HomeMy WebLinkAbout2008-2177/1/6
acow - C/%
WORK ORDER NUMBER 4
This Work Order is entered into this 1st day of July, 2008 pursuant to that certain Professional
Civil Engineering Services Agreement dated October 3, 2006 by and between Indian River County,
a political subdivision of the State of Florida ("COUNTY") and Arcadis G & M, Inc., a Florida
Corporation ("CONSULTANT").
The COUNTY has selected the CONSULTANT to perform the professional services set forth in
Exhibit 1 (Scope of Work) attached to this Work Order and made part of this agreement by
reference. The professional services will be performed by the CONSULTANT for the fee set forth
in Exhibit 1 (Fee Schedule) attached to this Work Order and made a part thereof by reference. The
CONSULTANT will perform the professional services within the time frame set forth in Exhibit 1
(Time Schedule) attached to this Work Order and made a part thereof by reference. All of the
above shall be established and performed in accordance with the terms and provision set forth in the
Agreement. For purposes of this Work Order, the CONSULTANT shall substitute the `County
Utilities Director' for the `County Public Works Director' wherever it appears in the Agreement.
In Witness Whereof, the parties have executed this Work Order as of the date written above.
CONSULTANT:
ARCADIS G & M, Inc.
By:
Willi D. kz�eke, P.E., Vice President
COUNTY:
INDIAN RIVER COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
By:
Sandra L. Bowden, Chairman
Board of County Commissioners
Approved by the BCC: J61 1, 52008
Attest: J. K. Barton, Clerk
By:
Deputy Clerk
Jo*ph A. Bai#d, County
as to form and legal sufficiency:
Marian E. Fell
Senior Assistant County Attorney
N
WORK ORDER NUMBER 4
EXHIBIT I
SCOPE OF WORK
A. The CONSULTANT and COUNTY understand and agree that the fundamental intent of this Work Order
is for the CONSULTANT to investigate the physical requirements necessary for the COUNTY to connect to
the City of Vero Beach (CITY) proposed injection well for the purpose of disposing of reject from the
COUNTY reverse osmosis WTP located at Oslo. An additional purpose is to estimate the cost associated
with said connection and evaluate connection options and ramifications where indicated.
B. The CONSULTANT will perform the following specific tasks.
1. Visit the Oslo WTP to gain complete understanding of the process.
2. Supply the COUNTY with a list of information required to perform the study. This list will include
information required relative to flow rates, flow volumes and water quality that will be relevant to
the analysis. The list shall also include the information required by the CONSULTANT relative to
existing piping sizes and locations.
3. Evaluate the data and identify options for connection to the CITY injection well. In general, said
options will include direct connection -at the well -location and connection into the piping system
being constructed by the CITY from their WWTF to the injection well at the WTP.
4. Identify the hydraulic and water quality implications of each connection point. If additional
treatment of the reject water generated by the COUNTY is indicated, evaluate whether it is cost
effective to perform the treatment prior to, or after, connection.
5. Prepare a conceptual cost estimate for each of the options indicated above.
6. Prepare an estimate of power and chemical cost differential, if any, for each of the options indicated
above.
7. Evaluate FDEP permittability ramifications of each option.
8. Summarize the findings of the analyses in a brief, results oriented letter report.
9. Meet with COUNTY as required to review and discuss the letter report.
C. The CONSULTANT and COUNTY acknowledge that the CONSULTANT has been engaged by the
CITY to provide design, permitting and construction services for the injection well and appurtenant items
referenced herein. It is the intent of all parties that the background derived by the CONSULTANT as a result
of involvement with the CITY and COUNTY on this project will be a direct benefit to the cost efficiency of
the work performed under this Work Order as well as other future efforts associated with this project on
behalf of the COUNTY.
FEE SCHEDULE
The CONSULTANT will perform the work set forth under Scope Items 1 — 9 of the Work Order for the
lump sum fee of eight thousand five hundred dollars ($8,500).
TIME SCHEDULE
The CONSULTANT will complete Scope Items 1 — 9 within six weeks of receipt of an executed Work
Order, exclusive of delays beyond the control of the CONSULTANT.
......x � � � s.�-,. i�u'�.k.�u ud ��a �•.<: '�63�.s�b4�aY8i�L3�}i is. -
.wS
S
WORK ORDER NUMBER 4
EXHIBIT I
SCOPE OF WORK
A. The CONSULTANT and COUNTY understand and agree that the fundamental intent of this Work Order
is for the CONSULTANT to investigate the physical requirements necessary for the COUNTY to connect to
the City of Vero Beach (CITY) proposed injection well for the purpose of disposing of reject from the
COUNTY reverse osmosis WTP located at Oslo. An additional purpose is to estimate the cost associated
with said connection and evaluate connection options and ramifications where indicated.
B. The CONSULTANT will perform the following specific tasks.
1. Visit the Oslo WTP to gain complete understanding of the process.
2. Supply the COUNTY with a list of information required to perform the study. This list will include
information required relative to flow rates, flow volumes and water quality that will be relevant to
the analysis. The list shall also include the information required by the CONSULTANT relative to
existing piping sizes and locations.
3. Evaluate the data and identify options for connection to the CITY injection well. In general, said
options will include direct connection at the well location and connection into the piping system
being constructed by the CITY from their WWTF to the injection well at the WTP.
4. Identify the hydraulic and water quality implications of each connection point. If additional
treatment of the reject water generated by the COUNTY is indicated, evaluate whether it is cost
effective to perform the treatment prior to, or after, connection.
5. Prepare a conceptual cost estimate for each of the options indicated above.
6. Prepare an estimate of power and chemical cost differential, if any, for each of the options indicated
above.
7. Evaluate FDEP permittability ramifications of each option.
8. Summarize the findings of the analyses in a brief, results oriented letter report.
9. Meet with COUNTY as required to review and discuss the letter report.
C. The CONSULTANT and COUNTY acknowledge that the CONSULTANT has been engaged by the
CITY to provide design, permitting and construction services for the injection well and appurtenant items
referenced herein. It is the intent of all parties that the background derived by the CONSULTANT as a result
of involvement with the CITY and COUNTY on this project will be a direct benefit to the cost efficiency of
the work performed under this Work Order as well as other future efforts associated with this project on
behalf of the COUNTY.
FEE SCHEDULE
The CONSULTANT will perform the work set forth under Scope Items 1 — 9 of the Work Order for the
lump sum fee of eight thousand five hundred dollars ($8,500).
TIME SCHEDULE
The CONSULTANT will complete Scope Items I — 9 within six weeks of receipt of an executed Work
Order, exclusive of delays beyond the control of the CONSULTANT.