Loading...
HomeMy WebLinkAbout2009-219 Qcr � _ a� 9 WORK ORDER NUMBER 13 Thi Work Order Number 13 is entered into as of this 18th day of 2009 , pursuant to that certain Continuing Contract Agreement for Profe sional 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 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 Work Order as of the date first written above . CONSULTANT : BOARD OF COUNTY COMMISSIONERS CAMP DRE SERA McKEE INC . OF IN RIVER COUNTY -----__ By : Y _ Ci iairman Title : Principal Engineer BCC Approved Date : Au ust 18,_2009_ Attest : J . K . Barton , Clerk of Court By � L� � Deputy Clerk Approved : (J seph A . Baird , County Administrator �p o d as to form and legal sufficiency : // Marian E . Fell , Senior Assistant County Attorney 1111/ EXHIBIT 1 SCOPE OF WORK INDIAN RIVER COUNTY SOUTH COUNTY WATER TREATMENT PLANT DESIGN, PERMITTING, BIDDING AND CONSTRUCTION SERVICES FOR CONSTRUCTION OF PROPOSED WELL NO . 7 BACKGROUND Indian River County Department of Utility Services (County) owns and operates the South County Water Treatment Plant (WTP) which currently operates with six existing Upper Floridan Aquifer (UFA) production wells . The existing Consumptive Use Permit (CUP) for the South County WTP also includes a future permitted seventh well that has not yet been constructed due to previous concerns over the potential impacts of the well on neighboring citrus operations to the south in St. Lucie County; however, both the St. Johns River Water Management District (SJRWMD) and the South Florida Water Management District have recently encouraged the County to pursue construction of Well No. 7 as citrus operations have dwindled south of the County line . The following is the scope of services to be provided under this authorization. SCOPE OF SERVICES CDM will perform the following task services . TASK 1 . 0 PRE-APPLICATION MEETING WITH SJRWMD CDM will prepare for and participate in a pre-application CUP meeting with SJRWMD to discuss the potential locations for Well No . 7. It is assumed that this meeting will be held at the Palm Bay Operations Center for SJRWMD and will involve two CDM employees in addition to County staff. TASK 2 . 0 SITING OF WELL CDM will rely on the existing groundwater models, proposed location in the existing CUP and discussions with SJRWMD to determine the ultimate location of Well No. 7. The existing model (s) assumed a particular location for the new well, and in an effort to minimize the need for additional modeling, CDM will assume that the modeled location is acceptable to the County and proceed accordingly. CDM will prepare proposed location figures for Well No . 7 for the basis of discussion at the pre-application meeting described in Task 1 .0. It is anticipated that the County will coordinate with the Parks and Recreation Department to confirm that the ultimate location for Well No . 7 will be compatible with future development plans of the South County Park. CDM' s involvement in negotiating with the Parks and Recreation Department will be on an as needed basis only. The assumptions made in this task, should CDM' s assistance be needed , are that CDM will conduct one coordination meeting and schedule one site visit with the Parks and Recreation Department prior to finalizing the well location, in the event that this has not yet been conducted during the modeling process by other consultants. Upon finalization of the well locations, CDM will contract with a surveyor to survey the well location and the proposed piping corridors for use in preparing the contract A4 j12355.doc drawings . If CDM' s services are not necessary, this task will include only the surveying of the well site and proposed pipeline corridor once the well location is finalized by County staff. TASK 3. 0 WELL NO. 7 DESIGN Subtask 3 . 1 Well Construction Details CDM will base the design of the new well on the well construction details of the most recently constructed Well No . 3 at the South County WTP, available hydrogeologic data, and input from the County and SJRWMD . This information will be used to most accurately identify the production zones and estimate the casing depth (both surface casing and well casing) and total depth for the new well . It is anticipated that the production well will be 164nches in diameter, which is consistent with the current permitted size of Well No . 7. The well construction methods and materials will be specified to be consistent with the existing production wells or as otherwise requested by County staff. It is anticipated that the cased depth of the new well will be between 350 and 400 feet below land surface, and the total depth will range between 700 and 730 feet below land surface . Well depth will be adjusted to maximize the productivity of the well. Several logs will be required to be completed by the contractor upon completion of the open hole including gamma ray, resistivity, and caliper logs, as well as a television survey to document the condition of the open hole . CDM will witness the completion of each log. Subtask 3 . 2 Wellhead and Appurtenances This subtask will provide for the design of the pump, motor, column pipe, line shaft, bearings, discharge head, mechanical seal, motor, pressure relief valves, blow off valves, flow meter, drawdown transducer, pressure gauges, discharge piping, pad, support pedestals, and other appurtenances associated with the above-ground components of the wellhead . The configuration of the wellhead will be consistent with the design of the County' s recently reconfigured South County WTP (specifically Well No . 3) wells unless otherwise directed by County staff. The wellhead design will also include provisions for a control panel, main disconnect, remote operation, and emergency power connection (via plug-in receptacles) . Dedicated emergency power for the new site will not be included in the contract documents, since the County owns portable generators that can be moved between sites as needed . Subtask 3 . 3 Raw Water Piping CDM will design the raw water piping from the new well site to the existing WTP (or to the nearest manifold raw water pipe) in a manner consistent with the current raw water piping. Ultimate design of the raw water piping will be dependent on the well site identified in Task 2. 0. Every effort will be made to connect the new well to existing manifolds, if physically and hydraulically feasible, to minimize expense to the County . The raw water piping will include isolation valves and air release valves as necessary to maximize operational flexibility . TASK 4. 0 INSTRUMENTATION AND PROGRAMMING The new instrumentation, programming and controls associated with Well No . 7 will require integration into the WTPs' SCADA systems and PLC . The integration will involve modifications to the SCADA system to include control screens for the new well and additional modifications to incorporate telemetry readings for flow, drawdown, remote operation capabilities, and required alarming. A-2 j12355.doc CDM will incorporate specifications for the integration of the instrumentation and controls for the new Well No . 7 in the Contract Documents . Communications at the South County WTP rely on wireless telemetry; CDM will design the respective systems accordingly. TASK 5. 0 WELL CONSTRUCTION PERMITTING In order to construct the new Well No. 7, the County must file for a construction permit with FDEP and SJRWMD, in addition to the CUP modification (issued by SJRWMD) . Preparation of the CUP modification is addressed in Task 6 . 0 below . CDM will prepare and submit the " Specific Permit to Construct Potable Water System Components" (FDEP Form 62-555 .900(1 ) ) prior to bidding the project. Issuance of the permit by FDEP will allow the County to construct the well and conduct performance testing . Upon completion of the well construction and demonstration of performance testing by the Contractor, CDM will prepare and submit the / Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation' (FDEP Form 62- 555. 900(9) ) . Approval of this form by FDEP will allow the County to place the new well into service, pending resolution of all related CUP permit items and issuance of the CUP modification. In addition to the FDEP permits described above, SJRWMD requires the applicant to complete the State of Florida Permit Application to Construct, Repair, Modify or Abandon a Well " form (SJRWMD Form 4013-3-1) and a subsequent well completion form. Completion and submittal of these two forms will be the responsibility of the successful bidder. Preparation of the SJRWMD forms is not included in this Scope of Services . It is assumed that the construction of the new well will require an Administrative Site Plan Approval from the County' s Planning Department. The budget for this task reflects the need for administrative approval, and not full scale site plan approval . TASK 6. 0 CONSUMPTIVE USE PERMIT MODIFICATION (ONLY IF NECESSARY) Subtask 6 . 1 Review of Existing MODFLOW/SEAWAT Models CDM will obtain, review and evaluate the groundwater models and model documentation for the MODFLOW and SEAWAT models of the County developed by PBS&J for Indian River County Utilities . CDM will prepare a letter request for County signature requesting this information from PBS&J if the County is not already in possession of the electronic modeling files . The purpose of the review will be for the CDM engineers/ hydrologists to become familiar and comfortable with the existing groundwater models for use in support of the SJRWMD CUP modification and final siting of the well . For the purposes of this scope of work, it is assumed that these existing models are sufficiently calibrated and acceptable to the SJRWMD for CUP impact analysis . If additional model calibration is required or Well No . 7 is not adequately represented in the model, additional services will be negotiated with the County under separate cover. Subtask 6 . 2 Preparation of Technical Memorandum CDM will prepare a brief technical memorandum (TM) describing the model modifications, use and results that supports the changes to the County' s CUP application. The draft will be submitted to the County for review and comment. CDM will incorporate comments from the County and will submit three copies of the TM and the model input and output files on A-3 j12355.doc Compact Disc (CD) to SJRWMD along with the application for permit modification. The County will receive two copies of the final TM along with the model files on CD. Subtask 6 . 3 Application for CUP Modification It is the County' s intention to modify the County' s pending CUP to permit and construct the proposed Well No . 7 at the South County WTP, which is already included in the County' s CUP (no additional allocation associated with the proposed well) . Based on conversations with Ms . Leslie Church, with SJRWMD CUP Regulation in Palm Bay, the addition of the new well is a major modification of the County' s CUP even though no additional allocation will be requested . The impact evaluation must be redone to demonstrate that there will be no impacts to the existing legal users or the water resources in present conditions. In addition, a complete permit application will need to be resubmitted to SJRWMD . Given the recent application for modification and subsequent issuance of numerous Temporary CUP' s by SJRWMD, much of the information from that application can be reused for this permit modification. The estimated budget includes 2 responses to Requests for Additional Information from SJRWMD, but does not include any modifications to the modeling for such efforts . TASK 7. 0 PREPARATION OF CONTRACT DOCUMENTS This task provides for the preparation of drawings and specifications, conducting formal reviews of the contract documents at specified completion levels, and developing an opinion of probable construction cost. Subtask 7. 1 Preparation of Contract Documents CDM will prepare final construction drawings and specifications suitable for inviting competitive construction bids for this project. The technical specifications will utilize CSI' s sixteen division, three-part format. The design shall be complete (as applicable to the Project) including site improvements, appurtenances, process and ancillary equipment, accessories, wiring, piping, foundations, substructures, electrical controls, detailed drawings, technical specifications, tables, charts, schedules, and other documentation as may be necessary for the Project. The County will provide the front end documents to be included in the bid package . Subtask 7. 2 Technical Review Committees CDM will assemble a group of technical experts to participate in a technical review committee (TRC) and conduct a technical review of the contract documents at specified completion levels throughout the Project. Specific work products will include draft contract documents for review and comment by the County at the 50 and 90 percent design levels. CDM will submit five sets of review documents to the County at each level. County staff will be encouraged to participate in the TRC meetings to be scheduled after review of the draft documents by the County . CDM will address and incorporate all appropriate review comments received from the County . Subtask 7. 3 Final Contract Document Submittal CDM will submit five sets of final contract documents to County staff prior to bidding advertisement for the Project. CDM will also provide digital files of plans and technical specifications to the County . The County will advertise for bids; CDM will provide the documents to prospective bidders on behalf of the County with the cost of production to be paid by the contractor upon receipt of the packages. Subtask 7. 4 Preparation of Probable Construction Cost CDM will prepare an opinion of the probable construction cost at the 90 percent completion A=4 112355-doc level. The final estimate of probable construction cost shall be delivered to County staff prior to the opening of bids for the Project. TASK 8.0 BIDDING SERVICES CDM will assist the County in obtaining bids for the construction of the new production well . Detailed services to be provided under this task include the following: ■ CDM will coordinate the advertisement of the bid, respond to communication from potential bidders, and issue addenda as needed . ■ CDM will prepare for and attend a pre-bid meeting with potential bidders at the South County WTP. ■ CDM will sell bid documents on behalf of the County, as needed . ■ CDM will attend the bid opening, evaluate bids and recommend a bidder for Award of Contract to the County . ■ After issuance of Notice of Award by the County, CDM will assist the County in preparing the construction contract, request and review information from the Contractor, and advise the County on finalizing the Contract. ■ CDM will prepare a Notice to Proceed and provide the document to the County for issuance to the Contractor. TASK 9. 0 GENERAL SERVICES DURING CONSTRUCTION Subtask 9. 1 Pre-Construction Meeting CDM will prepare for and participate in a preconstruction meeting to be attended by the Contractor, the County and CDM representatives . Preconstruction meeting minutes will be distributed to all attendees . Subtask 9. 2 Progress Meetings During Construction CDM will conduct monthly progress meetings with County staff and the Contractor during the construction/ rehabilitation phase of the project. Progress meetings will be held at the South County WTP. Meeting minutes will be prepared and distributed to attendees after each progress meeting. Subtask 9. 3 Resident Project Representative CDM will provide part time construction oversight during the construction of the well. CDM will coordinate with the Contractor to be on site during the construction of critical components of the project, all testing activities, to collect or witness the collection of all samples (grout, soil cuttings, etc . ) and to verify locations of various components prior to installation, as needed . CDM will also conduct periodic site visits during other periods of construction. CDM anticipates approximately 6 hours per week of construction oversight will be required to insure that all quality controls are in place on the part of the contractor and to guard the County against defects and / or deficiencies in such work that may not conform to the Contract Documents . CDM' s project representative will keep a field log of activities observed during each site visit. The field log will be made available to the County upon request. A-5 j12355.doc Subtask 9. 4 General Contract Administration CDM will review and approve shop drawings and samples, results of tests submitted by the Contractor and other data which the Contractor is required to submit in accordance with the Contract Documents . CDM will also review all applications for payment and accompanying data and schedules submitted by the Contractor to determine that the requested amount due to the contractor is consistent with the field observations and progress to date at the time of submittal . CDM will provide services in connection with preparing change orders to reflect approved changes to the construction project. Subtask 9. 5 Record Drawings Upon completion of the construction activities, CDM will prepare record drawings which will document all deviations from the bid drawings that were approved during construction. The contractor will be required to provide to CDM a marked-up set of bid drawings detailing all deviations made throughout construction. These mark-ups will be the basis for the record drawings . CDM will provide three full sets of final record drawings, as well a CD containing electronic files in the AutoCAD format. OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES This authorization does not include : ■ Modifications to the PBS&J groundwater model; ■ Detailed Siting Analysis for Well No . 7 (will rely on current location of Well No. 7 in model/ CUP unless otherwise indicated); ■ Water quality sampling and testing . The Contractor will provide the water quality testing associated with the new well as part of the contract. The County will collect the required bacteriological samples and contract directly with a laboratory to provide analytical services for the Bactis. ■ Preparation and submittal of the SJRWMD well construction and well completion forms (to be completed by contractor) . ■ Design services associated with wellhead enclosures (not included per discussions with County staff) . COUNTY RESPONSIBILITIES The County will provide all reasonable data requested by CDM for the purpose of completing the aforementioned tasks . The County will also provide a timely review of all work products and all permit fees. The County will coordinate analytical laboratory services, as needed, and provide staff for collection of all water quality samples not required of the contractor . Front-end documents to be used in the bid package will be provided by the County and shall be the most current version approved by the County Attorney' s office . SCHEDULE CDM will begin work immediately upon authorization of this Work Order . The following schedule is projected for this project: Design - Completed within 60 days of Notice to Proceed Permitting - Estimated complete within 60 days of application Bidding - Approximately 30 days upon advertisement Construction - Approximately 90 days A-6 j12355.doc EXHIBIT 1 INDIAN RIVER COUNTY DESIGN , PERMITTING, BIDDING AND CONSTRUCTION SERVICES FOR SOUTH COUNTY WTP WELL NO. 7 Senior Senior Support Staff Support Project Task Officer Associate Principal Professional Professional 11 Services Services Administration Total Hours Task 1 .0 — Pre-Application Meeting with SJHWMD 0 4 0 4 0 0 0 2 10 Subtotal 0 4 0 4 0 0 0 2 10 Task 2.0 — Siting of Well 0 8 0 6 8 2 4 2 30 Subtotal 0 8 0 6 8 2 4 2 30 Task 3.0 — Well No, 7 Design Subtask 3. 1 - Well Construction Details 0 6 2 0 16 4 4 2 34 Subtask 3.2 - Wellhead and Appurtenances 0 8 8 0 16 8 4 2 46 Subtask 3.3 - Raw Water Piping 0 8 0 16 1 16 8 12 2 62 Subtotal 0 22 10 16 48 20 20 6 142 Task 4.0 — Instrumentation and Programming 00 16 16 40 8 16 8 104 Subtotal 0 0 16 16 40 8 16 8 104 Task 5.0 — Well Construction Permitting 0 4 0 16 16 2 1 4 4 46 Subtotal 0 4 0 16 16 2 4 4 46 Task 6.0 — Consumptive Use Permit Modification Subtask 6. 1 - Review of Existing MODFLOW/SEAWAT Model 0 2 6 24 8 8 4 2 54 Subtask 6.2 - Prepare ModelingTechnical Memorandum 0 4 8 40 16 8 4 2 82 Subtask 6.3 - Application for Consumptive Use Permit Modification 2 4 20 32 40 16 8 4 126 Subtotal 2 10 34 96 64 32 16 8 262 Task 7.0 — Preparation of Contract Documents Subtask 7. 1 - Preparation of Contract Documents 2 2 6 40 24 4 16 8 102 Subtask 7.2 - Technical Review Committees 4 8 16 8 8 4 0 2 50 Subtask 73 - Final Contract Documents Submittal 0 0 4 8 8 4 8 8 40 Subtask 74 - Preparation of Probable Construction Cost 2 4 0 2 8 0 0 2 18 Subtotal 8 14 26 58 48 12 24 20 210 Task 8.0 - Bidding Services 0 0 4 0 16 0 0 16 36 Subtotal 0 0 4 0 16 0 0 16 36 Task 9.0 - General Services During Construction Subtask 9. 1 - Pre-Construction Meeting0 0P38 2 2 0 0 2 8 Subtask 9.2 - Pro ress Meetings DuringConstruction 0 0 16 20 0 0 8 60 Subtask 9. 3 - Resident Project Representative 0 0 24 128 0 0 32 188 Subtask 9. 4 - General Contract Administration 8 0 0 48 0 0 32 96 Subtask 9. 5 - Record Drawings 0 0 4 4 8 16 4 44 Subtotal 8 0 46 202 8 16 78 396 TOTAL 18 62 128 258 442 84 100 144 1236 cmj12316 Exhibits Table As ATTACHMENT 1 BUDGET PROJECT : Design, Permitting, Bidding and Construction of South County WTP Well No . 7 PROJECT DESCRIPTION : As Outlined in the Scope of Services . REFERENCE : Agreement between Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category Hours Rate Cost Officer 18 $ 200 $ 3,600 Associate 62 $ 190 $ 11 ,780 Principal 128 $ 180 $ 23,040 Senior Professional 258 $ 145 $ 37,410 Professional Il 442 $ 130 $ 57,460 Senior Support Services 84 $ 110 $ 9 ,240 Staff Support Services 100 $ 80 $ 8,000 Project Administration 144 $ 75 $ 10,800 TOTAL HOURS 1 ,236 SALARY $ 161 ,330 OTHER DIRECT COSTS $ 61500 OUSIDE PROFESSIONALS - Surveyor $ 41500 GRAND TOTAL $ 172,330 USE AN UPPER LIMIT (NOT TO EXCEED) $ 172,330 112316 Exhibits Tables.xls