . Task 3.7 - County Reviews PBS&J will submit up to 5 sets of progress contract documents at approximately the 60% and 90% levels of completion. PBS&J will attend a single review meeting with IRC staff for each progress CAF%wix �Envitonntemal INDIAN_RIV CR_COU RC W WW20UC"002_CURWells'dll_Propwals\IA_PioNsalsJ new wells SOMAltachment 111260].doc L st Revised 11262007 1 28 PM 5 milestone. IRC staff will provide PBS&J a single set of written review comments prior to each review meeting. Task 4 - Geotechnical Evaluation The scope of the work will include drilling Standard Penetration Test (SPT) borings in general accordance with ASTtUI D 1586 with one boring for each new well site. A geotechnical report will be developed to make recommendations for design of the new enclosures . Task 5 - Permitting PBS&J will prepare and submit construction permit applications for the North WTF' s addition of the new wells . PBS&J will respond to up to one request for additional information. PBS&J will prepare one permit application on behalf of IRC staff for a County building permit for the additional well enclosures. PBS&J will respond to up to one request for additional information. Task 6 - Bidding Phase Services for Well Outfitting and Piping Task 6. 1 - Document Distribution and Pre-Bid Meeting PBS&J will make up to thirty (30) copies of the final bid documents and deliver same to IRC staff for County use and as requested from bidders. IRC staff will distribute these documents to bidders. PBS&J will attend the pre-bid conference to assist IRC staff in answering potential bidder questions. Task 6.2 - Addenda Preparation It has been assumed that the bidding period (from issuance of invitation for bid to bid opening) will be thirty (30) calendar days. During the bidding period, PBS &J will receive bidders ' written questions from IRC staff, and prepare an addendum for distribution by IRC staff. For the purposes of budgeting this task, one addendum is assumed to be required. Task 7 - Construction Services for Well Outfitting and Piping Once authorized by IRC staff, PBS&J will proceed with the construction phase services described below by specific tasks. It is anticipated that the construction period will not exceed 8 months. The County will provide on-site observation services during construction and PBS&J is entitled to rely on such services without their own independent review. PBS &J shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the work, and shall not be responsible for the County or Contractor(s) failure to carry out the work in accordance with the Plans and Specifications . Task 7. 1 - Construction Administration PBS&J will participate in construction administration activities such as telephone conversations, communication with key project personnel, etc ., up to the budget limit of 60 hours. CAF/bw,'Xv.EmimnmentaHNDI AS_R IV ER_Ca1RC W W\V2C04A 1V002_CUP-We]Ls101_Pmpasals'JA,Pcoposals'd new wells SOWAuachment l IiZbO.doc Lon Revered I1!20/2U07 128 PM 6 Task 7.2 - Shop Drawing Review PBS&J shall review shop drawings, up to two times per submittal , for general conformance with the Plans and Specifications up to a maximum of 80 hours. Task 7.3 - Interpretations and Clarifications PBS&J shall provide clarifications and interpretations of the Plans and Specifications as requested up to a budget limit of 40 hours, including preparation of up to one change order. Task 7.4 - Periodic Site Visits PBS&J shall visit the project site at intervals appropriate to the various stages of construction, as the Engineer deems necessary to observe the progress and quality of the construction and its general conformance with the Contract Documents . This includes a site visit at the point of substantial completion for the purposes of assisting in final punch list preparation. A budget limit of 60 hours has been included for this task. Task 7.5 - Construction Meetings PBS&J will attend up to 4 monthly construction progress meetings . Task 7.6 - Record Drawings PBS&J shall prepare one reproducible set of record drawings for the County based solely on information provided by the Contractor. Task 7.7 - Start Up, Testing and Training Assistance PBS&J will provide assistance to IRC staff in the start up, testing and training of the constructed facilities as requested by IRC staff up to a budget limit of 24 hours . III. SCHEDULE Task 1 — Consumptive Use Permit Modification Application The hydrogeological and engineering services for the project as described in Task 1 will be completed within 90 days of receipt of the Engineer's Notice to Proceed and County approval of the proposed boring locations . It is assumed that the NTP will allow adequate time to allow submittal of the modification before the November 2007 deadline . Task 2 — Well Design and Drilling The hydrogeological and engineering services for the project as described in Task 2 for the well design will be completed within 60 days after successfully obtaining the CUP modification approval from the water management district. The hydrogeological and engineering services for the project as described in Task 2 for the well bid phase and development will begin after completion of the well design and as authorized by the CAFPo /X.Tnynonmenlak]N DIAV RIVER_COAIRC_A4 WW2004�W002_(CUPPWellsV01_PmwsalsVIA_PmpcsalsO new wells SOWlAvochmen1111260].doe Last Revised 11/26/2007 128 PM 7 County. PBS&J will coordinate schedule of their activities to correspond with the County' s bid schedule and subsequently with the successful bidder' s proposed schedule. Task 3 — Well Outfitting and Raw Water Line Design The 60% contract documents and associated estimate of probable construction cost willbe completed within 90 days of Notice to Proceed and receipt of all requested information from IRC staff. The 90% contract documents and associated estimate ofprobable construction cost will be completed within 60 days of receipt of written County comments on the 60% design . The bid documents and associated estimate of probable construction cost will be completed within 45 days of receipt of written County comments on the 90% design documents. Task 4 - Geotechnical Evaluation The geotechnical services for the proj ect as described in Task 4 will be completed within 60 days of receipt of the Engineer's Notice to Proceed and County approval of the proposed boring locations. Task 5 — Permitting PBS&J' s permitting services will be completed concurrent with the completion of final design bid documents described in Task 2 . Task 6 - Bidding Phase Services PBS&J' S bidding phase services will be completed concurrent with the County' s project bidding period . Task 7 - Construction Phase Services Construction Administration, Shop Drawing Submittal Reviews, Periodic Site Visits, Materials Testing, and Interpretations and Clarifications: Construction Administration, Shop Drawing Submittal Reviews, Periodic Site Visits, Materials Testing, and Interpretations or Clarifications of the Plans and Specifications will be completed concurrently with the Contractor ' s construction effort. The construction shall be initiated within 90 days of design completion and shall not exceed an 8 -month construction period. Record Drawings : Record Drawings shall be completed within 45 days of receipt of the complete as- built drawings from the Contractor. IV. COMPENSATION Compensation for the engineering services described above shall be on a time charge basis, in accordance with Exhibit `B", for a not-to-exceed fee of $ 157, 850 . V. SERVICES TO BE PROVIDED BY THE COUNTY To support PBS&J ' s efforts in this project, the County agrees to provide the following services : CAF'bw,X \Environmen[al\1NDI AN_R IV ER_COVRC_W W W2004`.W002_CCP-Wells\01 Proposals\I A_ProNsals3 new wells SOWWt=I men( 1 11 '--602 doc Lsst Revised 11 ,2N20071 28 PM 8 • Furnish files, drawings, previous reports, records of construction, underground utility locations, operation and maintenance data, topographic information, permits, pertinent correspondence, and any other information necessary to prosecute the work described herein. • Provide timely advice and guidance regarding County policies and technical preferences. Provide timely comments and review of information provided. The County agrees to assist in completing this project in accordance with the proposed schedule . • Provide suitable digital files of site plans, topography, and record drawings for the Central WWTF and RSF such that supplemental survey services are not required . • Resolve all internal variance in opinion regarding technical preferences or guidance prior to directing PBS&J. • Provide all labor, equipment, materials, etc. needed to complete the items to be self performed by IRC staff. • Conduct construction inspection services. CAF/W/X Tmnonmenta6lN DIAN_RIVE R_COVRC_W WW2004\WO02_CUP-Wells'DI PropesaNs IA_Propwals' 3 new wells SOW�Attachmen[ I ] 12607 Joe Last RevEed 1126/2009 1 29 PM 9 POST, BUCKLEY, SCHUH, & JERNIGAN, INC. - ATTACHMENT 2 - Table t Client: Indian River County Utility Services Activity. Water System Design and Construction Services File: Project: North WTP Supply Wells Project No. Phase: Project Summary Date of Estimate: 15-Sep-07 Multipliers: Labor: By Contract Expen : 1 .00 - LABOR COST DETAIL, Task 1 Task 2 Tasks 3 Task 4 Task 5 Task 6 Task 7 TOTAL HOURLY TOTAL CATEGORY WMDI Permit Well Dev. Design Geotech FDEP Permit Bid Phase Construction HOURS RATE LABOR Principal Engineer E17 0 0 2 0 0 0 0 2 $236 $472 Sr. Engineer IV E16 5 12 7 0 0 0 4 28 $218 $6, 104 Sr. Engineer III E15 4 0 47 4 16 4 168 243 $152 $36,936 Sr. Electrical En E14 0 0 26 0 0 0 0 26 $ 131 $3,406 Sr. HVAC En . E14 38 0 6 0 0 0 0 44 $ 131 $5,764 Sr. Structural Eng. E12 0 0 7 0 0 0 0 7 $ 105 $735 Sr. H dro eolo ist E12 88 167 0 0 0 0 0 255 $ 105 $26,775 En ineerll E11/Scientistll 16 0 42 0 8 12 156 234 $93 $21 ,762 H dro eolo ist E10 48 377 0 0 0 0 0 425 $75 $31 ,875 GIS Technician N9 32 32 51 0 0 0 16 131 $65 $8,515 Sr. Secretary N8 16 44 10 4 4 2 24 104 $58 $6,032 TOTAL HOURS i 2471 632 198 8 28 18 368 01 01 oi 1499 TOTAL LABOR COST $24,012 $53,058 $21 ,870 $840 $3,408 $ 1 ,840 $43,348 $0 $0 $0 1 $ 148,376 DIRECT COST SUMMARY ITEM TOTAL Transportation $0 $0 $200 $0 $0 $65 $350 $615 Computer/Software Upgrade $0 $0 $0 $0 $0 $0 $0 $0 Com uter/CADD $0 $0 $0 $0 $0 $0 $ 150 $ 150 Telephone/Courier/Postage $0 $360 $250 $25 $45 $35 $ 175 $ggp Printin /Re ro ra n $360 $0 $270 $35 $47 $30 $277 $1 ,019 Geotechnical Subcoontrtractor $0 $0 $0 $4,000 $0 $0 $0 $4 ,000 Water Quality Analysis $0 $0 $0 $0 $0 $0 $0 $0 H droe olo is Testing $0 $2,800 $0 $0 $0 $0 $0 $2,800 $0 $0 $0 DIRECT WASE( $360.:: $3, 160;. $720 . $4 fl60 $92 $130 $952 $0 $0 $13 TOTAL DIRECT COSTS $9.474 TOTAL $Ti'ASK $24,372': $56.218- $22,$90 $4940 ; $3500 131970 $A4300 $4 $0 '$9 To7AC FEE -- $t57r85f1f POST, BUCKLEY, SCHUH, & JERNIGAN, INC. Client: Indian River County Utility Services Activity: Water System Design and Construction Services File: Project: North WTP Supply Wells Project No. Phase: Well Permitting Date of Estimate: 29-Aug-07 Multipliers: Labor: By Contract Expen: 1 .00 LABOR COST DETAIL Task 1 .1 Task 1 .1 Task 1 .2 TOTAL HOURLY TOTAL CATEGORY Well Siting Impact Anal. Prepare App. HOURS RATE LABOR Principal Engineer E17 V38 $ 131 .00 00 $0 Sr. Engineer IV E16 3 2 00 $ 1 ,090 Sr. Engineer If E15 4 00 $608 Sr. Electrical Eng. E14 00 $0 Sr. HVAC En . E14 8 30 00 $4,978 Sr. Structural En . E1200 $0 Sr. H dro eolo ist E12 8 70 10 00 $9,240 E11/ScientistII 16 00 $1 ,488 H dro eolo ist E10 16 32 .00 $3,600 GIS Technician N9 8 8 16 32 $65.00 1 $2,080 Sr. Secretary N8 412 16 $58.00 $928 TOTAL HOURS 52 0 125 0 0 70 0 0 0 0 247 TOTAL LABOR COST $4,656 $0 $12 ,204 $0 $0 $7, 152 $0 $0 $0 $o I $24,012 DIRECT COST SUMMARY ITEM TOTAL Transportation Computer/Software Upgrade $0 $0 Com uter/CADD $0 Telephone/Courier/Postage $0 Printing/Reprographics $360 $360 Geotechnical Subcontractor $0 Water Quality Analysis $0 $0 $0 $0 $0 DIREC'Y: $fCASK $oi: $¢ , $0 $0 $¢ $360 $¢ $a -77W j$¢ TOTAL DIRECT COSTS $36T dTAL WASK $4.656 $¢ . . $ 1F,204 $0 $9 $7512 $0 $¢ $q gq TOrAL eEs = $24,372 POST, BUCKLEY, SCHUH, 8& JERNIGAN, INC. Client: Indian River County Utility Services Activity: Water System Design and Construction Services File: Project: North WTP Supply Wells Project No. Phase: Well Design and Development Date of Estimate: 29-Aug-07 Multipliers: Labor: By Contract Expen: 1 .00 - LABOR COST DETAIL Task 2.1 Task 2.2 Task 2.3 Task 2.4 Task 2.5 TOTAL HOURLY TOTAL CATEGORY Well Design Bid Phase Const. Mgmt. Hydrogeo. Well Comp. HOURS RATE LABOR Principal Engineer E17 0 $236.00 $0 Sr. Engineer IV E16 2 4 6 12 $218.00 $2,616 Sr. Engineer III E15 0 $152.00 $0 Sr. Electrical Eng. E14 0 $ 131 .00 $0 Sr. HVAC Eng. E14 0 $ 131 .00 $0 Sr. Structural En E12 0 $105.00 $0 Sr. H dro eolo ist E12 15 32 50 50 20 167 $105.00 $17,5$0 En ineer II Ell/Scientist II 0 $93.00 $0 35 H dro Bolo ist E10 8 8 32 320 9 377 J) 00 $28,275 GIS Technician N9 8 24 32 $2,080Sr. Secreta N8 4 20 4 4E$5 12 44 $2,552 TOTAL HOURS 37 60 86 37871 0 0 0 0 0 632 TOTAL LABOR COST $2,763 $4 520 $5,482 $30,35464 $0 $0 $0 $0 $0 $53,058 DIRECT COST 8Ui41MARY ITEM TOTAL Transportation $0 Computer/Software Up rade $0 Com uter/CADD 0 Tele hone/Courier/Posta e $360 $3$$0 Printing/Reprographics $0 Geotechnical Subcontractor $0 Water Quality Analysis H droe olo is Testing0 $2,800 $2,8$$0 $0 $0 $0 DIRECT: $fTASK $0 �:. $0 :: $0 $2800 $360 $0 $0 $0 $0 ;$ti TOTAL a1RECT' COSTS $3,ifi0 OTAL $ITA5K $2,763 $4,5291 $$ 482 $33 154 ; $6 .024 $p $0 $0 $0 $0 To7Al EEm $56 218 POST, BUCKLEY, SCHUH, & JERNIGAN, INC. Client: Indian River County Utility Services Activity: Water System Design and Construction Services File: Project: North WiP Supply Wells Project No. Phase: Wellhead Pump, Enclosure, and Piping Design Date of Estimate: 29-Aug-07 Multipliers: Labor: By Contract Expen: 1 .00 LABOR CAST DETAI4 Task 3.1 Task 3.2 Task 3.3 Task 3.4 Task 3.5 Task 3.6 Task 3.7 Task 4 Task 5 TOTAL HOURLY TOTAL CATEGORY Gen. Dwgs. Struct. Dwgs. Mech. Owgs. Elect. Dwgs. Specs Cost Est. Reviews Geotech Permitting HOURS RATE LABOR Principal Engineer E17 0 0 2 0 0 0 0 0 0 2 $236.00 $472 Sr. En ineerlV E16 0 2 3 0 1 1 0 0 0 7 $218.00 $ 1 ,526 Sr. En ineerlll E15 3 4 6 24 2 3 5 4 16 67 $152.00 $ 10, 184 Sr. Electrical Eng. E14 0 0 0 24 2 0 0 0 0 26 $ 131 .00 $3,406 Sr. HVAC Erg . E14 0 4 0 0 2 0 0 0 0 6 $ 131 .00 $786 Sr. Structural Eng. E12 0 6 0 0 1 0 0 0 0 7 $ 105.00 $735 Sr. H dro eolo isl E12 0 0 0 0 0 0 0 0 00 $ 105.00 $0 En ineer II E11/Scientist II5 3 17 8 2 4 3 0 8 50 $93.00 $4,650 H dro eola ist E10 0 0 0 0 0 1 0 0 1 00 0 $75.00 $0 GIS Technician N9 4 6 17 24 0 o 0 0 0 51 $65.00 $3,315 Sr. Secreta N8 0 3 0 0 2 3 2 4 4 18 $58.00 $1 ,044 TOTAL HOURS 12 28 45 80 12 11 10 8 28 0 234 TOTAL LABOR COST $1 , 181 $3,041 $4,724 $9,096 1 $ 1 ,453 $1 ,220 $1 , 155 L $840 $3,408 $0 $26, 118 OIRII COST SUMMARY ITEM TOTAL Transportation $200 $200 Computer/Software Upgrade $0 Com uter/CADD $0 Tele hone/Courier/Posta e $25 $50 $25 $50 $50 $25 $25 $25 $45 $320 Printing/Reprographics $25 $25 $25 $25 $50 $20 $ 100 $35 $47 $352 Geotechnical Subcontractor $4,000 $4,000 Water QualityAnalysis $0 $0 $0 $0 $0 DIRT-CT: $tTASK $50 $75 : $50 $75 $10fl $92 : $fl fTotAL DIRECT CGSTS $4,872 OTAL vTASK $3 .x'31 .: $3, 116 $4,774 $9171 ; $1 ,553 $'LZ65 $i 480 $4900 $350D $0 T©TAL FeE;= 11 $30,83p `: POST, BUCKLEY, SCHUH, & JERNIGAN, INC. Client: Indian River County Utility Services Activity: Water System Design and Construction Services File: Project: North WTP Supply Wells Project No. Phase: Wellhead Pump, Enclosure, and Piping Bid and Construction Date of Estimate: 29-Aug-07 Multipliers: Labor: By Contract Expert: 1 .00 LABOR Cg57 DETAIL Task 6 Task 7.1 Task 7.2 Task 7.3 Task 7.4 Task 7.5 Task 7.6 Task 7.7 TOTAL HOURLY TOTAL CATEGORY Bid Phase Const. Admin. Shop Dwgs. BFI's / RFP Site Visits Meetings Ree. Dwgs Startup HOURS RATE LABOR Princi al En ineer E17 0 $236.00 $0 Sr. Engineer IV E16 4 4 $218.00 $872 Sr. El meet III . 4 40 40 24 16 16 8 24 172 $152.00 $26, 144 Sr. Electrical En E14 0 $131 .00 $0 Sr. HVAC En E74 0 $ 131 .00 $0 Sr. Structural En . E12 0 $ 105.00 $0 Sr. H dro colo isl E72 0 $ 105.00 $0 En ineer II E11/Scientist II 12 16 32 12 40 40 16 168 $93.00 $ 15,624 H tl T cola an Ng 0 $75.00 $0 GIS Technician N9 16 i6 $65.00 $ 1 ,040 Sr. Secreta N8 2 8 4 4 8 26 $58.00 $1 ,508 TOTAL HOURS 18 60 80 40 60 64 40 24 0 0 386 TOTAL LABOR COST $ 1840 $8440 $9,520 $4,996 $6,384 $6,616 $3,744 $3,648 $0 $0 $45, 188 DIRECT CAST" SUMNIARY ITEM TOTAL Transportation $65 $150 $ 100 $ 100 $qts Com uter/Software Upgrade 0 Com uter/CADD $ $150 $ 1 $0 Tele hone/Courier/Posta e $35 $50 $50 $25 $25 $25 $210 Printing/Reprographics $30 $25 $80 $25 $47 $ 100 $307 Geotechnical Subcontractor $0 Water Quality Analysis $0 $0 $0 $0 DIRECT:, $rTASK $0 $tao $75 : : $136 $50 $150 $172 $25L 8125 $0 $o YOTALb1RECYCOSTS $1 ,032 OTAL $!TASK $1,gy4l $8,535 $9 650 $6,045 $6 534 $6 788 $3 9s4 $3 773 $0 $0 'TOTAL PEE:= $4S 27t1j