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