Loading...
HomeMy WebLinkAbout2006-310 X00 6 _ / D AMENDMENT NUMBER 3 WORK ORDER NUMBER 1 This Amendment Number 3 to Work Order Number 1 is entered into as of this 12th day of SeptPmhar 2006 ("Effective Date" ) pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004 ("Agreement'), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY" ) and Camp Dresser & McKee Inc. ("Consultant') . 1 . The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 1 effective date April 13, 2004. 2. The COUNTY and the Consultant desire to amend the above referenced Work Order as set forth in Attachment A (Scope of Work), Attachment B (Fee Schedule), and Attachment C (Time Schedule) attached to this Amendment and made a part hereof by this reference 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 as of the Effective Date first written above. CONSULTANT BOARD OF COUNTY COMMISSIONERS Camp Dresser & McKee Inc. OF INDIAN RIVER COUNTY By: By _ .o � •. Eric J. r tke, P.E., BCEE Arthut. , N rge ) air Principa Engineer BCC: Approved Date: Attest: J. K. Barton, Clerk of Court By: Deputy Clerk Approved: J ph A. ird, County Ad ' ' strator o ed as to form and legal sufficiency: / rian E. Fell, Assirant C unty Attorney mh2526.Eoc ATTACHMENT A SCOPE OF WORK SUMMARY 1. Project Description CDM will provide additional engineering services for permitting to expand the capacity of the North County Water Treatment Plant to full build-out. Work Authorization No. 1 was to provide engineering services related to the preliminary design, final design, permitting, and construction services to increase the permeate capacity of the plant from 3.0 million gallons per day (mgd) to 7.5 mgd, which was increased to 12 mgd in Amendment 1 . Additional Site Plan Permitting and Contract Document revisions were approved in Amendment 2. This amendment for additional engineering services for design, permitting, and bidding services to take the project services required through the Planning and Zoning Commission and bidding services to make the bidding for the Plant expansion more flexible by identifying equipment that may be added at a later date should the bids exceed the County's capital budget. II. Scope of Services Engineering permitting services to expand the capacity of the North County Water Treatment Plant are provided further in this attachment. III. Consulting Engineer Insurance Requirements A . Workers Compensation as required by the State of Florida . Employer's Liability of $100,000 each accident, $500,000 disease policy limit, and $100,000 disease each employee. B. General Liability: commercial general liability coverage, including contractual liability and independent contractor, with a minimum combined single limit of $100,000 per occurrence and personal injury coverage of $50,000. C. Business Automobile Liability: owned, hired, and non-owned vehicles at a minimum combined single limit of $100,000 per occurrence and personal injury coverage of $50,000 for bodily injury and property damage for owned and non- owned vehicles. D. Professional Liability Insurance: providing coverage for negligent acts, errors, or omissions committed by Consultant with a limit of $1,000,000 per claim/ annual aggregate. This insurance shall extend coverage to loss of interest, earning, profit, use, and business interruption, cost of replacement power, and other special, indirect, and consequential damages. IV. Compensation for Services North County WTP - Phase II Build-Out Expansion Services Task 1 - Updating of Preliminary Design N/ C Lump Sum Task 2 - Preparation of Contract Documents $20,900 Lump Sum Task 3 - Permitting Services $2,700 Upper Limit Task 4 - Bidding Assistance $8,600 Lump Sum Task 5 - Contract Administration/ Periodic Field Representation N/ C Upper Limit Total $32,200 Compensation is to be paid on a billing rate basis plus other direct costs on an as-needed basis. CDM will submit monthly invoices for services performed. A-1 mhzszs.aoc ATTACHMENT A SCOPE OF WORK INDIAN RIVER COUNTY NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO. 3 - ADDITIONAL PERMITTING and BIDDING SERVICES BACKGROUND The North County Water Treatment Plant (NCWTP) is a permitted 3.53 million gallons per day (mgd) (3 .0 mgd of permeate) facility serving northern Indian River County (IRC) . The facility began construction in June 1996 and was placed into operation in July 1998 . The existing plant draws water from three upper Floridan Aquifer wells. The facility currently utilizes two 1 .5 mgd membrane treatment nanofiltration skids and incorporates a raw water blend rate of approximately 15 percent (0.53 mgd) to achieve the facility finished water capacity of 3.53 mgd . The facility layout was designed for future expansion at such time customer demand in the North County service area warranted . The original scope of services under Work Authorization No. 1 was to add three new 1 .5 mgd nanofiltration skids during Phase II Expansion . The total plant rated capacity after this expansion would have been 7.5 mgd of permeate capacity . Based on IRC's request to provide additional standby capacity, this has been modified under Amendment No. 1 to include a total of six new 1 .5 mgd nanofiltration skids . Under the amended scope of services, the treatment plant will be designed to have permeate capacity of 12 mgd and a finished water capacity of 17.14 mgd (assuming 30 percent blend rate) . Due to the recent price increases IRC would like the option of building the facility with a lowered permeate capacity to meet budgetary constraints. The plant is fully designed to meet the build- out flows of 17.14 mgd. The additional design services are for modifications to the electrical system to allow for a partial expansion if the bids are in excess of the project's capital budget. This project modifies the bidding services to designate equipment that could be installed at a later date when demand is expected. This flexibility would allow IRC to meet the water demands without exceeding the current budget for reserve capacity. SCOPE OF SERVICES CDM shall provide the additional engineering services related to design and bidding services for additional engineering effort required designating equipment as an alternate bid item for the purposes of establishing a base bid within the current capital budget for the facility. The alternate bid item would be for equipment that could either be installed in this expansion or left out if budgetary constraints exist. This option allows for IRC to decide the extent of equipment being installed during this expansion. The design services are required to maintain the full functionality of the plant through a partial expansion should IRC exercise that option. The intent of this Amendment is to provide additional funding for the upper limit permitting services of Task 3. The level of effort required for permitting services is difficult to estimate since the responses are determined by the regulators. Therefore, if unforeseen tasks arise, CDM reserves the right to request additional funds to complete the effort A-2 mhzszs dm ATTACHMENT A The following described engineering services are additional scope items not previously covered in the Phase II Plant Expansion Amendments 1 or 2. These services will be addressed in the final plant permitting and additional bidding services and covered under this amendment: Task 1 . 0 Preliminary Design (No Changes in this Amendment) Task 2. 0 Preparation of Contract Documents (Amendment 3 Additional Services) IRC has asked that CDM modify the design documents to allow for the contract flexibility by identifying items that may be considered an alternate bid items. Given the current costs for plants of this magnitude the expansion may need to be scaled back to limit capital outlay and remain in budget. CDM will identify the items to be part of an alternate bid item so they may be included if the project bids are with the budget constraints of the project. If the alternate bid items exceed the budget, then the contract will be awarded without the alternate item being included in the contract. The alternate bid items will include the following components of the project: ■ Skids Nos. 6, 7, and 8 and associated electrical gear ■ Reverse Osmosis Booster Pumps Nos. 6, 7, and 8 ■ Cartridge Filter Nos. 7 and 8 (possibly 6, if requested by IRC) ■ Degassifier No. 4 and Blower No . 4 ■ Transfer Pump No 5. ■ Hypochlorite Tanks Nos. 4 and 5 ■ One 1500kW Generator and Associated Fuel tank All other components including the building and site improvements will remain in the base bid . The base bid will be the basis of award of the contract. Removing the above items also allows IRC to upgrade the capacity as the demand increases. Task 3.0 Permitting Services (Amendment 3 Additional Services) This task provides for the preparation of necessary permit applications, meetings, and negotiation with regulatory agencies and preparation of responses to Requests for Additional Information (RAI) by IRC Planning and Zoning. CDM is preparing the final RAI for the site plan approval incorporating the requirements of the Planning and Zoning Commission and ratified by the Board . ■ FDEP requires a permit to construct plant process and site improvements. CDM will submit a letter of information regarding the possibility of building the plant to an intermediate step and not going to a full build-out condition. ■ CDM will require additional landscape architecture services for the type B buffer required by the major modification of the site plan . The original site plan was required to have a Type C buffer. The Planning and Zoning commission increased the buffer to be a minimum of a Type B. This additional effort is for the landscape architect to prepare A-3 mh2526.Eoc ATTACHMENT A the final drawings for the Site Plan Permit and for the inclusion in the contract documents . Site civil drawings will be modified to show the new fencing, grading, and landscape buffers prior to bidding. Task 4.0 Bidding Assistance Services Additional bidding services are anticipated for additional preparation of addenda given the complicated nature of the plant and the possibility of only expanding a portion of the plant. The additional bidding services also is for conforming the construction documents to the components actually contracted in the final award of contract. Task 5.0 Contract AdministratiOnmeriodic Field Representation (No change in this Amendment) OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES (No Changes) The following list of items is not included in this Scope of Services but will be addressed in separate proposals or will be negotiated separately with IRC, if required : A . Excavation for field verification of the actual locations of existing underground utilities and structures. If field verification is necessary, excavation shall be provided by IRC as directed by CDM . B. Services associated with assisting IRC in the review and evaluation of patent-related disputes, issues, or claims including preparing to serve or serving as a consultant or witness for IRC in litigation, arbitration, public or private hearings, or other legal or administrative proceedings involving patent-related disputes, issues, or claims. C. SJRWMD Consumptive Use and FDEP Well Construction permitting and well system and raw water piping outside of the plant fence/ offsite design, bidding, and construction are to be conducted by others . D. Concentrate disposal relocation permitting is currently underway by others. Services for concentrate disposal permitting will be contract amendment, if required. E. Special services associated with construction including operating manuals and start-up services. F. Start-up Instrumentation Programming services G. Additional services in connection with the project not otherwise provided for in this Scope of Services. COUNTY RESPONSIBILITIES IRC shall provide the following to CDM in a timely manner: ■ Fees for permits ■ Review of CDM work products ■ Standard Front-End (Division 0) Contract Documents A-4 mhzszs eoc ATTACHMENT B PROJECT BUDGET INDIAN RIVER COUNTY NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO. 3 - PHASE II BUILD-OUT EXPANSION PROJECT DESCRIPTION : North County WTP - Phase II Expansion Task 2.0 - Contract Document Preparation Category Hours Rate Cost Principal/ Associate 2 $140 $280 Senior Professional 74 $120 $8,880 Professional II 46 $105 $4,830 Senior Support Services 32 $75 $2,400 Staff Support Services 28 $65 $1 ,820 Project Administration 2 $65 130 TOTAL HOURS 184 SALARY $18,340 OTHER DIRECT COSTS $734 OUTSIDE PROFESSIONAL iLm TOTAL ESTIMATED COSTS - LUMP SUM $20,874 TOTAL ESTIMATED ENGINEERING FEE (LUMP SUM) $20L_900 B-1 mh2526noc ATTACHMENT B PROJECT BUDGET INDIAN RIVER COUNTY NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO. 3 - PHASE II BUILD-OUT EXPANSION PROJECT DESCRIPTION : North County WTP - Phase II Expansion Task 3.0 - Additional Permitting Services Category Hours Rate Cost Principal/ Associate 2 $140 $280 Senior Professional 8 $120 $960 Staff Support Services 12 $65 $780 Project Administration 1 $65 65 TOTAL HOURS 23 SALARY $2,085 OTHER DIRECT COSTS $255 OUTSIDE PROFESSIONAL 400 TOTAL ESTIMATED COSTS - UPPER LIMIT $2t740 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 2 7 0 B-2 mn2526.Eoc ATTACHMENT B PROJECT BUDGET INDIAN RIVER COUNTY NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO. 3 - PHASE II BUILD-OUT EXPANSION PROJECT DESCRIPTION: North County WTP - Phase II Expansion Task 4. 0 - Additional Bidding Services Category Hours Rate Cost Principal/ Associate 2 $140 $280 Senior Professional 32 $120 $3,840 Professional II 24 $105 $2,520 Senior Support Services 10 $75 $750 Staff Support Services 10 $65 $650 Project Administration 2 $65 130 TOTAL HOURS 80 SALARY $8,170 OTHER DIRECT COSTS $435 TOTAL ESTIMATED COSTS - LUMP SUM 8 605 TOTAL ESTIMATED ENGINEERING FEE (LUMP SUM) B-3 mM125260oc ATTACHMENT B ESTIMATED PROJECT LABOR DISAGGREGATION NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO . 3 FOR PHASE 11 TO PHASE III EXPANSION ADDITIONAL SERVICES Senior Staff Principal/ Senior Professional Support Support Project Tasks for Additional Services Associate Professional II Services Services Admin Total Task 2 - Additional Contract Document Prep 2. 1 Final Mechanical Revision 0 24 22 24 8 0 78 2.2 Final Electrical Revisions 0 16 6 8 0 0 30 2.3 Architectural Review/Structural 0 6 0 0 0 0 6 2 .4 Instrumentation 0 16 18 0 0 0 34 2.5 Specification Revision 2 12 0 0 20 2 36 Total Additional Task 2 2 74 46 32 28 2 184 Task 3 - Additional Permitting Services 3. 1 Additional Effort for PSZ Changes 2 8 0 0 12 1 23 Total Additional Task 3 2 8 0 0 12 1 23 Task 4 - Additional Bidding Services 4 . 1 Electrical Addenda for Alternate Generator Alignment 0 10 0 4 0 0 14 4. 2 Alternate Item Clarification Addenda 0 12 12 6 0 0 30 4. 3 Bid Analysis and Verification of Components 2 0 4 0 0 0 6 4.4 Conform Contract Documents 0 10 8 0 10 2 30 Total Additional Task-4 2 32 24 10 10 2 80 Total Hours 6 114 70 42 50 5 287 B-4 mh2526.hoc ATTACHMENT C TIME SCHEDULE INDIAN RIVER COUNTY NORTH COUNTY WATER TREATMENT PLANT AMENDMENT NO. 3 - ADDITIONAL PERMITTING and BIDDING SERVICES Permitting Services will be completed by July 31 , 2006 The project will bid June 30, 2006 Bidding services will be complete by August 15, 2006, upon award of the Contract C-1 mh2526.Eoc