HomeMy WebLinkAbout2008-245L.L� -1
WORK ORDER NUMBER 10
This Work Order Number 10 is entered into as of this 12th day of
August 2008 , 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 CAMP DRESSER & McKEE INC.
("CONSULTANT").
The COUNTY has selected the Consultant to perform the professional services set
forth on Exhibit 1 (Scope of Work), attached to this Work Order and made part hereof by
this reference. The professional services will be performed by the Consultant for the fee
schedule set forth in Exhibit 1 (Fee Schedule), attached to this Work Order and made a
part hereof by this reference. The Consultant will perform the professional services within
the timeframe more particularly set forth in Exhibit 1 (Time Schedule), attached to this
Work Order and made a part hereof by this reference all in accordance with, the terms and
provisions set forth in the Agreement. Pursuant to paragraph "j%Aof. the 'Agreement,
nothing contained in any Work Order shall conflict with the terms of the Agrbe"Ment acid the
terms of the Agreement shall be deemed to be incorporated in each i-hdividual Work Order
as if fully set forth herein.
IN WITNESS WHEREOF, the parties hereto
the date first written above.
CONSULTANT:
CAMP DRESSE
By:
& McKEE INC.
Title: Principal Engineer
have exec4fi phis
Work -Order �a& of
BOARD OF COUNTY COIVIMISS Q0
OF INDIAN RIVER COUNTY
hairman
BCC Approved Date: August 12, 2008
Attest: J.K. Barton, Clerk of
Approved:
ird, County Administrator
as to
I sufficiency:
Marian E. Fell, Senior Assistant County Attorney
EXHIBIT 1
SCOPE OF WORK
INDIAN RIVER COUNTY
NORTH AND SOUTH COUNTY WATER TREATMENT PLANTS
WELL/ WELLFIELD MAINTENANCE AND MANAGEMENT SERVICES
Background
The Indian River County (County) Department of Utility Services operates two reverse osmosis
water treatment plants (WTP), which treat water supplied from the Upper Floridan Aquifer
(UFA). Raw water from the UFA is currently supplied to the North and South County WTPs
from a total of nine supply wells (three at the North County WTP and six at the South County
WTP). There is also a series of monitoring wells located at each WTP.
Over the past eight years, the South County WTP wells have undergone two phases of
substantial rehabilitation to replace piping, reconfigure the well heads, remove blockages in the
open hole portion of the wells, refurbish pumps/motors, and replace instrumentation in order
to improve productivity of the wells (measured as specific capacity) and increase operability
through the addition of instrumentation not previously installed. During the rehabilitation, the
wells were videotaped to identify potential physical obstructions that may have been
contributing to the decreasing capacity of the wells. However, the North County WTP wells
have not been videotaped or serviced since their installation in 1996. Additionally, none of the
County's monitoring wells have received any significant maintenance in the past several years.
In taking a pro -active approach, the County has requested the services of CDM to prepare a
wellfield maintenance program for the nine UFA wells and all monitoring wells to include
scheduling of maintenance activities over the next several years. The recommended
maintenance activities and the scheduled intervals for those activities will also apply to the
proposed six new UFA wells being constructed as part of the current North County WTP
expansion project. Additionally, CDM will provide assistance in negotiating and executing a
maintenance contract by piggy -backing the existing contract in place with another utility. The
contractor will address any operational issues that arise with the production/ monitoring wells
and provide oversight services for the identified maintenance activities over the life of the
contract.
Services to be provided under this authorization are provided below.
SCOPE OF SERVICES
CDM will perform the following task services.
TASK 1.0 STRATEGY MEETING
CDM will meet with County staff to establish the current operating condition of each well,
identify operational issues that may exist for any/ all of the wells, and prioritize the need to
rehabilitate the wells based on their condition. This information will be used to prepare the well
maintenance program plan detailed in Task 2.0.
A-1 jb1800.doc
TASK 2.0 WELI,/WELLFIELD MAINTENANCE PROGRAM DEVELOPMENT
CDM will develop a maintenance program based on the information obtained from staff in Task
1.0. The maintenance program plan will identify a phased approach to implementing a
maintenance schedule to address each of the nine wells over the next five years, or as issues
arise.
This task will include gathering the maintenance history on each well, including date of last
chemical treatment, last service date for major appurtenances, and productivity/ water quality
trends to establish the current conditions of each well for prioritizing the order for maintenance.
This will also include assessing the condition of the wellhead at each monitoring well and
recommended modifications at each.
The plan will take into account the history of each well and its components (motor, pump,
instruments, etc.) and recommend an estimated date for repair/replacement/refurbishing/well
rehabilitation based on the age of the well/ appurtenances, the overall performance of the well,
and the operational needs of the WTP. The plan will also include recommended maintenance
activities for the monitoring wells at each of the WTPs.
Preparation of the plan will include the following subtasks.
Subtask 2.1 Data Collection
CDM will prepare a data request letter for use in gathering historical information about well
rehabilitation activities performed in the past, dates of most recent maintenance events
(refurbishing of pumps/motors, etc.), age, make and model of existing instrumentation,
equipment/ apparatus and other necessary data not already in CDM's possession. Data
collection will include one meeting with staff to discuss the information requested and/or
provided prior to moving forward with the maintenance program development.
Subtask 2.2 Draft Plan
CDM will use the data/ information collected in Task 1.0 and Subtask 2.1 to establish the
necessary maintenance items and the sequence of implementation based on the condition of
existing facilities. The draft Plan will include recommendations for daily, weekly, monthly,
annual, and 5 -year monitoring and maintenance activities for each well site. Anticipated
activities include video taping of each well, removal of the pump assembly for visual
inspection, chemical treatment, etc. The plan will also include recommendations for upgrades
and improvements that may increase productivity of the wells and aide in ease of operation.
Such recommendations may include frequency of calibration of key instrumentation
equipment/ apparatus, replacement of equipment/ apparatus and corresponding SCADA
upgrades to improve trending capabilities to track specific capacity, scheduled replacement of
older components/ appurtenances, etc. CDM will provide a draft plan to the County for review
and comment. In an effort to promote conservation of resources, the draft plan will be
produced in a 2 -sided format and CDM will limit the number of hard copies of the draft plan to
two. CDM will provide a CD containing a portable document format (PDF) of the plan for
electronic review by additional parties.
Subtask 2.3 Final Plan
Upon receipt of comments from County staff, CDM will finalize the Wellfield Maintenance
Program plan. The final plan will include reporting forms for the recommended daily, weekly
and monthly maintenance activities. These forms will be provided in both hardcopy and
A-2 jb1800.doc
electronic format for use by WTP operators. In an effort to promote conservation of resources,
the final plan will be produced in a 2 -sided format and CDM will limit the number of hard
copies of the final plan to 2. CDM will provide a CD containing a portable document format
(PDF) of the plan for electronic review by additional parties.
TASK 3.0 CONTRACT NEGOTIATION SERVICES
The County intends to piggy -back an existing contract between the City of Palm Bay Utility
Department and AMPS, Inc. to provide maintenance services for the County's two wellfields.
The existing contract in place with Palm Bay is a five-year contract that is renewed on an annual
basis. CDM will review contract documents, provide coordination with AMPS and/or the City
of Palm Bay, and general assistance to the County as needed to finalize the contract agreement.
This task includes up to one meeting with County staff and the City of Palm Bay and/or AMPS.
TASK 4.0 GENERAL SERVICES DURING SCHEDULED MAINTENANCE
CDM will oversee the daily activities of the contractor on behalf of the County. Activities to be
performed under this task pertain solely to the scheduled maintenance activities identified in
the wellfield maintenance program plan developed in Task 2.0. Since the extent of the activities
to be performed will remain unknown until preparation of the plan is complete, this Task has
been budgeted as an upper limit task with an allowance of $25,000. Additional services may be
required based on the recommendations of the plan and will be negotiated as an amendment to
this Work Order, if needed.
TASK 5.0 PROVISIONS FOR EMERGENCY REPAIR SERVICES
CDM will provide construction oversight on behalf of the County for the completion of any
emergency situations that may arise. Such instances may include failure of the well pump, line
shaft, instrumentation, presence of abnormally high solids (i.e. sand in the cartridge filters) or
any situation indicative of problems with the wells. CDM will coordinate emergency services
with the well contractor and arrange for mobilization as soon as possible to mim,,,;ze potential
downtime of the WTP(s). The nature of this task does not allow for CDM to quantitatively
identify the emergency services to be provided over the 1 -year life of the contract. Therefore,
this task has been budgeted with an upper limit allowance of $15,000. If no emergency issues
arise, this budget allocation will not be billed to the County.
TASK 6.0 MISCELLANEOUS SERVICES
CDM will provide assistance with miscellaneous issues related to well/wellfield management,
maintenance and operations as they arise. This task will include permitting issues related to
maintenance activities (i.e. coordination of disinfection reporting to FDEP, if needed, after
installation of new well components), field visits to investigate problems reported by County
staff, and miscellaneous services requested by County staff. This task has been budgeted as an
upper limit line item allowance of $15,000, to be used on an as -needed basis only upon approval
of the Director of Utility Services. Should a miscellaneous task arise for which there is
insufficient budget remaining, additional funds will be negotiated at that time to complete the
task.
OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES
This authorization does not include:
■ Full-scale design services for major issues, such as replacement wells;
■ Consumptive use permitting associated with increased pump/ well capacity or new wells;
A-3 jb1800.doc
■ Permit renewals, preparation of bid documents or bidding services for purchase of new
appurtenances.
■ Laboratory services related to required disinfection or collection of water quality samples.
■ Bidding services for the procurement of a maintenance contract through the competitive bid
process.
COUNTY RESPONSIBILITIES
The County will provide all reasonable data requested by CDM to prepare the well/wellfield
maintenance program plan. The County will also provide timely review of all work products.
The County and/or well contractor will collect all required water quality samples needed to
meet disinfection requirements. The County will contract directly with an environmental
laboratory to provide water quality analyses.
A-4 jb1800.doc
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH AND SOUTH COUNTY WATER TREATMENT PLANTS
WELL/WELLFIELD MAINTENANCE AND MANAGEMENT SERVICES
PROJECT
DESCRIPTION: As described in Scope of Services.
Category Hours Rate Cost
Officer 8 $155 $ 11240
Principal/ Associate 52 $140 $ 71280
Senior Professional 140 $120 $ 16,800
Professional II 24 $100 $ 21400
Staff Support Services 32 $65 $ 2,080
Project Administration 42 $60 2 520
TOTAL HOURS 298
SALARY $ 32,320
UPPER LIMIT LINE ITEM TASKS
Scheduled Maintenance Services (Task 4.0) $ 25,000
Emergency Repair Services (Task 5.0) $ 15,000
Miscellaneous Services (Task 6.0) $ 15,000
TOTAL OTHER DIRECT COSTS
GRAND TOTAL
USE AN UPPER LIMIT TOTAL (NOT TO EXCEED)
$ 6,500
$ 93,820
B-1 jb1800.doc
SCHEDULE
INDIAN RIVER COUNTY
NORTH AND SOUTH COUNTY WATER TREATMENT PLANTS
WELL/ WELLFIELD MAINTENANCE AND MANAGEMENT SERVICES
SCHEDULE
The following schedule is anticipated assuming authorization of the Work Order by the
Board of County Commissioners on August 5, 2008,
Strategy Meeting
Data Request Letter
Draft Maintenance Program Plan
Final Maintenance Program Plan
Contract Negotiation
Scheduled Maintenance Activities
Emergency/ Miscellaneous Activities
Within 14 days of Notice to
Proceed
Within 7 days of Strategy
Meeting
Within 60 days of receipt of
requested data
Within 30 days of receipt of
County comments on Draft
Plan
TBD
As determined in the Final
Plan
As needed
C-1 jb1800.doc