Loading...
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