Loading...
Exh 8CAGENDA ITEM 8C AUGUST 11, 2003 CITY OF ATLANTIC BEACH CTTY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Engineering Contract for Well Rehabilitation and Replacement for Well Nos. 2, SN, 1N, 2S, and 6S, Phase II SUBMITTED BY: Donna Kaluzniak, CEP, Utility Director DATE: July 31, 2003 BACKGROUND: As part of the consumptive use permitting process, the St. Johns River Water Management District (SJRWMD) required the City to conduct geophysical and video logging of the production wells. Based on the results of the logging, as well as the results of laboratory analysis on the well water, SJRWMD required rehabilitation, replacement or abandonment of some of the City's wells. The City Commission authorized staff to negotiate a contract for engineering with CHZM Hill. As part of the negotiation process, CH2M Hill met with staff, completed site visits and performed a fairly extensive review of the existing well logs, data, and records. Afler discussion, City staff and CH2M Hill agreed to complete the design work in two phases. For Phase II, we requested CH2M Hill provide siting assistance and preliminary design for Well No. 7 (the well number for the replacement of Well No. 2). In addition, the engineering proposal includes the siting, engineering and construction phase services for new Well No. 65 (the replacement for Well Nos. 1N and 2S). Per a meeting with the SJRWMD, the City will be allowed to keep Well Nos. 2, 1N and 2S as backup wells instead of abandoning them Construction of Well 6S is included in FY05 of the 10-year Capital Improvement Program, and construction of Well 7 is scheduled in FY07. The amount for these services is $54,806.44, which is about 8% of the estimated construction costs. BUDGET: A total of $450,000 was budgeted for well rehabilitation and replacement in the Water Treatment Fund, in account number 400-5502-533-6300. RECOMMENDATION: Awazd the contract for Engineering for Well Rehabilitation and Replacement for Well Nos. 2, SN, 1N, 2S, and 6S, Phase II, to CH2M Hill in the amount of $54,806.44 and authorize the City Manager to sign the contract. ATTACHMENTS: 1. Proposal from CH2M Hill dated}uly 10, 2003 REVIEWED BY CITY MANAGER: AGENDA ITEM 8C AUGUST 11, 2003 9428 Baymeatlows Road Suite 200 Jacksonville fL 32256 CH21V0 H i LL Tel 904.733.9119 "~ Fex 904.733.9570 July 10, 2003 Ms. Donna Kaluzniak, Utility Director City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida 32233 Subject: Wellfield Siting and Design Services New Well Nos. 6S and 7 Dear Ms. Kaluzniak: CH2M HILL is pleased to submit the enclosed scope of services to provide professional engineering services in support of Wellfield Siting and Design Services for New Well Nos. 6S and 7. Please review at your convenience and contact us if you have any questions or concerns. We appreciate the opportunity to provide engineering services to the City of Atlantic Beach. Sincerely, CH2M HILL ~~~~~~ Michael B. Dykes, P.E. Project Manager ~ t~~ L/yN~b /~ Y/O~"~~j~ Thomas V. Waldeck, P.E. Vice President /ds \VACKSONVILLE~PROJECTS\WATERWTLANTIC BEACMAUTHORIIATION 2U(ALUZNIAK SCOPE AUTHORIZATION 2 TRANS LETTER 740-03.000 AGENDA ITEM 8C AUGUST 11, 2003 CH2M HILL City of Atlantic Beach Wellfield Siting and Design Services New Well Nos. 6S and 7 Purpose The purpose of this Scope of Services is to authorize CH2M HILL to provide the City of Atlantic Beach with professional consulting services for siting new Well No. 7 for Water Treatment Plant (WTP)1, and siting and design services for new Well No. 6S at WTP 4. Scope of Services This Scope of Services includes the following tasks: • Assist in selection of a site for new Well No. 7 and a pipeline easement/alignment to the existing raw water pipeline collection system at WTP 1. • Assist in identifying the location for new Well No. 6S at WTP 4, on property owned by the City. Design services for one 16-inch diameter Floridan aquifer water supply well (No. 6S) at WTP 4 to include wellhead piping and appurtenances and up to 1,500 feet of raw water piping to WTP 4. Task 1: Siting Assistance for Well No. 7 (@ WTP-1) and Well No. 6S (@ WTP-4) Siting assistance for Well Nos. 7 and 6S will include the following tasks: • Evaluate up to 4 potential well sites and pipeline alignments in the vicinity of WTP No. 1 for future Well No. 7, taking into account existing and planned production well(s), and existing and future utility infrastructure. • Preliminarily evaluate compatibility of each site and piping alignment options for Well No. 7, in terms of well spacing, adequacy of site size for construction, well and pipeline construction access, operations, maintenance, and electrical service routing. • Evaluate up to 4 potential well locations in the viciruty of WTP No. 4 for Well No. 6S, taking into account existing and planned production well(s), and existing and future utility infrastructure. JAX/AiLANTIC BEACM u'OPE AUTHORIZATION 2 ~ 2BA9 0 ~ AGENDA ITEM SC SCOPE OF SERVICES CITY OF ATUNTIC EEACH WELLI AUGUST lI, 2003 • Preliminarily evaluate each location for Well No. 65, in terms of well spacing, adequacy of site size for construction, well construction access, operations, maintenance, and electrical service routing • Investigate potential zoning and local construction permitting requirements. • Review area hydrogeology and well completion details of other wells in the area to determine wellhead requirements and likely well capacity. • Evaluate the potential for nearby contamination sources to affect groundwater quality, permitting, and long-term operation of the wells by obtaining and reviewing FDEP maps on known contaminated sites and conducting a "windshield" survey of the candidate site. • Evaluate potential impacts to existing nearby wells and confirm that potential site locations adhere to SJRWMD and FDEP setback requirements from sanitary hazards and other relevant siting constraints. • Observe other environmental issues related to protected trees, endangered species, wetlands, flooding, etc. If any such issues are identified, incorporate them into the site evaluation and consider them in the selection process. • Coordinate and conduct project site meeting with FDEP and SJRWMD representatives at up to four proposed site locations. • Prepare a site evaluation summary Technical Memorandum ranking the candidate well sites at WTP-1 and WTP-4. Meet with the City to reach agreement on proceeding with further evaluation of the candidate sites. • Coordinate real estate boundary survey and gather background information relative to site construction including, but not limited to, existing site improvements, utility, and roadway -drawings. • Coordinate and instruct the land surveyor on the scope for the final site surveys. Deliverables The following deliverables will be submitted to the City as part of this task: - Meeting summaries for meetings attended by CH2M HILL - Draft and final site evaluation Technical Memorandum - Copies of relevant correspondence related to this task Meetings - Up to 2 meeting with the City to discuss facility plans, potential well sites, and site evaluation recommendations JAX(ATUNTI B CHS OP AUTHDRI TIDNZI-ZB-09D _ Z I AGENDA ITEM 8C AUGUST 11, 2003 SCOPE Of BERVICEB• CITY OF ATLANTIC BEACH WELIFI - Well site field site visits with the City and appropriate regulatory agency representatives Assumptions 1. It is assumed that the City wi17 be responsible for site acquisition once the site is selected. No further site acquisition assistance is included in this scope. If the selected site cannot be acquired, additional sites will be evaluated as an additional service with written authorization from the City. 2. City will provide existing relevant well.field testing data, reports, etc., to be used in evaluation of existing wells, pumping equipment, and facilities. 3. Up to 2 progress meetings will be held as needed. 4. No environmental, building, or SJRWMD Consumptive Use permitting services are included in this task. Permitting assistance will be provided as an additional service with written authorization from the City. 5. Existing private well location information will be provided by the City. Private well mitigation services are not included. 6. Land surveyor services are not included in this task. City will be responsible for acquiring land surveyor services. 7. Well sites, access roads and pipeline routes will not be located in jurisdictional wetlands. If any weflands are preliminarily identified, further evaluation of the feasibility of construction within those wetlands may require additional authorization. 8. Site tree surveys aze not included in these services. Task 2: Design Services for Well No. 6S (@WTP-4) and Preliminary Design of Well No. 7 CH2M HILL will provide design services for Well No. 6S (WTT'-4), wellhead appurtenances, and raw water piping, and preliminary design of Well No. 7 to include the following: Well No. 6S • Assist City during geotechnical and subsurface field investigations. Services included will be limited to: initial coordination with the City's geotectTnical consultant to identify boring locations, oversight during the filed investigations and review of the geotechnical engineering report submitted by the geotechnical consultant. • Preparation of plans and technical specifications for one supply well (Well No. 65). Well No. 65 will be designed with approximately 100 feet of 24-inch surface casing and about 450 feet of 16-inch diameter final casing. The target capacity of the well will be 2,000 gpm, depending on the final pump and size selected; however, the specific characteristics of the aquifer will influence the final capacity of the well. .~ix/ATLaNncefncNSCOPEAUrNORIUnoN27-2B-03o _ 3 AGENDA ITEM SC AUGUST I1, 2003 SCOPE OF SERVICES- CITY OF ATLANTIC BEACH WELLF, • Preparation of plans and technical specifications for the wellhead installation, electrical and piping appurtenances for the well. This work includes civil/ site, mechanical piping, electrical and I & C, landscaping and up to 1,000 feet of gravel access road. • Preparation of plans and technical specifications for up to 1,500 LF of PVC raw water piping from the new well site to the existing piping connecfion. • Pressure and flow requirements for the well pump will be estimated based on existing well performance and estimated well capacity. • Coordinate with the local electrical utility to establish service requirements for new service to the well. • Prepare a brief technical requirements memorandum for a geotechnical testing/engineering firm to perform geotechnical and subsurface investigations at the well site and the raw water pipeline alignment. The information obtained from these investigations will be used to develop the design basis for pipeline bedding systems and to ascertain special construction requirements (e.g. special dewatering techniques, thrust restraint) • Review available soIl maps prepared by U.S. Soft Conservafion Service. • Observe drilling of 10-ft. deep SPT borings at up to 4 locations along the pipeline alignment and up to 3 borings at the well site (total of 7 borings) as part of the geotechnical and subsurface investigations provided by the City. • Complete well pumping equipment selection that is compatible with well performance, potential wellfield interference, CUP Modification requirements, long-term wellfield production, and predicted long-term regional water level decline. • Process documents for City Engineering Development Review Approval of design drawings. • Prepare Construction Permit Drawings for Contractor (i.e, well construction, clearing and building permits). Preliminary Design of Well No. 7 • Prepare preliminary design of Well No. 7 limited to expected well diameter, depth, and capacity. • Provide recommendations regarding the expected well pump size, capacity, and expected head requirements based on preliminary estimates. Deliverables The following deliverables will be submitted to the City as part of this task - Meeting summaries for meetings attended by CH2M HILL - Technical Requirements memorandum for the geotechnical investigation - Draft plans and specifications at the 60% and 90% completion points dAx/ATLANncBeACnscoPEnuTHORIUnoN27~2&03 _ 4 AGENDA ITEM SC SCOPE OF SERVICES CITY OF ATLANTIC BEACH WELD AUGUST I I, Z~o3 - Final drawing and specification packages - Copies of correspondence related to this task - Preliminary design of Well No. 7 (one Drawing). - Preliminary sizing of Well No. 7 pump to include capacity and expected head requirements (information to be included on Well No. 7 preliminary design drawing as a note). Meetings - Up to three (3) design review meetings will be held with the City Assumptions 1. No environmental permitting services are included in this scope including SJRWMD Consumptive Use Permit (CUP), Environmental Resource Permit (ERP), FDEP Drinking Public Drinking Water Facility Construction Permit, FDEP Generic Permit for Discharge of Produced Groundwater from Non-contaminated Site Activity. 2. Land surveyor and geotechnical testing services are not included in this task. City will be responsible for acquiring land surveyor and geotechnical testing services. Survey and geotechnical testing will be provided by the City as needed for design support. 3. No Zoning Exception assistance is included in this scope. Attendance at public hearings for zoning is not included. 4. SCADA devices and signals for the supply well will not be included 5. The City has pre-approved and pre-selected qualified contractors for construction and equipment. No bidding or contracting services are included. 6. No contracting or legal language front end contract documents for the plans and technical specification packages aze included in these services. 7. Actual Well No. 7 dimensions and capacity may change during final design which will be performed as an additional scope item. 8. Actual pump size and capacity for Well No. 7 may change during final design which will be performed as an additional scope item. Additional Services The Engineer will, as duected, provide additional services, n1 addition to those specified here that are related to the design, permitting, or bidding of this project, but not included within this Scope of Services and fee. These services can be provided after a specific scope and budget has been agreed to by the City and a written notice to proceed is received from City, Additional services may include: JA%IATLrWTIC BEACH SCOPEAUTHORIZATIONZ~-ZB~O9 DOC - S AGENDA ITEM 8C SCOPE OF SERVICES- CITY OF ATUNTIC BEAC AUGUST I1, ZOO3 • Final design services associated with Well No. 7 at WTP No. 1. • Environmental permitting services including SJRWMD CUP, ERP, FDEP Drinking Public Drinking Water Facility Construction Permit, FDEP Generic Permit for Discharge of Produced Groundwater from Non-contaminated Site Activity. • Construction phase services. • Public communications services including attendance at public meetings. • SCADA Equipment and Panels. Payment for Services of CH2M HILL Compensation for this scope of services will be on a lump sum basis for the fee of FIFTY FOUR THOUSAND EIGHT HUNDRED SIX DOLLARS ($54,806.00). Invoicing will be monthly and based on percent complete of project. Changes in the scope of services, schedule, and lump sum amount will be negotiated and authorized in writing prior to performing the changed scope of services. Schedule The work in this scope will be completed within 6 months of City authorization if no site evaluation, neighborhood, or existing condition factors cause delays. The project scope and cost estimate are based on a typical work schedule and assumes that no extraordinary efforts will be needed to complete the work in an accelerated manner. Extraordinary efforts include working any time other than daylight hours during weekdays and other activities not normally required. JA%/ATLANTtC BEACH SCOPE AUTHORIZATlDNZJ-28-Q)DCC _ 6 AGENDA ITEM 8C AUGUST 11, 2003 Table 1 Wellfield Siting and Design City of Atlantic Beach Task Rate Hours Cost 1 WeII Site Evaluations Principal (Partner or Senior Officer) $ 168.00 1 $ 168.00 Proiect Manager (Responsible Professional) $ 147.00 56 $ 8,232.00 Design Engineer or Architect (Registered) $ 93.00 90 $ 8,370.00 Drafter & Project Assistant $ 64.00 17 $ 1,088.00 164 $ 17,858.00 Labor Sub-total $ 17,858.00 Expenses $ 1,758.92 Subconsultants $ - Task 1 Total $ 19,616.92 2 Design Well No. 8 (WTP•4) Principal (Partner or Senior Officer) $ 168.00 1 $ 168.00 Project Manager (Responsible Professional) $ 147.00 42 $ 6,174.00 Design Engineer or Architect (Registered) $ 93.00 225 $ 20,925.00 Designer or Technician (Non-Registered) & Field Inspector $ 80.00 22 $ 1,760.00 Drafter & Project Assistant $ 64.00 52 $ 3,328.00 342 32,355.00 Labor Sub-total S 32,355.00 Expenses $ 2,834.52 Subconsultants S - Task 2 Total Labor $ 50,213.00 Expenses $ 4,593.44 Subconsultant ~ S - Total Lump Sum Cost S 54,806.44