peace river manasota regional water supply … · 2020-07-22 · task 1: project management, ......
TRANSCRIPT
PEACE RIVER MANASOTA REGIONAL WATER SUPPLY AUTHORITY BOARD OF DIRECTORS MEETING
August 5, 2020
REGULAR AGENDA ITEM 2
Peace River Regional Reservoir No. 3 Project (PR3)
Consultant Contract ______________________________________________________________________________ Presenters - Terri Holcomb, Resource Management & Planning
Manager Recommended Action - Motion to approve and authorize Executive Director to
execute Agreement for Professional Services Related to the Peace River Regional Reservoir (PR3) Project with HDR Engineering, Inc.
Motion to approve and authorize Executive Director to
execute Work Order No. 1 ‘Peace River Regional Reservoir (PR3) Project Siting and Feasibility Phase’ for an amount not to exceed $1,499,983.20.
a. Agreement for Professional Services Related to the Peace River Regional Reservoir (PR3)
Project The PR3 Project will increase the Authority’s pumping capacity on the Peace River consistent with the Authority’s water use permit (WUP) and provide a third off-stream raw water storage reservoir with at least an additional 6.0 billion gallons normal operating storage capacity. At the May 27, 2020 Meeting the Board selected HDR Engineering, Inc. as the top ranked firm to conduct the Authority’s ‘Peace River Regional Reservoir (PR3) Project’. The Agreement for Professional Services Related to the Peace River Regional Reservoir (PR3) Project with HDR Engineering, Inc. is a standard contract utilized by the Authority and it provides the legal framework under which Work Orders for engineering services will be issued on this project. b. Work Order No. 1 - Siting and Feasibility Phase Services
Work Order No. 1 ‘Siting and Feasibility Phase Services on the Peace River Regional Reservoir (PR3) Project’ with HDR Engineering, Inc. includes wetland and floodplain mitigation evaluations; geotechnical and geological explorations and evaluations; identification and development of permitting plans; development of a decision support framework to evaluate alternatives and production of a Feasibility and Siting Report. The cost of Work Order No. 1 is $1,499,983.20 which includes a $100,000 owners allowance in case out-of-scope work is required. This project is cooperatively funded by the Southwest Florida Water Management District up to $625,000. Funds for the Authority’s share of the project costs (approximately $875,000) are in the FY 2020 ($250,000), FY 2021 ($375,000) and planned FY 2022 budgets ($250,000). Project completion is scheduled for December 2021. Budget Action: No action needed. Attachments: Tab A Presentation Materials Tab B Agreement for Professional Services Related to the Peace River Regional Reservoir (PR3) Project Tab C Work Order No. 1 ‘Siting and Feasibility Phase Services’
TAB A Presentation Materials
TAB B Agreement for Professional Services for the PR3 Project
Peace River Regional Reservoir (PR3)
1
AGREEMENT FOR PROFESSIONAL SERVICES RELATED TO THE
PEACE RIVER REGIONAL RESERVOIR (PR3) PROJECT
The Agreement is made this day of , 2020 (“Effective Date”) between the
PEACE RIVER MANASOTA REGIONAL WATER SUPPLY AUTHORITY, an independent
special district created pursuant to Section 373.1962, Florida Statutes, now found in Section
373.713, Florida Statutes, and Section 163.01, Florida Statutes, acting by and through its governing
Board of Directors, hereinafter referred to as the “Authority”, whose address is 9415 Town Center
Parkway, Lakewood Ranch, Florida 34202, and , hereinafter referred to as
“Consultant”, whose address is .
WHEREAS, the Authority provides certain governmental services and owns and operates
a regional public water supply and delivery system, develops new drinking water supplies,
transmission pipelines, and water treatment and storage facilities and must comply with various
state and federal regulations; and
WHEREAS, the Authority must periodically implement projects to maintain, assess,
inspect, evaluate, repair and upgrade its various existing facilities, permits, systems and data, as
well as at times to investigate, analyze or assess new projects, and construct buildings and related
systems necessary to support its operations; and
WHEREAS, the Authority desires to retain a consultant to plan, design, permit and provide
construction services for the Peace River Regional Reservoir (PR3) Project (Project) to support the
Authority's Water Resiliency Assurance Plan (WRAP); and
WHEREAS, the Authority solicited statements of qualifications for the Project; and
WHEREAS, the Authority has selected Consultant in accordance with the Authority’s
Procurement Policy to provide Professional Services; and
Peace River Regional Reservoir (PR3)
2
WHEREAS, Consultant desires to perform and complete Professional Services associated
with the Project for the Authority, and has the experience, staff and resources to perform those
services.
NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter
contained, the parties hereto agree as follows:
SECTION 1. DEFINITIONS
The following terms as used in the Agreement shall have the following meanings:
A. “Agreement” – This written document and the Agreement Documents set forth in Section
7 hereof, as it may be amended from time to time.
B. “Fee Schedule” – Schedule showing billing rates for Consultant’s various personnel
classifications that serves as a basis for budget development on tasks within the Scope of
Services, and which is included as Exhibit “A” in the Agreement.
C. “Professional Services” – Services to be provided by Consultant to the Authority generally
consisting of, but not limited to, reservoir and intake siting and capacity studies,
geotechnical investigations, operational planning, permitting, environmental mitigation
planning, ecological surveys, engineering, design services, services during bidding,
construction management, inspection services, and any other professional services required
for the planned Project.
D. “Project” – The Peace River Regional Reservoir (PR3) Project, which will, at a minimum,
result in complete and successful construction of the Authority’s third regional off-stream
raw water storage reservoir and expanded intake capacity on the Peace River. Consultant
will need to work in conjunction with other Authority consultants for coordination on other
components of the WRAP.
Peace River Regional Reservoir (PR3)
3
E. “Scope of Services” – The Professional Services to be provided by the Consultant, which
will include specific tasks and duties related to the Project to be conducted within a pre-
determined timeframe for a specified fee to meet a defined objective, collectively
comprising a Work Order.
F. “System” – All real property, interest in real property, fixtures, personal property, wells,
buildings, treatment systems, pumps, pipelines, storage facilities, reservoirs, aquifer
storage and recovery facilities and appurtenant or associated facilities of the Authority used
in the storage, treatment and delivery of water to Authority customers.
G. “Submittal” – Drawings, maps, tests, samples, applications, progress schedules and other
schedules, progress reports and other reports, and any other documents required for
submission by the Agreement.
H. “Work Order” – An individual work assignment to be conducted by Consultant at the
direction of the Authority, consisting of single or multiple tasks completed within a pre-
determined timeframe for a pre-approved fee, including a Scope of Services for that
specific Work Order.
SECTION 2. ENGAGEMENT OF CONSULTANT
The Authority hereby agrees to engage Consultant, and Consultant hereby agrees to perform
Professional Services as directed by the Authority. Key personnel and subconsultants/contractors
shall not be assigned to or removed from the Project by Consultant without the prior written
approval of the Authority. Both parties agree that replacement of key personnel and
subconsultant/contractors must be with equal or more qualified persons, and must be approved by
the Authority before a new member works on a Project.
Peace River Regional Reservoir (PR3)
4
SECTION 3. WORK ORDERS, SCOPE OF SERVICES, AND THE CONSULTANT’S
RESPONSIBILITY
The Project will be completed through a series of sequential Work Orders, all developed in
accordance with this Agreement. Each Work Order will be brought to the Authority Board of
Directors (Board) for approval prior to its issuance. Consultant shall develop each Work Order,
which will include the intended purpose, objectives, services needed in a task-level breakdown,
schedule, deliverables, and estimated costs. Any modification to a Work Order after it has been
authorized by the Authority Board must be approved in writing by the Authority Board. In addition
to the Professional Services set forth in the Agreement, the Consultant shall perform the following:
A. Consultant shall secure at its own expense, all personnel, facilities, and equipment required
to perform the services necessary to complete the Work Order.
B. Consultant shall maintain an adequate and competent professional staff appropriately
certified/licensed and operating within the State of Florida.
C. Consultant shall designate in writing a single representative with whom the Authority shall
coordinate the Work Order tasks, which shall be the Project Manager listed in the Statement
of Qualifications incorporated into this Agreement pursuant to Section 7, unless otherwise
revised in accordance with Section 2. This representative shall have the authority to
transmit instructions, receive information, and interpret and deliver Consultant’s policies,
opinions and decisions related to the Work Orders.
D. Consultant shall secure all licenses or permits required by law for the completion of any
Work Order and shall be in compliance with all federal, state and local law, statutes, rules,
regulations, ordinances, orders and decisions in effect at the time of the execution of the
Agreement and during the time of performance of such services.
Peace River Regional Reservoir (PR3)
5
E. Consultant shall, at all times, keep the Authority advised as to the status of the Project
including, but not limited to, the progress on individual tasks within any Work Order. The
Authority and its authorized representatives shall have the right to visit any work site and
the office of Consultant at any reasonable time for purposes of inspection.
F. Consultant shall cooperate with other consultants, construction contractors, and suppliers
retained by the Authority as needed.
G. The Authority shall have the right during the three (3) year period following the expiration
or termination of the Agreement to audit Consultant with regard to any financial matters in
connection with the services provided under this Agreement. The requested audit shall be
performed by a certified public accountant selected and paid for by the Authority.
Consultant shall make all documents and data available to the Authority or its designated
auditor. Consultant may have the audit reviewed by Consultant’s auditor at Consultant’s
expense.
SECTION 4. THE AUTHORITY’S RESPONSIBILITY
Except as otherwise provided in a Work Order, the Authority’s responsibilities are as follows:
A. To designate the Authority’s Executive Director to act on the Authority’s behalf with
respect to all matters relating to the Work Order. The Executive Director shall have
complete authority to authorize the following changes to any Work Order; transmit
instructions; receive information; approve invoices and authorize payments thereon; and
interpret and define Authority’s policies and decisions with respect to materials, elements,
sub-consultants, key personnel and systems pertinent to Consultant’s services.
B. To provide, within a reasonable time from request of Consultant, existing data, plans,
reports, and other information in the Authority’s possession or under the Authority’s
Peace River Regional Reservoir (PR3)
6
control that are necessary or may be helpful to Consultant in performance of their duties,
and to provide full information regarding requirements of the Project and any Work Order,
including objectives, budget constraints, criteria, and other pertinent requirements.
C. To furnish required information and services and render approvals and decisions as
expeditiously as necessary for the orderly progress of Consultant’s services.
SECTION 5. TIME OF PERFORMANCE
Consultant shall commence providing services as defined in any Work Order upon receipt of a
Notice to Proceed for that Work Order and shall satisfactorily complete such services within the
established schedule.
SECTION 6. COMPENSATION
The Authority agrees to pay the Consultant for services performed in accordance with the Local
Government Prompt Payment Act, Part VII, Florida Statutes, upon receipt of a proper invoice and
as follows:
A. Compensation for any Work Order approved by the Authority Board shall be established
based on the Fee Schedule included in Exhibit “A” and may include any subsequent
modifications authorized by the Authority Executive Director pursuant to Section 4 above.
Final payment will be subject to successful completion of a Work Order and the
Authority’s acceptance of tasks and project schedule in accordance with the terms of this
Agreement and the Work Order. The Fee Schedule in Exhibit “A” may be adjusted on an
annual basis upon written approval by the Executive Director.
B. The fair and reasonable expenses of the Consultant necessarily incurred in the performance
of the duties herein described and agreed to by the Authority shall, upon proper invoice
and detail, be paid by the Authority, at actual cost with no mark-up. The Authority shall
Peace River Regional Reservoir (PR3)
7
also pay out-of-pocket expenses, at actual cost with no mark-up, incurred by Consultant
for the Authority relating to the provision of Professional Services, and agreed to by the
Authority’s Executive Director. Expenses, which may be incurred by the Consultant for
travel or hotels, must be pre-approved by the Authority’s Executive Director and, if pre-
approved, will be reimbursed in accordance with Exhibit “B”, Authority Resolution 2018-
01 Resolution Establishing Per Diem and Travel Expenses. This paragraph supersedes any
conflicts that may occur with Exhibit “A”.
C. Consultant shall prepare and submit to the Authority’s Executive Director for approval
monthly invoices for the services rendered and expenses incurred pursuant to completion
of each task from a Work Order. All invoices shall be on a calendar month basis. Invoices
must be submitted to the Executive Director by the 20th day of the month for services
completed the previous month. Payment shall be made in accordance with paragraph A
from the date when it is stamped as received by the Authority unless payment is not
approved by the Executive Director pursuant to paragraph D. All invoices shall be
accompanied by a report identifying the nature and progress of the services performed and
in a format approved by the Executive Director.
D. The Authority reserves the right to withhold payment to Consultant for failure to perform
services in accordance with the provisions of the Agreement and the Authority shall
promptly notify Consultant if any invoice or report is found to be unacceptable and will
specify the reasons therefore.
E. Consultant shall have the right to suspend services under the Agreement if an invoice
becomes delinquent. “Delinquent” shall be defined as an invoice not being paid within
Peace River Regional Reservoir (PR3)
8
sixty (60) days from receipt thereof by the Authority. Consultant’s right to suspend services
does not become effective if the Authority has withheld payment of an invoice for cause.
F. Disputes regarding a monthly invoice and/or report shall be resolved pursuant to Section
218.76(2), Florida Statutes, as may be amended.
G. The Authority may, in addition to other remedies available at law or equity, retain such
monies from amounts due to the Consultant as may be necessary to satisfy any claim for
damages, penalties, costs and the like asserted by or against the Authority. The Authority
may set off any liability or other obligation of the Consultant or its affiliates to the
Authority against any payments due the Consultant under any agreement with the
Authority.
SECTION 7. AGREEMENT DOCUMENTS
The following documents are attached or incorporated herein by reference and made a part of this
Agreement:
A. Consultant’s __________ 2019 Statement of Qualifications,
B. Fee Schedule, attached hereto as Exhibit “A”,
C. Authority Resolution 2018-01 Resolution Establishing Per Diem and Travel Expenses, (or
latest revision) attached hereto as Exhibit “B”,
D. Certificate of Insurance, attached hereto as Exhibit “C”, and
E. Any written amendments, modifications, or addenda to the Agreement.
F. Work Orders as approved by the Authority Board.
In the event of a conflict of contract terminology, priority shall first be given to the language in
the body of this Agreement, then to Exhibit “B”, then to Exhibit “A”, then to approved Work
Orders, as they may be amended.
Peace River Regional Reservoir (PR3)
9
SECTION 8. DOCUMENTS AND DATA
A. Consultant will provide the Authority with any and all reports, models, studies, record
drawings, maps or other documents resulting from the Project at no cost to the Authority.
Additionally, an electronic and hardcopy set of any final reports must be submitted to the
Authority at no cost to the Authority unless additional copies beyond those deliverables
identified in a Work Order are requested. In the case of additional requested copies, the
supplemental cost for such deliverables will be negotiated on a case by case basis in
advance of authorization to commence production. All original documents prepared by
Consultant are instruments of service and shall become property of the Authority. The use
of data gathered under the Agreement shall be restricted and limited to the purposes of the
Agreement, excluding the data in the public domain, and shall not be used in connection
with other contracts or for other clients of Consultant without written permission of the
Authority. Consultant will provide the Authority with reproducible copies of all reports
and other documents. Copies of electronic media used to store data shall be provided to
the Authority in a format suitable for hard copy print out. Reports, record drawings,
documents and maps obtained from other agencies in the course of executing the Project
shall be considered the property of the Authority and will be delivered by Consultant to the
Authority upon the Authority’s request and/or completion of the Project and Work Orders.
B. The documents, drawings, technical data and working papers obtained or generated under
the Agreement shall be maintained by Consultant and made available to the Authority upon
request by the Authority at all times during the term of the Agreement and for five (5) years
thereafter. Consultant shall deliver to the Authority, at no cost, copies of such documents
or reports obtained or generated under the Agreement.
Peace River Regional Reservoir (PR3)
10
C. All tracings, plans, specifications, maps, plats, evaluations, reports and technical data
including working papers prepared or obtained under the Agreement, shall become the
property of the Authority without restriction or limitation of use, and shall be made
available, upon request, to the Authority at any reasonable time. Consultant may retain
copies thereof for their files and internal use. Any use by the Authority of such materials
obtained under the Agreement for any purpose not related to the Project or Scope of
Services pursuant to the Agreement, or use of incomplete materials obtained from
Consultant by the Authority shall be made at the risk of the Authority and made without
liability to Consultant. However, this does not constitute a disclaimer of the professional
competency of the original work as used within the Project and Professional Services.
D. All final plans, reports and/or such other documents that are required by Florida Law to be
endorsed and are prepared by Consultant in connection with the Project or Work Orders
shall bear the certification of a person in the full employment of Consultant or duly retained
by Consultant and duly licensed and with current registration in the State of Florida in the
appropriate professional category.
E. Consultant shall make any patentable product or result of the Project and all information,
design, specifications, data, and findings available to the Authority. No material prepared
in connection with the Project will be subject to copyright by Consultant. The Authority
shall have the right to publish, distribute, disclose and otherwise use any material prepared
by Consultant pursuant to this Agreement. Any use of materials or patents obtained by the
Authority under the Agreement for any purpose not within the Project pursuant to the
Agreement shall be at the risk of the Authority. However, this does not constitute a
disclaimer of the professional competency of the original work as used within the Project.
Peace River Regional Reservoir (PR3)
11
At the Authority’s discretion, whenever any renderings, photographs of renderings,
photographs of model, or photographs of the Project are released by the Authority for
publicity, proper credit for shall be given to Consultant, provided the giving of such credit
is without cost to the Authority.
F. For a period of five (5) years after the completion of the Project and Work Orders,
Consultant agrees to provide the Authority with copies of any additional materials in its
possession resulting from the performance of the Project at no cost. However, this
provision shall not be considered a waiver of any claim of attorney/client privilege to which
Consultant is entitled.
G. Consultant shall not publish, copyright, or patent any of the data furnished or developed
pursuant to the Project without first obtaining the Authority’s written consent.
H. Consultant shall comply with the provisions of Chapter 119, Florida Statutes (Public
Records Law). In addition to this Agreement’s requirements and as required by Section
119.0701(2), Florida Statutes, the Consultant shall (1) keep and maintain public records
that ordinarily and necessarily would be required by the Authority in order to perform the
service; (2) provide the public with access to public records on the same terms and
conditions that the Authority would provide the records and at a cost that does not exceed
the cost provided by law; (3) ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized
by law; and (4) meet all requirements for retaining public records and transfer, at no cost
to the Authority, all public records in possession of the Consultant upon termination of this
Agreement and destroy any duplicate public records that are exempt or confidential and
exempt from public records requirements. All records stored electronically must be
Peace River Regional Reservoir (PR3)
12
provided to the Authority in a format that is compatible with the information technology
systems of the Authority. Pursuant to Subsection 119.071(3)(b), Florida Statutes, building
plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final
formats, which depict the internal layout and structural elements of a building, water
treatment facility or other structure owned or operated by the Authority are exempt from
the inspection, examination and duplication of public records provisions of Subsection
119.07(1), Florida Statutes, and Subsection 24(a), Article I of the State Constitution.
Information made exempt by Subsection 119.071(3)(b), Florida Statutes, may only be
disclosed to other governmental entities if disclosure is necessary for the receiving entity
to perform its duties and responsibilities; to licensed architects, engineers, or contractors
who are performing work on or related to the building or other structure; or upon a showing
of good cause before a court of competent jurisdiction. Entities or persons receiving such
information are required to maintain the exempt status of the information. Consultant
agrees to include the above provision in all agreements with subcontractors that are related
to the Consultant’s performance under this Agreement, and to which the provisions of
Chapter 119, Florida Statutes, also apply. Consultant shall also notify the Authority within
forty-eight (48) hours of receipt of a public records request under Chapter 119, Florida
Statutes.
I. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT (941)316-1776;
Peace River Regional Reservoir (PR3)
13
[email protected]; OR 9415 TOWN CENTER PARKWAY, LAKEWOOD
RANCH, FLORIDA 34202.
SECTION 9. STANDARD OF PERFORMANCE
Consultant shall perform and complete Work Orders in a timely manner and in accordance with
the standard of care, skill and diligence customarily provided by an experienced professional
organization rendering the same services, and in accordance with sound principles and practices.
The Authority shall decide all questions, difficulties and disputes of any nature whatsoever that
may arise under or by reason of the Agreement, the prosecution and fulfillment of the services
called for hereunder, or the character, quality, amount, or value thereof. The decision of the
Authority upon all such claims, questions, or disputes shall be reasonable and in adherence with
sound principles and practices applicable to the Professional Services.
SECTION 10. CONSULTANT’S ACKNOWLEDGEMENTS AND REPRESENTATIONS
Consultant acknowledges and explicitly represents to the Authority the following:
A. Consultant is duly authorized to conduct business in the State of Florida.
B. In connection with the services to be performed under the Agreement, Consultant will
abide by and assist the Authority in satisfying all applicable federal, state and local laws,
rules, regulations and guidelines (including but not limited to the Americans with
Disabilities Act) relative to performance under this Agreement. Consultant will not
discriminate against any employee or applicant for employment because of race, color,
religion, sex, handicap, disability, marital status or national origin. Consultant will obtain
and maintain all permits and licenses necessary for its performance under this Agreement.
C. Consultant recognizes that:
Peace River Regional Reservoir (PR3)
14
1. Authority is contractually obligated to furnish potable water to the Authority’s
customers who have an immediate need for such water;
2. The performance of the services required by a Work Order may interface with work
performed by others; and
3. Authority may suffer financial loss if the services are not completed within the time
periods set forth in a Work Order, or any extensions thereof.
D. Consultant has familiarized itself with the nature and extent of the Agreement, services
expected to be performed under the Agreement, and federal, state and local laws, statutes,
rules, regulations, ordinances, orders and decisions, that may affect Consultant’s
performance of the Agreement.
E. Consultant has reviewed the Agreement (including its Exhibits) and all available
information and data shown or indicated in the Agreement and has given the Authority
written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in
the Agreement or information or data, and the written resolution thereof by the Authority
is acceptable to Consultant.
F. Consultant shall obtain and review all information and data that relates to a Work Order or
which Consultant may reasonably anticipate may affect cost, scheduling, progress,
performance or furnishing of the Scope of Services, including, but not limited to,
information and data indicated in the Agreement or related to work under separate
contracts, to the extent such work may interface with Consultant’s services provided
pursuant to the Agreement.
G. Consultant recognizes and acknowledges that the time for the performance of the services
within a Work Order is of the essence.
Peace River Regional Reservoir (PR3)
15
SECTION 11. SUSPENSION OF PROJECT – EXTRA SERVICES
A. The Authority shall have the absolute right to terminate or suspend the Consultant’s
provision of any services, or amend Work Orders upon mutual agreement, at any time and
for any reason upon reasonable notice, and such action on its part shall not be deemed a
default or breach of the Agreement. Suspensions or termination of services in a Work Order
by the Authority, and amendments to any Work Order, shall be in writing.
B. If Consultant is of the opinion that any service the Authority directs it to perform
substantially increases the services of Consultant beyond the original Work Order (“Extra
Services”), Consultant shall, within ten (10) days of such direction, notify the Authority in
writing of this opinion. The Authority shall, within twenty (20) days after receipt of such
notification, fairly judge as to whether or not such service in fact increases the services of
Consultant beyond the Work Order in the Agreement and constitutes Extra Services. If the
Authority determines such service does constitute Extra Services, it shall provide extra
compensation to Consultant negotiated by the Authority and Consultant based upon the
provisions of Section 6 above.
C. In the event the provision of services is entirely or partly suspended, delayed, or otherwise
hindered by any cause whatsoever, Consultant shall make no claims for additional
compensation or damages owing to such suspensions, delays or hindrances. Such
suspensions, delays or hindrances may only be compensated for by an extension of time,
as the Authority may decide however such extension shall not operate as a waiver of any
other rights of the Authority. Upon resumption of the provision of services, Consultant
shall resume its service until the Work Order is completed, and the time for completion of
the services, which were suspended, shall be extended for the duration of the suspension.
Peace River Regional Reservoir (PR3)
16
D. If, in the opinion of the Authority, the progress of a Work Order during any period is
substantially less than the amount that is necessary to meet the Project schedule, the
Authority may require Consultant to take whatever action is necessary, in the opinion of
the Authority, to put the Project back on schedule. Such action shall not constitute Extra
Services unless the delays were caused by circumstances beyond the control of Consultant
or its agents, employees or subconsultants/contractors.
E. In the event of claims by others against the Authority in connection with the provision of
services, the Consultant shall provide to the Authority such technical assistance that the
Authority may request. Such assistance shall constitute Extra Services, unless such claims
are caused by the failure of Consultant, its agents, employees, or subcontractors to comply
with the terms and conditions of the Agreement or otherwise perform their duties under
this Agreement.
G. If Authority requires Consultant to assist with an audit of Project costs, such assistance
shall not be considered Extra Services.
SECTION 12. SUBCONSULTANTS/CONTRACTORS
Consultant shall not subcontract, assign, or transfer the Agreement or any services specifically
authorized in the Agreement without the prior written consent of the Authority, which consent may
be withheld in the Authority’s sole discretion. Consultant shall be solely responsible for the
employment, direction, supervision, compensation and control of any and all
subconsultants/contractors, consultants, experts or other persons employed by Consultant.
Consultant shall cause all subconsultants/contractors, experts or other persons employed by
Consultant to abide by the terms and conditions of the Agreement and all applicable law as their
services affect the Authority. Consultant shall not permit any subconsultant/contractor, supplier
Peace River Regional Reservoir (PR3)
17
or other person or organization to perform services unless such subcontractor, supplier or other
person or organization has complied with the workers’ compensation insurance requirements
contained in Section 14 herein. Nothing in this Agreement shall be construed to create, or be
implied to create, any relationship between the Authority and any subconsultant/contractor of the
Consultant.
SECTION 13. INDEPENDENT CONTRACTOR
Neither the Authority nor any of its employees shall have any control over the conduct of
Consultant or any of Consultant’s employees, subconsultant/contractors or agents, except as herein
set forth, and Consultant expressly warrants not to represent at any time or in any manner that
Consultant or Consultant’s agents, subconsultants/contractors or employees are in any manner
agents, subconsultants/contractors or employees of the Authority. It is understood and agreed that
Consultant is, and shall at all times remain as to the Authority, a wholly independent contractor
and that Consultant’s obligations to the Authority are solely as prescribed by the Agreement.
SECTION 14. INSURANCE
A. The Consultant must maintain during the entire term of this Agreement, insurance in the
following kinds and amounts with a company or companies authorized to do business in
the State of Florida and shall not commence work under this Agreement until the Authority
has received an acceptable certificate of insurance showing evidence of such coverage.
B. The amounts and types of insurance shall be appropriate for the services being performed
by the Consultant, its employees or agents and must conform to the following minimum
requirements:
1. Workers Compensation. Coverage must apply for all employees and statutory limits
in compliance with the applicable state and federal laws. In addition, the policy must
include the following:
Peace River Regional Reservoir (PR3)
18
a. Employer’s Liability with a minimum limit per accident in accordance with
statutory requirements.
b. Notice of Cancellation and/or Restriction. The policy must be endorsed to
provide Authority with thirty (30) days written notice of cancellation and/or
restriction.
2. Commercial or Comprehensive General Liability. Coverage must include:
a. $2,000,000.00 combined limit per occurrence for bodily injury, personal injury
and property damage.
b. Contractual coverage applicable to this specific contract, including any hold
harmless and/or indemnification agreement, broad form property damage,
explosion, collapse, and underground hazard coverage and independent
contractor’s coverage.
c. Additional Insured. Authority is to be specifically included as an additional
insured.
d. Notice of Cancellation and/or Restriction. The policy must be endorsed to
provide Authority with thirty (30) days written notice of cancellation and/or
restriction.
3. Comprehensive Automobile Liability. Coverage must be afforded on a form no more
restricted than the latest edition of the Comprehensive Automobile Liability Policy
filed by the Insurance Services Office and must include:
a. $1,000,000.00 combined single limit per accident for bodily injury and property
damage.
b. Owned Vehicle.
c. Hired and Non-Owned Vehicles.
d. Employee Non-Ownership.
e. Additional Insured. Authority is to be specifically included as additional insured.
f. Notice of Cancellation and/or Restriction. The policy must be endorsed to
provide Authority with thirty (30) days written notice of cancellation and/or
restriction.
4. Professional Liability. Coverage must include:
a. Minimum limit of $2,000,000.00 per occurrence or claim of malpractice,
negligence, error and omissions.
b. Minimum limit of $2,000,000.00 in the aggregate for claims of malpractice,
negligence, error and omissions.
c. Notice of Cancellation and/or Restriction. The policy must be endorsed to
provide Authority with thirty (30) days written notice of cancellation and/or
restriction.
Peace River Regional Reservoir (PR3)
19
C. The required Certificates of Insurance not only shall name types of policies provided but
also shall refer specifically to the Agreement.
D. Insurance coverage shall be placed with insurers or self-insurance funds, satisfactory to the
Authority, licensed to do business in the State of Florida and with a resident agent
designated for the service of process. Consultant shall provide the Authority with financial
information concerning any self-insurance fund insuring Consultant. At the Authority’s
option, self-insurance fund financial information may be waived.
E. All the policies of insurance so required of Consultant, except workers compensation and
professional liability, shall be endorsed to include as additional insureds: the Authority, its
directors, officers, employees and agents as well as the Southwest Florida Water
Management District’s directors, officers, employees and agents. Such insurance policies
shall include or be endorsed to include a cross liability clause so the additional insureds
will be treated as if a separate policy were in existence and issued to them. If the additional
insureds have other insurance, which might be applicable to any loss, the insurance
required of Consultant shall be considered primary, and all other insurance shall be
considered excess. The cross liability clause does not increase the limits of liability or
aggregate limits of the policy.
F. Deductible and self-insured retention amounts shall be subject to approval by the
Authority, which approval shall not be unreasonably withheld. Consultant is responsible
for the amount of any deductibles or self-insured retentions.
G. Approval of the insurance by the Authority shall not relieve or decrease the liability of
Consultant hereunder. Consultant acknowledges and agrees the Authority does not in any
way represent the insurance (or the limits of insurance) specified in this Section 14 is
Peace River Regional Reservoir (PR3)
20
sufficient or adequate to protect Consultant’s interests or liabilities, but are merely
minimums.
H. All of the policies of insurance required to be purchased and maintained (or the certificates
or other evidence thereof) shall contain a provision or endorsement that the coverage
afforded will not be cancelled, materially changed, or renewal refused, until at least thirty
(30) days prior written notice has been given to the Authority and Consultant by certified
mail. Consultant shall give notice to the Authority within twenty-four (24) hours of any
oral or written notice of adverse change, non-renewal or cancellation. If the initial
insurance expires prior to completion of the work, renewal Certificates of Insurance shall
be furnished thirty (30) days prior to the date of their expiration.
I. All insurance required hereunder shall remain in full force and effect until final payment
and at all times thereafter when Consultant may be observing the correction, removal or
replacement of defective work.
J. Professional liability insurance shall continue in force until the end of the fifth (5th)
calendar year following the calendar year in which the Agreement is terminated. The
current professional liability insurance policy, if not renewed, shall provide for an extended
reporting period on the existing policy through said fifth (5th) calendar year.
K. Consultant shall, upon request by the Authority, deliver to the Authority a copy of each
insurance policy purchased by Consultant.
L. All policies, except for workers’ compensation and professional liability, shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer will
have no rights of subrogation against the Authority, its consultants, directors, officers,
employees, representatives or agents. Nothing contained in these insurance requirements
Peace River Regional Reservoir (PR3)
21
is to be construed as limiting the liability of Consultant or Consultant’s insurance carriers.
M. The commercial (occurrence form) or comprehensive general liability (occurrence form)
insurance shall include contractual liability insurance applicable to all of the Consultant’s
obligations under the Agreement, including any indemnity or hold harmless provision.
N. Consultant shall require each of its subcontractors, suppliers and other persons or
organizations working for Consultant to procure and maintain, until the completion of that
party’s services, insurance of the types and in the coverage amounts required to be carried
by Consultant in the Agreement unless the Authority agrees, in writing, to other types of
coverage and/or lower coverage amounts. Provided, however, professional liability
insurance shall not be required under the Agreement for subcontractors, suppliers or other
persons or organizations working for Consultant, unless such party is a licensed
professional. The preceding sentence does not preclude Consultant for requiring such
insurance. Consultant shall be responsible for ensuring all of its subcontractors, suppliers
and other persons or organizations working for Consultant in connection with the Project
comply with all of the insurance requirements contained herein relative to each such party.
The Consultant must obtain Certificates of Insurance from any subcontractor otherwise the
Consultant must provide evidence satisfactory to the Authority that coverage is afforded to
the subcontractor or by the Consultant’s insurance policies.
SECTION 15. INDEMNIFICATION OF THE AUTHORITY
Consultant agrees to indemnify and hold harmless the Authority, and its directors, officers and
employees from liabilities, damages, losses, and costs, either at law or in equity, including but not
limited to, reasonable attorney fees and costs and attorney fees and costs on appeal, as a result of
Peace River Regional Reservoir (PR3)
22
any negligent or reckless act or omission or any intentional wrongful conduct of Consultant and
other persons employed or utilized by the Consultant in performance of the Agreement. The
execution of the Agreement by Consultant shall obligate Consultant to comply with the foregoing
indemnification provision; however, the obligations of insuring this indemnification must also be
complied with as set forth in Section 14 herein.
SECTION 16. TERM OF AGREEMENT
The term of this Agreement is for the duration of the Project or a period of ten (10) years from the
Effective Date whichever comes first, unless terminated pursuant to the provisions of this
Agreement.
SECTION 17. TERMINATION OF AGREEMENT BY THE AUTHORITY/SURVIVAL
A. The Agreement may be terminated by the Authority, with or without cause, upon ten (10)
days written notice to the Consultant. Termination will be effective on the date provided
in the notice. In the event of termination under this section, the Consultant shall be entitled
to compensation for all services provided to the Authority up to the date of termination,
which are within a Work Order, and are allowed under this Agreement. If the Agreement
is so terminated, Consultant must promptly deliver to the Authority copies of all then
completed deliverable items and all tracings, drawings, survey notes and other documents
that directly support the deliverables prepared by Consultant.
B. In the event the Agreement should be terminated by Authority or Consultant, the duties
and obligations of Consultant under the following provisions shall survive termination and
continue in full force and effect:
1. Section 3(G) and 11(F), regarding Audits:
2. Section 8, regarding Documents and Data;
3. Section 14(J), regarding Professional Liability Insurance;
4. Section 15, regarding Indemnification of the Authority;
Peace River Regional Reservoir (PR3)
23
5. Section 17, regarding Termination of Agreement by the Authority/Survival;
6. Section 18, regarding Default/Remedies;
7. Section 21, regarding Truth-In-Negotiations/Public Entity Crimes Affidavit;
7. Section 25, regarding Dispute Resolution; and
8. Section 26, regarding Controlling Law/Attorney Fees.
SECTION 18. DEFAULT/REMEDIES
A. Either party may terminate this Agreement upon the other party's failure to comply with
any term or condition of this Agreement, as long as the terminating party is not in default
of any term or condition of this Agreement at the time of termination. To effect
termination, the terminating party shall provide the defaulting party with a written "Notice
of Termination" stating its intent to terminate and describing all terms and conditions with
which the defaulting party has failed to comply. If the defaulting party has not remedied
its default within thirty (30) days after receiving the Notice of Termination, this Agreement
shall automatically terminate. In addition, the initiation, either by Consultant or against
Consultant, of proceedings in bankruptcy, or other proceedings for relief under any law for
the relief of debtors, or Consultant becoming insolvent, admitting in writing its inability to
pay its debts as they mature or making an assignment for the benefit of creditors shall
constitute a default by Consultant entitling the Authority to terminate this Agreement as
set forth above. The parties agree that this Agreement is an executory contract. If, after
termination by the Authority, it is determined that the Consultant was not in default, or that
the default was excusable, the rights and obligations of the parties shall be the same as if
the termination had been issued for the convenience of the Authority. The rights and
remedies in this provision are in addition to any other rights and remedies provided by law
or this Agreement.
B. Unless specifically waived by the Authority, the Consultant’s failure to timely comply with
Peace River Regional Reservoir (PR3)
24
any obligation in this Agreement shall be deemed a breach of this Agreement and the
expenses and costs incurred by the Authority, including attorney fees and costs and
attorney fees and costs on appeal, due to said breach shall be borne by the Consultant.
Additionally, the Authority shall not be limited by the above but may avail itself of any
and all remedies under Florida law for any breach of this Agreement. The Authority’s
waiver of any of the Consultant’s obligations shall not be construed as the Authority’s
waiver of any other obligations of the Consultant.
SECTION 19. SEVERABILITY
In the event any provision of the Agreement shall, for any reason, be held to be invalid, illegal or
unenforceable in any respect, the parties hereto shall negotiate in good faith and agree to such
amendments, modifications or supplements of the Agreement or such other appropriate actions as
shall, to the maximum extent practicable in the light of such determination, implement and give
effect to the intentions of the parties as reflected herein, and the other provisions of the Agreement,
as amended, modified, supplemented or otherwise affected by such action, shall remain in full
force and effect.
SECTION 20. PROHIBITION AGAINST CONTINGENCY FEES
Consultant warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for Consultant to solicit or secure this Agreement and that
Consultant has not paid or agreed to pay any person, company, corporation, individual or firm,
other than a bona fide employee working solely for Consultant, any fee, commission, percentage,
gift or any other consideration contingent upon or resulting from the award or making of this
Agreement. For the breach or violation of this provision, the Authority shall have the right to
terminate the Agreement without liability, and at its discretion, to deduct from the contract price,
Peace River Regional Reservoir (PR3)
25
or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration.
SECTION 21. TRUTH-IN-NEGOTIATIONS/PUBLIC ENTITY CRIMES AFFIDAVIT
A. Consultant certifies that wage rates and other factual unit costs included in the Fee
Schedule are accurate, complete and current as of the Effective Date. Fees, prices, and any
additions to Exhibit “A” shall be adjusted to exclude any significant sums by which the
Authority determines the Agreement Fee Schedule was increased due to inaccurate,
incomplete, or non-current wage rates and other factual unit costs. Any such adjustments
will be made within one (1) year following the end of this Agreement.
B. Pursuant to Subsections 287.133(2) and (3), Florida Statutes, a person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid, proposal, or reply on a contract to provide any goods or services to
a public entity; may not submit a bid, proposal, or reply on a contract with a public entity
for the construction or repair of a public building or public work; may not submit bids,
proposals, or replies on leases of real property to a public entity; may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity; and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a
period of thirty-six (36) months following the date of being placed on the convicted vendor
list. By signing this Agreement, Consultant warrants that it is not currently on a suspended
vendor list and that it has not been placed on a convicted vendor list in the past thirty-six
(36) months. Consultant further agrees to notify the Authority if placement on either of
these lists occurs.
SECTION 22. SUCCESSORS AND ASSIGNS
Peace River Regional Reservoir (PR3)
26
Except as otherwise provided in this Agreement, Consultant may not assign any of its rights or
delegate any of its obligations under this Agreement without the prior written consent of the
Authority.
SECTION 23. FORCE MAJEURE
Consultant is not responsible for damages or delay in performance caused by acts of God, strikes,
lock-outs, accidents, or other events beyond control of Consultant. In any such event, Consultant’s
contract price and schedule shall be equitably adjusted.
SECTION 24. NO THIRD PARTY BENEFICIARY
Nothing in this Agreement shall be construed to benefit any person or entity not a party to this
Agreement.
SECTION 25. DISPUTE RESOLUTION
In the event any dispute or disagreement arises during the term of this Agreement, the Consultant
shall fully perform the Scope of Services in accordance with the Authority’s written instructions
and may claim additional compensation. The Consultant is under a duty to seek clarification and
resolution of any issue, discrepancy, or dispute by submitting a formal request for additional
compensation, schedule adjustment or other proposed dispute resolution to the Authority’s
Executive Director no later than ten (10) days after the precipitating event. The parties will use
their best efforts to resolve amicably any dispute, including use of alternative dispute resolution
options. No services shall be delayed or postponed pending resolution of any disputes or
disagreements.
SECTION 26. CONTROLLING LAW/ATTORNEY FEE
A. The Agreement is to be governed by the laws of the State of Florida. The sole and exclusive
venue for any litigation resulting out of the Agreement shall be in Manatee County, Florida,
Peace River Regional Reservoir (PR3)
27
and if in federal court, shall be exclusively in the Middle District of Florida, Tampa
Division.
B. Should either party employ an attorney or attorneys to enforce any of the provisions of this
Agreement, or to protect its interest in any matter arising under this Agreement, or to
recover damages for the breach of this Agreement, the party prevailing is entitled to receive
from the other party all reasonable costs, charges and expenses, including attorneys’ fees,
expert witness fees, fees and costs on appeal, and the cost of paraprofessionals working
under the supervision of an attorney, expended or incurred in connection therewith,
whether resolved by out-of-court settlement, arbitration, pre-trial settlement, trial or
appellate proceedings, to the extent permitted under Section 768.28, Florida Statutes. This
paragraph does not constitute a waiver of the Authority’s sovereign immunity or extend
the Authority’s liability beyond the limits established in Section 768.28, Florida Statutes.
SECTION 27. CONFLICTING EMPLOYMENT
Consultant certifies that it does not at the time of execution of this Agreement have any retainer or
employment agreement, oral or written, with any third party that directly conflicts with any interest
or position of the Authority relating to the services provided by the Consultant under this
Agreement. The Consultant further agrees that it shall not accept during the term of this
Agreement any retainer or employment from a third party whose interests are in direct conflict
with those of the Authority regarding the services being performed under this Agreement. In the
event the Consultant is faced with an employment opportunity that appears to be a direct conflict
with the services the Consultant is performing under this Agreement, the Consultant shall provide
the Authority with notice of the employment opportunity. If the Authority determines that the
employment would be a direct conflict with the services the Consultant is performing under this
Peace River Regional Reservoir (PR3)
28
Agreement, the Consultant and the Authority shall have the opportunity to decide whether or not
the Consultant will decline the employment opportunity or will accept the employment opportunity
and terminate this Agreement.
SECTION 28. SCRUTINIZED COMPANIES
Pursuant to Section 287.135, Florida Statutes, a company that, at the time of bidding or submitting
a proposal for a new contract or renewal of an existing contract, is on the Scrutinized Companies
with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum
Energy Sector List, created pursuant to Section 215.473, Florida Statutes, or has been engaged in
business operations in Cuba or Syria, shall be ineligible for, and may not bid on, submit a proposal
for, or enter into or renew a contract with an agency or local governmental entity for goods or
services of $1 million or more. By signing this Agreement, Consultant certifies that it is not
currently on either of the aforementioned lists and agrees to notify the Authority if placement on
either list occurs. If Consultant submits a false certification, the Authority may terminate this
Agreement and bring a civil action against the Consultant, which may result in a penalty equal to
the greater of $2 million or twice the fee for completion of the Scope of Services resulting from
this Agreement and all reasonable attorney’s fees and costs. The Authority may also terminate the
Agreement if the Consultant is deemed to have been placed on the Scrutinized Companies that
Boycott Israel List or is engaged in a boycott of Israel.
SECTION 29. NOTICES
Any notices or other writings permitted or required to be delivered under the provisions of the
Agreement must be in writing and shall be delivered by sending the notice by personal delivery,
U.S. regular mail, U.S. express mail or by U.S. certified mail, return receipt requested, in any event
with sufficient postage affixed, and addressed as follows:
Peace River Regional Reservoir (PR3)
29
If to the Authority: Peace River Manasota Regional Water Supply Authority
9415 Town Center Parkway
Lakewood Ranch, Florida 34202
Attention: Patrick J. Lehman, Executive Director
If to the Consultant:
Either party may change said address by notice in writing to the other party in the manner herein
provided.
SECTION 30. EXTENT OF AGREEMENT
A. The Agreement represents the entire and integrated agreement between the Authority and
Consultant and supersedes all prior negotiations, representations or agreement, either
written or oral for services under a blanket agreement of this nature. This Agreement in
not connected with nor affects separate agreement(s) arrived at through formal solicitation
for professional services associated with large, dedicated capital improvement projects as
may be awarded by the Authority Board of Directors.
B. Except as is provided for in Sections 6 and 11 hereof, the Agreement may only be amended,
supplemented, modified, changed or cancelled by a written instrument duly executed by
both parties.
C. Consultant shall cooperate with the Authority in making any reasonable changes to the
Agreement.
Peace River Regional Reservoir (PR3)
30
IN WITNESS WHEREOF, the parties hereto have executed the Agreement as of the day
and year written above.
PEACE RIVER MANASOTA
ATTEST: REGIONAL WATER SUPPLY AUTHORITY
BY: ________________________ ____________________________________
Patrick J. Lehman, P.E. Date
Executive Director
WITNESS:
____________________________ _____________________________________
Consultant (name & title) Date
PREPARED BY:
____________________________
Douglas Manson
General Counsel for
Peace River Manasota
Regional Water Supply Authority
Peace River Regional Reservoir (PR3)
31
EXHIBIT A
(Consultant Fee Schedule)
POSITION TITLE HOURLY RATESProject Principal 285.00$ Senior Project Manager 275.00$ Assistant Project Manager 220.00$ Quality Control 265.00$ Professional Technical Expert 290.00$ Design Manager 240.00$ Engineer V 280.00$ Engineer IV 255.00$ Engineer III 225.00$ Engineer II 190.00$ Engineer I 165.00$ Senior Environmental Scientist 155.00$ Environmental Scientist 140.00$ Sr Hydrogeologist 210.00$ Hydrogeologist 175.00$ Senior Designer / CAD 120.00$ Designer / CAD 105.00$ Senior GIS Analyst 135.00$ GIS Analyst 110.00$ Senior Construction Manager 270.00$ Senior Economist 185.00$ Construction Controls and Estimation 160.00$ Senior Acquisition Specialist 250.00$ Acquisition Specialist 140.00$ Senior Administrative Assistant 90.00$ Administrative Assistant 75.00$ Accounting 100.00$
This Fee Schedule may be adjusted on an annual basis upon written approval by the Executive Director.
EXHIBIT AFEE SCHEDULE
AGREEMENT FOR PROFESSIONAL SERVICES RELATED TO THE
FEASIBILITY AND SITING PHASE OF THE PEACE RIVER REGIONAL RESERVOIR (PR3) PROJECT
Peace River Regional Reservoir (PR3)
32
EXHIBIT B
Peace River Regional Reservoir (PR3)
33
Peace River Regional Reservoir (PR3)
34
EXHIBIT C
(Certificate of Insurance)
TAB C Work Order No. 1 – Siting and Feasibility Phase Services
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 1 of 23
WORK ORDER NO. 1
PEACE RIVER REGIONAL RESERVOIR (PR3) PROJECT
SCOPE OF SERVICES - SITING AND FEASIBILITY PHASE
AUGUST 5, 2020
INTRODUCTION
The Peace River Manasota Regional Water Supply Authority’s (Authority) Water Resiliency Assurance Plan is a continuing program of infrastructure improvements to support regional water supply resiliency and meet growing drinking water needs across a 4-county area by interconnecting major water supplies and developing additional alternative water supply (AWS) capacity. As part of the Water Resilience Assurance Plan, the Authority will develop additional drinking water supply capacity through expanding surface water supply facilities at the Peace River Facility. This additional AWS capacity development will require increased withdrawal capacity on the Peace River, increased water treatment capacity, and an additional off-stream raw water storage reservoir. The Authority’s existing off-stream reservoir system includes two reservoirs with a combined storage capacity of 6.5 billion gallons. Water withdrawn from the Peace River is stored in the reservoir system and supplies the Peace River Water Treatment Facility that currently provides an average 26 MGD drinking water supply to Charlotte, DeSoto, and Sarasota Counties and the City of North Port. Reservoir #1 is primarily a below-grade reservoir completed in 1980 with approximately 500 million gallons of usable storage. Reservoir #2 is an above-ground reservoir completed in 2009 that provides 6.0 billion gallons of normal operating raw water storage. The reservoirs are located on lands owned by the Authority and/or the Southwest Florida Water Management District (SWFWMD). Water is withdrawn from the Peace River at a 120 MGD pump station adjacent to the Peace River Water Treatment Facility. Withdrawals are made in accordance with a flow-based withdrawal schedule included in the Authority’s Water Use Permit (WUP). The WUP was modified in February 2019, authorizing an increase in maximum withdrawal rate from the river from 120 MGD to 258 MGD. The Authority’s permitted withdrawal schedule enables the harvest of a small percentage of high flow from the river for off-stream storage and supply to the Authority’s Peace River Water Treatment Facility. While the withdrawal schedule preserves the majority of river flow supporting the Charlotte Harbor estuary, the reliability of this supply depends on the ability to harvest water quickly when that resource is available, and the availability of large volume off-stream reservoirs to store that resource. The Authority has entered into a contract with HDR Engineering, Inc. (HDR) to provide professional services for planning, design, permitting, bidding, construction and other related services associated with the Peace River Regional Reservoir (PR3) Project (Project) to support the Authority’s development of additional drinking water supply. This Work Order is for services associated with the Feasibility and Siting Phase of the PR3 Project. Other phases of the PR3 Project will be defined in separate future Work Orders.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 2 of 23
DEFINITIONS AND ACRONYMS
The following terms and acronyms are used in this scope of services:
• “HDR” shall refer to HDR Engineering, Inc. • “Authority” shall mean the Peace River Manasota Regional Water Supply Authority • “PR3” or “PR3 Project” shall refer to the Peace River Regional Reservoir Number 3 Project • “Phase” shall refer to the Feasibility and Siting phase of the PR3 Project • “SWFWMD” shall mean the Southwest Florida Water Management District • “Technical Memorandum” shall mean an intermediate or summary document that contains or
reports information developed through an interim task • “WUP” shall refer to the Authority’s water use permit • “Reserve” shall refer to the RV Griffin Reserve • Day as used for scheduling shall refer to a work day • Week as used for scheduling shall mean 5 working days • Month as used for scheduling shall mean 20 working days
SCOPE OF SERVICES
This scope of services describes professional services to be provided by HDR to the Authority for the Feasibility and Siting Phase (Phase) of the PR3 Project. HDR will administer the PR3 Project as the prime consultant.
TASK 1 - PROJECT MANAGEMENT, COMMUNICATION AND COORDINATION
As the prime consultant HDR will be responsible for project administration, coordination of subconsultants, communication amongst the consultant project team and the Authority staff, adherence to schedule and budget, development and quality control of deliverables, and invoicing.
Task 1.1 Project Management and Progress Reporting
HDR will prepare and distribute a monthly progress report regarding project status and to document project decisions made throughout the duration of the project. The report will be summary in nature and focus on documentation of key decisions rather than presenting exhaustive detail. The project manager will be the primary point of contact for the Authority, will make staffing assignments, review work progress, manage budgets and schedules, and oversee quality assurance and review procedures.
Subtask 1.1 includes establishment of project entries into HDR’s information system and the development of a Project Management Plan that includes internal project procedures, filing system, communications plan, a work breakdown structure and assignments for HDR and subconsultants, quality plan, safety plan, and other project specific information. HDR’s Project Management Plan will be provided to the Authority for informational purposes only. Project management includes oversight, management, and accounting of consultant activities on the project; this includes HDR and subconsultant staff management.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 3 of 23
Task 1.2 Meetings and Coordination
The project manager and team members will meet regularly with the Authority staff and periodically with Authority Customer staff, SWFWMD staff and the Authority Board to keep them informed of the project status and discuss upcoming activities and deliverables; details of planned meetings are presented below. HDR will prepare meeting agendas and meeting summaries to document key discussions and track progress. HDR will also develop and maintain a project decision log, documenting project decisions over the course of the project. In addition to ongoing, routine coordination calls between HDR and the Authority, HDR will participate in the following meetings associated with overall Project Management, Communication and Coordination:
• Project Kickoff Meeting and site visit – held within 1 month of NTP; • Monthly Progress Meetings – up to 15; • Staff Member Meetings – HDR will participate in, and may present at, meetings held between
the Authority and Customer staff (anticipated to be quarterly, up to 4); • Board Meetings – HDR may prepare and deliver presentations to the Board on such topics as
project progress, site selection for project features, conceptual design advancement and recommendations for advancing the Project from this Feasibility and Siting Phase to Preliminary Design Phase (up to 3 meetings, as requested).
Other than workshops described separately in Tasks 2-8, other discussions/meetings regarding project tasks will be conducted as part of monthly progress meetings on the Project between HDR and the Authority.
Authority and stakeholder review comments on initial drafts of technical memoranda and work products, except the Draft Feasibility and Siting Report of Task 8, will be discussed during Monthly Progress Meetings rather than scheduling separate comment resolution meetings. Review comments will be provided to HDR by the Authority and will be logged into a comment tracking and resolution table. Updated drafts of technical memoranda with comments incorporated will be provided to the Authority after comment resolution, but the memoranda will not be finalized until submittal of the reports associated with Task 8.
Task 1 Deliverables - Deliverables for Task 1 include:
• Progress report, schedule update and invoice – monthly (up to 16); • Project Management Plan – PDF; • Project Kick-off Meeting agenda, materials, summary notes and decision log; • Monthly Progress Meeting agenda, materials, summary notes and decision log updates –
monthly (up to 15); • Authority Customer Staff Meeting presentation materials – as needed, up to 4; • Board Meeting presentation materials – as needed, up to 3.
Task 1 Schedule – Schedule for Task 1:
• This Task will run the duration of the Phase, starting with NTP, through completion of this Work Order. This Work Order is planned for 16-months.
• Project Kick-off Meeting to be scheduled within 1 month of NTP;
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 4 of 23
• Monthly Progress Meetings will begin a month after the kick-off meeting and will be scheduled as a reoccurring appointment each month with schedule adjustments as needed to accommodate availability of participants.
Key Assumptions - The following assumptions apply to Task 1 for this Scope of Services:
• The project schedule is anticipated to be no more than 16 months, which is the basis of the fee associated with this Work Order.
• The Project Kick-off Meeting will be held at the Peace River Facility and include a site visit to the Reserve, Reservoir #2 and #1, the associated Reservoir #1 Pump Station and the existing river pump station.
• Monthly Progress Meetings will be held both in-person and via teleconference. • The only meeting focused on deliverable-related comment resolution is associated with Task 8.
All other discussions on deliverable or work product comments from Authority staff or stakeholders will be held as part of Monthly Progress Meetings.
TASK 2 – DECISION SUPPORT FOR ALTERNATIVES EVALUATION
The primary objective of this Phase is to define the main PR3 Project features to support preliminary design in a future phase. Numerous decisions will be made during this Phase to allow for alternative development and evaluation. This Task will focus on key PR3 Project decisions and includes a structured decision making process so that decisions will be objective, transparent, and repeatable and will be evaluated using the Authority’s priorities and objectives. HDR will facilitate this decision making process using a multi-criteria decision analysis methodology (Analysis). The Analysis includes developing and weighting decision criteria and then evaluating how each alternative measures up to the established criteria. Once established, alternatives will undergo a technical evaluation and planning-level cost estimates for construction and operating cost will be developed for inclusion in the Analysis. The process will engage Authority staff and the HDR team in facilitated workshop sessions, and will result in a document that defines key PR3 Project decisions.
Task 2.1 Develop and Weigh Decision Criteria
In partnership with the Authority, the team will identify up to five (5) key decisions that need to be made at this stage of project development. HDR will facilitate a 2 day workshop (WS1) with Authority staff to confirm key decisions to be made and develop decision framework for each key decision. The decision framework includes identification of overarching objectives, decision criteria and criterion weights.
This scope assumes that workshop WS1 will include the development of up to ten (10) criteria for each of five (5) key decisions. Key decisions are anticipated to include the following, however these will be confirmed as part of WS1:
• Reservoir sizing and siting • Intake sizing and siting • Raw water pipeline routing and sizing • Peace River Facility interconnections and operations • Wetland and floodplain mitigation
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 5 of 23
The framework will be based on the Authority’s goals and on environmental or engineering constraints, or other yet-to-be-defined criteria. HDR will facilitate the criteria weighting process in WS1 so Authority staff can participate and contribute. HDR will facilitate the criteria weighting exercise, but will capture only Authority preferences in the weighting exercise. After developing the criteria, HDR will solicit individual input and use pairwise comparison tool to calculate the implied weights based on Authority input.
A technical memorandum (TM 2.1) will be prepared following the workshop to define criteria, criteria definitions, weights, and document the criteria development and weighting process and other key workshop discussions.
Following the submittal of TM2.1, the technical evaluation efforts defined in Tasks 3-7 will be conducted in order to include the results of evaluations in the next step of the decision making process.
Task 2.2 Score, Measure and Compare Alternatives
When the technical evaluations of Tasks 3-7 are substantially complete, the next step in the decision making process will be to develop a normalized scale for scoring decision alternatives against criteria, evaluate constraints of alternatives, understand the costs of the decision alternatives, and make an informed decision on which alternatives to select to advance during design.
For this decision-making process, HDR will facilitate a two-part workshop with the Authority to evaluate alternatives and then confirm decisions. The workshop will be conducted as a 1.5 day workshop (WS2a), followed by a virtual workshop up to 0.5 day in length (WS2b) several days later to confirm decisions. . This workshop will include:
• Review of key decisions to be made in this Phase of the PR3 Project and the criteria and weights to be used in the Analysis which were previously developed in WS1,
• Develop a normalized scale for each criteria, • Evaluate constraints or details of the alternatives that will need to be considered in decision
making, • Discuss planning-level costs associated with alternatives, • Conduct qualitative cost-benefit comparison analysis and scoring of alternatives, • Select alternatives to advance in preliminary design.
The discussions in the two-part workshop will rely on the evaluation work conducted as part of Tasks 3-7 of this scope of work, planning-level cost estimates for use in comparing options, and the decision-making criteria developed in WS1. The cost estimates to be used in WS2a and WS2b will be rough order of magnitude (preliminary, planning level) costs based on HDRs industry experience rather than detailed cost estimates based on quantities, quotes or other back-up information. A feasibility-level engineer’s opinion of costs will be developed as part of Task 8 for the selected Project feature alternatives.
At the conclusion of WS2a, the qualitative cost-benefit alternatives scoring will be summarized and the Authority will select the preferred alternative for each key decision in WS2b. A PR3 Key Decisions Technical Memorandum (TM 2.2) will be developed that documents the scoring scale for each criteria, scores for each alternative, and the logic/reasoning behind each score. TM 2.2 will also document
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 6 of 23
details, participants and data from the decision making process and planning-level costs used in the cost-benefit comparison.
Task 2 Deliverables - Deliverables for Task 2 include:
• Agenda, workshop materials and workshop summaries - WS1,WS2a, WS2b; • TM 2.1 Decision Criteria and Weights Technical Memorandum – PDF; • TM 2.2 PR3 Key Decisions Document – PDF;
Task 2 Schedule - Schedule for Task 2:
• WS1 Decision Criteria and Weights Workshop – held within 1 month from Project Kickoff Meeting;
• TM 2.1 Decision Criteria and Weights Technical Memorandum – 3 weeks after workshop WS1; • WS2a and WS2b Scoring, Measuring and Comparison Workshop - to be scheduled as technical
work in Tasks 3-7 is substantially complete; • TM 2.2 PR3 Key Decisions Document – 3 weeks after WS2b.
Key Assumptions - The following assumptions apply to Task 2 for this Scope of Services:
• Workshops will be in-person and will be conducted at the Authority’s Peace River Facility. • WS1 will be conducted early in this Phase, WS2a and WS2b will be conducted toward the end of
this Phase. • Costs for cost-benefit comparison in WS2 will be based on HDRs industry experience rather than
detailed cost estimates based on quantities, quotes or other back-up information which will be provided as part of Task 8.
• Updated drafts of TM 2.1 and 2.2 incorporating Authority comments will be provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of these memoranda will be included with the Task 8 Feasibility and Siting Report.
TASK 3 - ENVIRONMENTAL AND PERMITTING
Environmental factors and permitting are critical in determining the feasibility, schedule and cost of the PR3 Project. The purpose of this task is to identify and understand environmental site constraints or opportunities, as well as regulatory expectations for design and construction of PR3 Project features. This task will include desktop reviews, field characterizations and data collection within the possible locations of PR3 Project features, as well as pre-application meetings with permitting agencies as defined in Subtask 3.4. These efforts will culminate in the development of an overall PR3 Project permitting plan.
Task 3.1 Environmental Data Collection
This subtask includes environmental desktop evaluations and field work associated with the potential locations for the reservoir and intake, as well as potential routes for the raw water pipeline. This effort includes confirmation of previous investigations for up to three (3) reservoir embankment locations on the Reserve, as well as preliminary screening of up to three (3) intake pump station locations along the Peace River, and up to three (3) raw water pipeline routes between the new intake and the PR3. A
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 7 of 23
discussion will be held during the 1st monthly progress meeting regarding the plan for field work and data collection, and to confirm the specific locations to be evaluated.
Wetland and wildlife field assessments, as well as habitat evaluations and mapping, will be conducted to confirm previously collected field data on the Reserve and to add information for other PR3 Project features that will be located outside of the Reserve property. This field analysis will document existing conditions (wetland quality, wildlife habitat/observations), but does not include formal species-specific threatened & endangered (T&E) species surveys which need to wait until project feature locations are selected. T&E effort during this Phase will include identification of potential species, critical habitat, and potential impacts to design, permitting and construction so that listed plants and wildlife are properly contemplated in siting of project features, and so that appropriate species-specific survey timelines (and survey costs) are included in PR3 Project planning. Formal T&E surveys will be performed under future scopes of work after locations are selected for PR3 Project features. Information and photos collected during field work will be incorporated into GIS maps to support siting decision making. This work will be summarized in a technical memorandum as part of subtask 3.5.
Task 3.2 Wetland and Floodplain Mitigation Evaluation
This subtask incorporates the field verified data of subtask 3.1 into the existing mitigation needs GIS model for the Reserve. This effort will also expand the GIS model to include the alternatives for the raw water pipeline routes and the intake pump station location. The team will develop options to address mitigation, including expanding on-site wetlands and identifying off-site opportunities. Off-site opportunities will include mitigation banks and the potential for regional partnerships to offset wetland impacts. This subtask will also include GIS and land-use desktop evaluations, as well as meetings (up to three) with potential mitigation partners. A technical memorandum (TM 3.2) will be produced to summarize the mitigation needs and identified mitigation opportunities to provide input to the decision support process of Task 2.
Task 3.3 Cultural Resources Review
This subtask will include a desktop review of historical aerials and standard data available through GIS to identify potential areas for further evaluation related to cultural resources for the reservoir site. A formal cultural resource assessment survey (CRAS) will be included in future PR3 Project phases and will include the intake site along the river and the raw water pipeline routes. The review will be documented in a technical memorandum (TM 3.3).
Task 3.4 Permitting Plan
This subtask will begin with a discussion with Authority staff during a monthly Progress Meeting to discuss the full range of anticipated permitting needs for the project based on potential site locations and infrastructure included in the PR3 Project. The team will review existing permit records and develop an approach for state, federal and county permitting based on Subtasks 3.1, 3.2 and 3.3. Pre-application meetings will be conducted with state and federal agencies to discuss the PR3 Project and to receive guidance from the agencies to inform the design approach, mitigation opportunities, additional field surveys required to support future permit applications. Pre-application meetings included in this subtask are: one (1) meeting with FDEP, one (1) with USACE, one (1) with USFWS, and one (1) with SWFWMD, and one (1) with the Florida Fish and Wildlife Conservation Commission (FWC). A technical
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 8 of 23
memorandum (TM 3.4) will be produced to summarize the permitting approach and agency recommendations, outline a plan for future field surveys to be completed with seasonal timing considerations for T&E species, and capture the meeting summary notes from the pre-application meetings.
Task 3.5 Wetland Technical Evaluation and Wildlife Assessment Report
This subtask will compile data, document methods, analysis, and potential actions for “may affect” listed species and wetlands into a document that will include: proposed mitigation plan, conservation measures, and permitting approach to be used for federal agency coordination (NEPA compliance, per USACE guidelines) to facilitate future permitting. Although an EIS or EA is not expected, early planning and environmental review of federal actions (i.e. NEPA compliance) will occur through the federal permitting process. This document (TM 3.5) will summarize other Task 3 technical memoranda into a comprehensive document to establish the plan for wildlife coordination (e.g. Florida bonneted bat, Eastern indigo snake, gopher tortoise, crested caracara, wood stork) and wetland permitting efforts during the design phase of the PR3 Project.
Task 3 Deliverables - Deliverables for Task 3 include:
• TM 3.1 Field Analysis GIS Maps – PDF and GIS format; • Mitigation partnership exploration meeting agendas and summary notes (up to 3) – PDF; • TM 3.2 Wetland and Floodplain Mitigation Technical Memorandum – PDF; • TM 3.3 Cultural Resources Review Technical Memorandum – PDF; • TM 3.4 Permitting Plan Technical Memorandum – PDF; • TM 3.5 Wetland Technical Evaluation and Wildlife Assessment Report – PDF.
Task 3 Schedule - Schedule for Task 3:
• Environmental Coordination Discussion (held in conjunction with Monthly Progress Meeting) – within 1 months after Project Kickoff Meeting;
• Field work and data collection for GIS mapping – complete 2 months after coordination discussion;
• TM 3.1 Field Analysis GIS Maps – 1.5 months after field work complete; • Mitigation partnership exploration meetings – completed 2 months after Project Kickoff
Meeting; • TM 3.2 Wetland and Floodplain Mitigation Technical Memorandum – 3 months after WS1; • TM 3.3 Cultural Resources Review Technical Memorandum – 3 months after WS1; • Meetings with regulatory agencies – meetings complete 4 months after Task 4 starts; • TM 3.4 Permitting Plan Technical Memorandum – 2 months after regulatory meetings
completed; • TM 3.5 Wetland Technical Evaluation and Wildlife Assessment Report – 2 months after TM 3.4.
Key Assumptions - The following assumptions apply to Task 3 for this Scope of Services:
• The environmental work in this Phase does not include species-specific threatened & endangered (T&E) surveys. T&E surveys will be completed as a part of future work orders.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 9 of 23
• Detailed wetland delineation and survey of wetland limits is not included in this Phase and will be part of future work orders.
• Wetland mitigation design is not included in this Phase. • Development of permit applications will be completed as a part of future work orders • Mitigation cost estimates will be planning-level cost estimates for the purpose of comparing
alternatives in sufficient detail to be able to select a mitigation approach. • Updated drafts of TM 3.1, 3.2, 3.3, 3.4 and 3.5 incorporating Authority comments will be
provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of these memoranda will be included with the Task 8 Feasibility and Siting Report.
TASK 4 - GEOTECHNICAL AND GEOLOGICAL EVALUATION
Similar to the existing Reservoir #2, Reservoir #3 will be an earthen-embankment above-ground impoundment. In order to successfully determine seepage effects and the appropriate seepage controls for the embankment, the site must be adequately characterized with respect to geology, hydrogeology, and geotechnical characteristics of the soils. It is anticipated the embankment will be constructed from on-site soils, so understanding the site foundation and potential borrow soils is important.
The purpose of this Task is to confirm the reservoir site is generally similar to the characteristics of the soils and foundation of the adjacent Reservoir #2 site and to define the site characterization efforts that will be undertaken in future PR3 Project phases. This Task will include a limited geotechnical exploration program, as well as a review of existing geological and hydrogeological data. A detailed site characterization will be conducted in future phases of the PR3 Project once decisions are made for the locations of the reservoir embankment, river intake pump station, and raw water pipeline.
Task 4.1 Review and Analysis of Existing Information
There is a significant amount of information available from the design and construction of Reservoir #2, which is adjacent to the general area proposed for Reservoir #3, which can be used to begin to develop the site stratigraphy for Reservoir #3. This subtask will include a review and organization of the existing site characterization data, including the geotechnical and site characterization reports from Reservoir #2, as well as the Reservoir #2 as-built documents which include information as to the depth of confining layer.
The data sources, information and reports will be reviewed to evaluate the technical merit and adequacy of the information relative to supporting future conclusions, recommendations, and decisions. HDR will review existing geologic and hydrogeologic information within the Project area, including:
• USGS Published Reports, • SWFWMD Reports, • Florida Geological Survey, • PRMRWSA Reports and Data, • Historical aerial photographs and maps, • Lithologic and construction information for wells, • Aquifer Test Data (slug tests), • Historical site-wide water-level data,
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 10 of 23
• Existing Models or Electronic Databases • Site characterization and construction documents from Reservoir #2
A technical memorandum (TM 4.1) will be prepared summarizing the existing site information.
Task 4.2 Geotechnical Exploration and Evaluation
A limited geotechnical investigation will be conducted on the Reserve for Reservoir #3 as part of this Phase. The location for the new river intake structure and the raw water pipeline will not be finalized until this Phase is completed so there will not be any geotechical explorations for these two features during this Phase.
The proposed geotechnical work plan includes soil borings, test pits, and surficial aquifer piezometers to obtain preliminary data on potential borrow, depth to the clay confining unit, and water table information, as described below.
• Borings: The boring includes standard penetration test (SPT) borings located on the southern portion of the Reserve including:
• Two (2) 60-foot SPTs for the depth to clay layer, lithology, and lab samples; borings will be drilled to the top of the clay or 60 feet bls, whichever is greater. Piezometers will be installed at these two locations;
• Four (4) 20-foot SPTs for lithology, lab samples. During drilling, soil samples will be classified in the field. SPTs will be recorded on 2-foot centers in the upper 10 feet and 5-foot centers below 10 feet. The depth to the water table will be recorded at each boring. One thin-walled soil sample will be obtained in the upper 10 feet of each boring for laboratory testing.
• Auger Borings: Three locations will be explored on the Reserve by auger borings. At the three (3) locations designated up to four (4) borings to 10 feet in depth will be performed and spaced approximately 5 to 10 feet apart in approximate square area. Of the four (4) borings at each of the three locations, two (2) will be SPT borings, with continuous sampling, and one (1) to two (2) will be Power Auger borings. The auger flights will advance 3 to 5-ft at a time, with a rate of rotation which shall match the penetration rate so that the soil on the auger flight will correspond to the associated depth. Then, the augers will be vertically lifted up without rotating to preserve the soil column, and to obtain bulk samples for laboratory analysis. Soil columns on the flight will be documented with digital photography and will be visually inspected for approximate groundwater level. Auger borings will be backfilled after sampling and data collection is complete.
• Lab Testing: Samples from the SPT borings as well as some bulk samples taken from test pits will be subjected to a series of laboratory classification tests as well as limited strength, permeability and compaction tests. Lab testing is anticipated to include:
Test Borings Test Pit Total Number Proposed Visual Classification 6 3 Classified during drilling Grain Size 6 3 9 Compaction Testing 3 3
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 11 of 23
Test Borings Test Pit Total Number Proposed Shear Strength 3 3 Permeability 3 3
Soil samples will be obtained by the geotechnical subconsultant in the field from each soil boring. The samples will be classified by the geotechnical subconsultant and soil boring logs will be submitted to HDR.
• Piezometers: In the two 60-foot SPT borings, two (2) piezometers will be installed to monitor the water level over time at the site. Each piezometer will consist of 2-inch diameter, threaded PVC casing and 5 feet of PVC slotted screen. The depth of the wells will be contingent upon the depth to the water table, with the screen placed approximately one foot below the water table. Each of the piezometers will be developed to remove fines. Water level recorders (transducers) will be installed by HDR’s geotechnical subconsultant in the piezometers to measure the water levels following piezometer installation. The transducers will be set to collect data at one-hour intervals. The Authority will download this data monthly from the data loggers and provide the data to HDR.
At the conclusion of the geotechnical investigation a technical memorandum (TM 4.2) will be developed that summarizes findings and provides recommendations for the exploration plan for the site characterization efforts for future phases of the PR3 Project for the reservoir, intake and pipeline.
Task 4.3 Geology and Hydrogeology Evaluation
HDR will review existing geologic and hydrogeologic data from sources discussed in Subtask 4.1. The data will be used to develop a preliminary geologic/hydrogeologic characterization of the Reserve site that will determine data gaps and help to develop recommendations for the future site characterization efforts for the Reserve, the river intake and the pipeline route in subsequent phases of the PR3 Project. The hydrogeological evaluation of the site will include delineation of confining and permeable intervals within the surficial and intermediate aquifer systems. Bathymetry data for the proposed intake locations along the river will be provided to HDR by the Authority for evaluation.
Although not anticipated to be an area of high sinkhole activity, the potential for sinkhole development at the Reserve potential reservoir footprints will be evaluated as part of the initial analysis through a desktop analysis of existing data. HDR will update previous related work on the site with a review of Florida Geological Survey (FGS) and SWFWMD sinkhole databases data, sinkhole risk maps, high resolution aerials, and water levels in the aquifers beneath the Reserve. Identified karst features on or near the Reserve suggest that conduiting exists in areas of the Hawthorn Group that could result in sinkhole activity if the clay-rich confining stratum is breached. HDR will acquire available high resolution aerials and lidar to identify potential areas of concern such as circular depressions and photo lineaments that may indicate sinkhole development. Another critical factor in sinkhole risk is the presence of a downward hydraulic gradient between aquifer units, which will be evaluated based on existing data and confirmed with piezometers during the site characterization phase of the project. Part of the initial evaluation (based on existing data) will focus on a comparison of water levels in the upper Hawthorn Group with stage of the Peace River at the Reserve site to determine the relationship between potentials in the aquifer system and recharge/discharge from the river, which could affect the vertical gradients. The analysis will identify
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 12 of 23
features of concern and will rank the features based on the level of confidence in the indicators. The results of the analysis will form the basis for recommendations of future investigation of features by geophysical techniques such as ground penetrating radar (GPR), seismic reflection, and exploratory borings. It is likely that GPR will be recommended along the proposed embankment alignment as part of the site characterization.
Another objective of the exploration plan is to obtain data for the development of a groundwater model in a future phase of the PR3 Project. Prior to development of a site groundwater model, HDR will develop a conceptual model of the site groundwater flow conditions through interpretation of existing and future conditions. In this Phase, the goals and objectives of the future modeling effort will be defined, data gaps will be identified, and the suitability of modeling tools will be evaluated. A modeling approach will be developed that will include modeling scenarios, recommended software, model input requirements and calibration, and simulation horizons. Objectives to consider include the interaction of the reservoir(s) with the underlying hydrostatigraphic units, potential water losses through seepage, and impacts to adjacent wetlands. Other considerations such as sea level rise could be evaluated in the model. The model will incorporate Authority-provided operational data from the Peace River Facility including water levels in Reservoir #2 and #1 as well as pumping into or out of the ASR system and rainfall.
The geologic/hydrogeologic summary and recommendations for future data collection will be included as part of TM 4.2. Additional data recommendations could include borings, monitoring wells, geophysical methods, aquifer testing and water quality sampling. The TM will also recommend a modeling approach to be implemented during the design phase of PR3.
Task 4.4 Geotechnical Design Considerations
Future design phases of the PR3 Project will include detailed modeling to evaluate seepage and site hydrology to design the embankment and seepage control system for the reservoir. There are multiple solutions for seepage mitigation and control in earthen embankments including geomembranes and cutoff walls, similar to the Reservoir #2 embankment, as well alternative materials and construction methods to minimize seepage losses. Embankment design also includes drainage systems to collect and discharge seepage water, for which there are multiple design options.
This subtask will consider up to three (3) alternative seepage mitigation and seepage drainage system concepts for Reservoir #3 looking at the technical merits, construction considerations, operational and maintenance needs, and planning level costs for comparison. This evaluation will not include seepage modeling in SEEP/W to compare the effectiveness of the alternative; this will be included in future phases of work.
A technical memorandum (TM 4.4) will be developed summarizing the alternative for reservoir seepage mitigation and control, will present recommendations for concepts to advance to preliminary design and will include planning-level costs for comparison. Concepts recommended for advancement will be based on site knowledge and industry experience for constructability of similar projects. An embankment cross-section with seepage control and drainage will not be finalized in this Phase, viable alternatives will be advanced for design analysis and evaluation. TM 4.4 will include a proposed approach for modeling embankment seepage and stability and other reservoir design considerations to be advanced such as erosion control and instrumentation for dam safety monitoring. Additionally, TM
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 13 of 23
4.4 will include a discussion of geotechnical and bathymetric considerations for the design of the intake and pipeline project features.
Task 4 Deliverables - Deliverables for Task 4 include:
• TM 4.1 Summary of Existing Geotechnical and Geology and Confirmation of Investigation Technical Memorandum - PDF;
• TM 4.2 Summary of Siting Phase Geotechnical and Geological Evaluations and Recommendations for Future Site Characterization Technical Memorandum – PDF;
• TM 4.4 Geotechnical Design Considerations Technical Memorandum – PDF;
Task 4 Schedule - Schedule for Task 4:
• TM 4.1 Summary of Existing Geotechnical and Geology Technical Memorandum – 2 months after kick-off meeting;
• Geotechnical Investigation – 3 months after TM 4.1; • TM 4.2 Summary of Siting Phase Geotechnical Evaluation and Recommendations for Future Site
Characterization Technical Memorandum – 1 month after site and lab work complete; • TM 4.4 Geotechnical Design Considerations Technical Memorandum – 2 months after TM 4.2;
Key Assumptions - The following assumptions apply to Task 4 for this Scope of Services:
• A detailed site characterization will not be conducted as a part of this work order, as decisions on the locations for the reservoir embankment and river intake pump station need to be made first.
• Borings and geotechnical explorations will not be conducted for features outside of the Reserve during this Phase.
• Seepage modeling is not included as a part of this work order and will be completed in future phases.
• Final selection of an embankment cross-section will not be made during this Phase. • The Authority will provide existing geotechnical, geological, groundwater, surface water,
topographic and river bathymetric data. • Groundwater modeling will be developed in future phases • Sinkhole evaluation will rely on existing data and photography in this phase and once project
feature locations are confirmed a plan will be developed for GPR and other exploratory methods to be used in future phases.
• Updated drafts of TM 4.1, 4.2 and 4.4 incorporating Authority comments will be provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of these memoranda will be included with the Task 8 Feasibility and Siting Report.
TASK 5 - HYDRAULICS, WATER QUALITY AND OPERATIONAL CONSIDERATIONS
The PR3 Project will provide an additional withdrawal capacity from the river to maximize the Authority’s WUP. There are multiple options for connecting the new intake pump station and new reservoir to the Authority’s existing reservoirs, pipelines, pump stations and remaining system. This task
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 14 of 23
will evaluate technical considerations for options for the connections, as well as identify water quality considerations for both the intake and the reservoir to support the decision making in Task 2.
Task 5.1 Water Supply and Quality Reliability Modeling
This subtask will begin with a workshop (WS3) and coordination exercise with Authority staff on the SUMDAT model, which is the Authority’s model for reliability and yield decisions for the Peace River Facility. This workshop will review modeling objectives, protocols and assumptions.
Prior to WS3, Authority staff will provide HDR with a copy of the SUMDAT model and any available associated references that describes its overall organization, data inputs, assumptions, relationships and/or constraints. Following WS3, HDR will prepare a consolidated information request for the Authority including clarifications, confirmations of original data sources and other points of discussion.
The SUMDAT model will be utilized by HDR, with support of the Authority, to evaluate system reliability for up to three (3) intake locations. Anticipated location options include: expansion at the existing river pump station, a location approximately one river mile upstream of the existing intake, and a location approximately two river miles upstream of the existing intake. Locations to be evaluated in this Phase will be confirmed during WS3.
Anticipated river flows and total dissolved solids (TDS) concentrations at each potential intake site will be determined using available historical data, and then used as an input in reliability modeling to determine the extent to which variability across the three sites impacts reliability. Historical flow, TDS and conductivity data collected at the United States Geological Survey (USGS) and Hydrobiological Monitoring Program (HBMP) sites along the river and associated tributaries will be collected and combined into on dataset.
HDR will use these data to develop simple linear regression models of flow and TDS for incorporation into the SUMDAT reliability model to support intake siting under current and long-term sea level rise scenarios. If the regression model correlation coefficients are not sufficiently strong to support quantitative analysis of sea level rise impacts across potential intake locations, HDR will work with the Authority to develop reasonable, qualitative model input scenarios based on historical data and trends.
HDR will develop model scenarios that capture quantity and quality reliability as a function of: intake location, capacity and phasing; reservoir size; sea level rise; historical hydrology data; assumed TDS threshold.
HDR will provide the Authority with SUMDAT model inputs and/or modifications to be incorporated into SUMDAT. Information provided by HDR will include:
• Intake size options, • Reservoir size options, • Streamflow time series (e.g. historical time series with and without sea level rise assumptions;
assumed time series at each intake location) • TDS model and related time series (e.g. water level), • Operating rules, • Other scenario parameters of interest.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 15 of 23
SUMDAT modifications and model runs will be conducted by the Authority; updates and results will be reviewed by HDR and the Authority. Each modeled scenario will be provided to HDR as a separate SUMDAT file. Reliability modeling results will be reviewed by HDR and the Authority during a monthly progress meeting. Results will be synthesized and compared to show the relative reliability impacts of each decision.
Efforts and results associated with this subtask will be summarized and presented in a technical memorandum (TM 5.1). This intake siting considerations TM will include planning-level costs for inclusion in the siting and sizing decisions of Task 2.
5.2 System Hydraulics Evaluation
The expansion of the Peace River Facility system provides an opportunity to evaluate future operational flexibility of the river intake pump stations, reservoirs, and conveyance back to the water treatment plant. This subtask will start with a workshop (WS4) with Authority staff to fully understand details of the current system functionality and to identify requirements and preferences for operational flexibility with the new system. This workshop will brainstorm a range of pipeline, pump, valve, water control structures and system configurations to be further vetted and evaluated.
At the conclusion of WS4, the Authority will select up to three (3) system configuration options for HDR to evaluate for technical feasibility, hydraulic grade line to the head of the plant, construction considerations, O&M concerns, potential impacts from climate change and sea level rise, as well as other criteria defined as part of the decision process. This evaluation will also include up to three (3) options for routing and size configuration of the raw water pipeline from the new intake to the reservoir system. Planning level costs will be developed for options to be utilized, along with the technical evaluation, as part of the decision process in Task 2.
This system hydraulics evaluation will also look at the size and configuration of the new reservoir, balancing the short and long-term yield available from the river, the Authority’s storage capacity and reliability goals and the capital cost of the new reservoir.
A technical memorandum (TM 5.2) will be prepared summarizing and presenting this hydraulics evaluation and planning-level cost information for use in decision making as part of Task 2.
5.3 Water Quality Considerations for Reservoir Management
The new reservoir will provide the Authority with a significant increase in stored water to improve water supply reliability. This increase in stored water volume highlights the importance of understanding potential water quality issues and solutions prior to starting the design phase. This subtask will start with a discussion during a Monthly Progress Meeting to understand water quality issues experienced in the existing reservoirs. If warranted, HDR will also hold discussions with operational staff to determine any historically observed challenges related to water quality in the reservoir system, as well as concerns related to potential future water quality challenges. Current prevention practices, monitoring and response plans will be discussed such as those focused on algae bloom management.
Following the discussions, HDR will perform a review of potential water quality-related design options to be included in the PR3 design phase. The design options may include different aeration/mixing strategies, inlet/outlet location, pretreatment capabilities and others. Each design option will be
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 16 of 23
evaluated in terms of its intent, applicability to the Authority, cost implications, and operational complexity. Relevant experiences with reservoir water quality design options will be collected from up to three similar utilities with similar water quality. Planning-level cost estimates of up to three options for reservoir water quality management will be included in this effort.
This work will be captured in a technical memorandum (TM 5.3) to document current and potential future water quality challenges and potential design options for addressing those challenges for inclusion in decision making as part of Task 2.
Task 5 Deliverables - Deliverables for Task 5 include:
• Workshop agendas, meeting materials and summaries – (WS3, WS4); • TM 5.1 Intake Location Considerations Technical Memorandum; • TM 5.2 System Hydraulics Technical Memorandum; • TM 5.3 Water Quality Considerations for Reservoir Management Technical Memorandum.
Task 5 Schedule - Schedule for Task 5:
• WS3 Workshop with Authority on SUMDAT – within 1 month of WS1; • TM 5.1 Intake Location Considerations Technical Memorandum – 3 months after WS3; • WS4 Workshop with Authority on System Operations – within 2 months of WS1; • TM 5.2 System Hydraulics Technical Memorandum – 3 months after WS4; • TM 5.3 Water Quality Considerations for Reservoir Management Technical Memorandum – 1
month after TM5.2.
Key Assumptions - The following assumptions apply to Task 5 for this Scope of Services:
• Reliability modeling and incorporations to the reliability model associated with subtask 5.1 will be conducted by the Authority staff utilizing SUMDAT, with input from HDR.
• New river water quality and flow data will not be collected, evaluations will use existing historical data.
• Detailed hydraulic modeling will not be conducted as part of the system hydraulics evaluation. Evaluations will rely on fatal flaw reviews and simplistic modeling to test feasibility.
• Updated drafts of TM 5.1, 5.2 and 5.3 incorporating Authority comments will be provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of these memoranda will be included with the Task 8 Feasibility and Siting Report.
TASK 6 - LAND USE, ACQUISITION AND RIGHTS OF WAY
While the land for the reservoir is defined to be within the Reserve, other PR3 Project features including the river intake, raw water pipeline(s) and wetland/floodplain mitigation needs may require property acquisitions, easements or other agreements. The purpose of this task is to define land ownership for the river intake location and pipeline route alternatives to inform decisions made as part of Task 2.
Additionally, this task will support the mitigation evaluation efforts in Task 3 to understand land ownership for potential mitigation sites as part the exploration of regional partnerships and will include the review of existing conservation easements on the Reserve.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 17 of 23
Property ownership, acquisition and easement considerations and other real estate drivers that may impact the Project schedule and cost will be summarized in a technical memorandum (TM 6).
Task 6 Deliverables - Deliverables for Task 6 include:
• TM 6 Property Acquisition Considerations Technical Memorandum - PDF;
Task 6 Schedule - Schedule for Task 6:
• TM 6 Property Acquisition Considerations Technical Memorandum – 1 month after TM 5.1 and TM 5.2;
Key Assumptions - The following assumptions apply to Task 6 for this Scope of Services:
• The task includes only a desktop analysis based on available information. Title searches, boundary surveys, appraisals and other land acquisition services will be completed as a part of future work orders.
• Updated draft of TM 6 incorporating Authority comments will be provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of this memorandum will be included with the Task 8 Feasibility and Siting Report.
TASK 7 – CONSTRUCTION, SITE ACCESS AND SEQUENCING
Another important aspect of the PR3 Project to be evaluated is related to the construction phase. Understanding how major project features will be built by construction contractors and identifying the potential risks the contractor will price into their bid will allow the Authority and HDR team to make thoughtful PR3 Project decisions.
This Task will evaluate construction risks and potential issues associated with the various Project alternatives considered in Tasks 2-6 including potential constraints related to constructability, management of surface water and construction dewatering, as well as site access and potential permitting constraints. Additionally, recommendations related to construction sequencing and construction contract packaging will be developed. This evaluation will be presented in a technical memorandum (TM7) and will be included in decision making as part of Task 2.
Task 7 Deliverables - Deliverables for Task 7 include:
• TM 7 Construction Considerations Technical Memorandum - PDF;
Task 7 Schedule - Schedule for Task 7:
• TM 7 Construction Considerations Technical Memorandum – 2 months after TM 3.2, TM 3.4, TM 4.1, TM 4.4, TM 5.1, TM 5.2;
Key Assumptions - The following assumptions apply to Task 7 for this Scope of Services:
• Effort in this task will be based on HDR’s industry experience with building similar projects and not include input from construction contractors.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 18 of 23
• Updated draft of TM 7 incorporating Authority comments will be provided after one round of review comments and the comment resolution discussion held during the monthly progress meetings. The final version of this memorandum will be included with the Task 8 Feasibility and Siting Report.
TASK 8 – FEASIBILITY AND SITING REPORT
This Phase will be documented in a Feasibility and Siting Report (Report). The Report will present the work developed under this scope of services, summarize the technical memoranda and other work products delivered as part of Tasks 2-7, and provide documented recommendations and the path forward for the PR3 Project to begin preliminary design.
Task 8.1 – Draft Feasibility and Siting Report
A Draft Report will be developed to present the Authority-selected locations and configurations for the key Project features at a conceptual design level, Authority-selected approach for wetland and floodplain mitigation, and will include an AACE Class 4 opinion of probable costs for the PR3 Project, which includes a level of detail commensurate with a feasibility study. These details presented with this cost estimate will include consideration to the risk factors associated with the estimate and the probability of those risks. Additionally the Draft Report will include: recommendations for future geotechnical exploration plan, a plan for wetland and floodplain mitigation, and appended TMs developed under Tasks 2-7.
Task 8.2 – Final Feasibility and Siting Report
The Draft Report will be submitted to the Authority for review and comment by Authority staff and Authority Customer staff, as needed. Following receipt of comments, a review meeting will be held to discuss resolution of comments and the finalization of the document. HDR will incorporate comments, provide comment responses, and then submit the Final Feasibility and Siting Report.
Task 8 Deliverables - Deliverables for Task 8 include:
• Draft Feasibility and Siting Report – PDF; • Final Feasibility and Siting Report – PDF.
Task 8 Schedule - Schedule for Task 8:
• Draft Feasibility and Siting Report – 2 months after TM 2.2; • Draft Report Comment Resolution Meeting – 1 month after receipt of Authority comments; • Final Feasibility and Siting Report – 2 months after comment resolution meeting.
Key Assumptions - The following assumptions apply to Task 8 for this Scope of Services:
• The TMs prepared as part of Tasks 2-7 will be incorporated into this report. Recommendations previously established in technical memoranda will not be modified in this report.
• Level 5 cost estimate will be developed only for the Authority-selected alternative of PR3 Project features after WS2.
• Report will include recommendations for work to be undertaken in future phases of the project.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 19 of 23
• One round of review comments from the Draft Feasibility and Siting Report will be provided by the Authority and will include other stakeholder review comments. The Draft Feasibility and Siting Report will only be updated one time and provided as the Final Feasibility and Siting Report following resolution of comments with Authority staff.
TASK 9 – OWNER’S ALLOWANCE
An Owner’s Allowance is included in this Scope of Work to allow for currently unidentified efforts associated with this Phase of the PR3 Project to be added on an as-needed basis. This allowance will not be utilized by HDR without written direction from the Authority following an agreed scope and fee for the work to be included under the allowance.
AUTHORITY RESPONSIBILITIES
This Phase requires close coordination with Authority staff, with regular and frequent workshops, meetings and discussions to successfully complete all deliverables associated with this Phase. The Authority staff will participate in workshops and meetings and will review work products and promptly provide comments, as needed.
Significant information that will inform and guide PR3 Project decisions exists in the Authority’s files. The Authority will work with HDR to identify available materials and information, and provide copies in either PDF or hard copy format for use by HDR.
PROJECT DELIVERABLES
The following deliverables will be provided as part of this Work Order:
• Task 1 – o Progress reports, schedule updates and invoices – monthly (up to 16); o Project Management Plan – PDF; o Project Kick-off Meeting agenda, materials, summary notes and decision log; o Monthly Progress Meeting agendas, materials, summary notes and decision log updates
– monthly (up to 15); o Authority Customer Staff Meeting presentation materials – as needed, up to 4; o Board Meeting presentation materials – as needed, up to 3.
• Task 2 –
o Workshop agendas, meeting materials and summaries - WS1, WS2a and WS2b; o TM 2.1 Decision Criteria and Weights Technical Memorandum – PDF; o TM 2.2 PR3 Key Decisions Document - PDF.
• Task 3 –
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 20 of 23
o TM 3.1 Field Analysis GIS Maps – PDF and GIS format; o TM 3.2 Wetland and Floodplain Mitigation Technical Memorandum – PDF; o Mitigation partnership exploration meeting agendas and summary notes (up to 3) –
PDF; o TM 3.3 Cultural Resources Review Technical Memorandum – PDF; o TM 3.4 Permitting Plan Technical Memorandum – PDF; o TM 3.5 Wetland Technical Evaluation and Wildlife Assessment Report – PDF.
• Task 4 –
o TM 4.1 Summary of Existing Geotechnical and Geology and Confirmation of Investigation Technical Memorandum - PDF;
o TM 4.2 Summary of Siting Phase Geotechnical and Geological Evaluations and Recommendations for Future Site Characterization Technical Memorandum – PDF;
o TM 4.4 Geotechnical Design Considerations Technical Memorandum – PDF;
• Task 5 – o Workshop agendas, meeting materials and summaries – WS3, WS4; o TM 5.1 Intake Location Considerations Technical Memorandum; o TM 5.2 System Hydraulics Technical Memorandum; o TM 5.3 Water Quality Considerations for Reservoir Management Technical
Memorandum.
• Task 6 – o TM 6 Property Acquisition Considerations Technical Memorandum – PDF;
• Task 7 –
o TM 7 Construction Considerations Technical Memorandum - PDF;
• Task 8 – o Draft Feasibility and Siting Report – PDF; o Final Feasibility and Siting Report – PDF.
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 21 of 23
SCHEDULE
The Scope of Services will be delivered over the course of 16 months after being given the notice to proceed. The estimated time required for the completion of each task and the approximate date for distribution of deliverables are provided in the Phase schedule shown as Exhibit B.
FEE
The Authority agrees to compensate HDR for this scope of services on a Lump Sum Basis as shown on the Fee Schedule and Fee Summary Tables included in Exhibit A. The compensation for Tasks 1 through 8 will be a lump sum basis and is broken down by Task in Table 2 below.
Table 2 – Compensation by Task
Description Budget Task 1 – Project Management, Communication and Coordination $ 271,021.00 Task 2 – Decision Support for Alternatives Evaluation $ 202,728.00 Task 3 – Environmental and Permitting $ 251,286.00 Task 4 – Geotechnical and Geological Evaluation $ 246,370.00 Task 5 – Hydraulics, Water Quality and Operational Considerations $ 238,652.70 Task 6 – Land Use, Acquisition and Rights of Way $ 18,574.50 Task 7 – Construction, Site Access and Sequencing $ 24,380.00 Task 8 – Feasibility and Siting Report $ 146,971.00 Task 9 - Owners Allowance $ 100,000.00
TOTAL: $1,499,983.20
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 22 of 23
EXHIBIT A
FEE SCHEDULE and FEE SUMMARY FOR FEASIBILITY AND SITING
POSITION TITLE HOURLY RATESProject Principal 285.00$
Senior Project Manager 275.00$
Assistant Project Manager 220.00$
Quality Control 265.00$
Professional Technical Expert 290.00$
Design Manager 240.00$
Engineer V 280.00$
Engineer IV 255.00$
Engineer III 225.00$
Engineer II 190.00$
Engineer I 165.00$
Senior Environmental Scientist 155.00$
Environmental Scientist 140.00$
Sr Hydrogeologist 210.00$
Hydrogeologist 175.00$
Senior Designer / CAD 120.00$
Designer / CAD 105.00$
Senior GIS Analyst 135.00$
GIS Analyst 110.00$
Senior Construction Manager 270.00$
Senior Economist 185.00$
Construction Controls and Estimation 160.00$
Senior Acquisition Specialist 250.00$
Acquisition Specialist 140.00$
Senior Administrative Assistant 90.00$
Administrative Assistant 75.00$
Accounting 100.00$
This Fee Schedule may be adjusted on an annual basis upon written approval by the Executive Director.
EXHIBIT AFEE SCHEDULE
AGREEMENT FOR PROFESSIONAL SERVICES RELATED TO THE
FEASIBILITY AND SITING PHASE OF THE PEACE RIVER REGIONAL RESERVOIR (PR3) PROJECT
By Subtask Task Subtotal
271,021.00$
1.1 Project Management and Progress Reporting 57,570$
1.2 Meetings and Coordination 213,451$
202,728.00$
2.1 Develop and Weigh Decision Criteria 92,754$
2.2 Score, Measure and Compare Alternatives 109,974$
251,286.00$
3.1 Environmental Data Collection 50,020$
3.2 Wetland and Floodplain Mitigation Evaluation 75,884$
3.3 Culture Resources Review 12,060$
3.4 Permitting Plan 56,613$
3.5 Wetland Technical Evaluation and Wildlife Assessment Report 56,710$
246,370.00$
4.1 Review and Analysis of Existing Information 56,040$
4.2 Geotechnical Exploration and Evaluation 74,160$
4.3 Geology and Hydrogeology Evaluation 34,110$
4.4 Geotechnical Design Considerations 82,060$
238,652.70$
5.1 Water Supply and Quality Reliability Modeling 110,341$
5.2 System Hydraulics Evaluation 79,721$
5.3 Water Quality Considerations for Reservoir Management 48,590$
18,574.50$
6 Property Acquisition Considerations 18,575$
24,380.00$
7 Construction Considerations 24,380$
146,971.00$
8.1 Draft Feasibility and Siting Report 105,185$
8.2 Final Feasibility and Siting Report 41,786$
100,000$
9 Allowance (only used with written direction from Authority) 100,000$
$1,499,983.20 Work Order Total:
Task 6: Land Use, Acquisition and Rights of Way
Task 8: Feasibility and Siting Report
Total Fee Summary
Task and Description
Task 2: Decision Support for Alternatives Evaluation
Task 3: Environmental and Permitting
Task 4: Geotechnical and Geological Evaluation
Task 5: Hydraulics, Water Quality and Operational Considerations
Task 9: Owners Allowance
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
Task 1: Project Management, Communication and Coordination
Task 7: Construction, Site Access and Sequencing
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
$271,021
1.1 Project Management and Progress Reporting $51,650 $5,920 $0 $0 $57,570
1.2 Meetings and Coordination $196,551 $16,900 $0 $0 $213,451
$202,728
2.1 Develop and Weigh Decision Criteria $77,185 $12,089 $3,480 $0 $92,754
2.2 Score, Measure and Compare Alternatives $98,145 $8,349 $3,480 $0 $109,974
$251,286
3.1 Environmental Data Collection $37,580 $0 $12,440 $0 $50,020
3.2 Wetland and Floodplain Mitigation Evaluation $59,894 $0 $15,990 $0 $75,884
3.3 Culture Resources Review $12,060 $0 $0 $0 $12,060
3.4 Permitting Plan $50,494 $0 $6,119 $0 $56,613
3.5 Wetland Technical Evaluation and Wildlife Assessment Report $50,160 $0 $6,550 $0 $56,710
$246,370
4.1 Review and Analysis of Existing Information $56,040 $0 $0 $0 $56,040
4.2 Geotechnical Exploration and Evaluation $29,250 $0 $0 $44,910 $74,160
4.3 Geology and Hydrogeology Evaluation $34,110 $0 $0 $0 $34,110
4.4 Geotechnical Design Considerations $82,060 $0 $0 $0 $82,060
$238,653
5.1 Water Supply and Quality Reliability Modeling $14,959 $95,382 $0 $0 $110,341
5.2 System Hydraulics Evaluation $19,069 $60,652 $0 $0 $79,721
5.3 Water Quality Considerations for Reservoir Management $3,200 $45,390 $0 $0 $48,590
$18,575
6 Property Acquisition Considerations $18,575 $0 $0 $0 $18,575
$24,380
7 Construction Considerations $24,380 $0 $0 $0 $24,380
$146,971
8.1 Draft Feasibility and Siting Report $101,145 $4,040 $0 $0 $105,185
8.2 Final Feasibility and Siting Report $39,766 $2,020 $0 $0 $41,786
$100,000
9 Allowance (only used with written direction from Authority) $100,000 $0 $0 $0 $100,000
TOTAL $1,156,271.50 $250,742.70 $48,059.00 $44,910.00 $1,499,983.20
% of WO 77.1% 16.7% 3.2% 3.0%
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
HDRTask DescriptionTask and SubtaskHazen and
Sawyer
Task 7: Construction, Site Access and Sequencing
Task 9: Owners Allowance
Task 8: Feasibility and Siting Report
Summary of all Firms
Task 3: Environmental and Permitting
Task 4: Geotechnical and Geological Evaluation
Task 5: Hydraulics, Water Quality and Operational Considerations
Task 6: Land Use, Acquisition and Rights of Way
EarthBalance Grand TotalH2R
Task 1: Project Management, Communication and Coordination
Task 2: Decision Support for Alternatives Evaluation
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
RoleProject
Principal
Senior Project
Manager
Assistant
Project
Manager
Quality
Control
Professional
Technical
Expert
Design
ManagerEngineer V Engineer IV Engineer III Engineer II Engineer I
Task 1: Project Management, Communication and Coordination $248,201.00
1.1 Project Management and Progress Reporting 281 $51,650.00 $0.00 $51,650.00 64 96 8
1.2 Meetings and Coordination 856 $195,000.00 $1,551.00 $196,551.00 24 448 96 96 32
Task 2: Decision Support for Alternatives Evaluation $175,330.00
2.1 Develop and Weigh Decision Criteria 332 $74,460.00 $2,725.00 $77,185.00 24 20 16 80 20 20 20 20
2.2 Score, Measure and Compare Alternatives 412 $95,420.00 $2,725.00 $98,145.00 32 20 16 120 20 20 20 20
Task 3: Environmental and Permitting $210,187.00
3.1 Environmental Data Collection 240 $35,980.00 $1,600.00 $37,580.00 8 8
3.2 Wetland and Floodplain Mitigation Evaluation 356 $59,560.00 $333.50 $59,893.50 24 8 16 20 10
3.3 Culture Resources Review 76 $12,060.00 $0.00 $12,060.00 4 4
3.4 Permitting Plan 288 $50,160.00 $333.50 $50,493.50 48 8 4 16
3.5 Wetland Technical Evaluation and Wildlife Assessment Report 280 $50,160.00 $0.00 $50,160.00 50 20 14
Task 4: Geotechnical and Geological Evaluation $201,460.00
4.1 Review and Analysis of Existing Information 250 $56,040.00 $0.00 $56,040.00 24 4 8 24 10 40 20 32
4.2 Geotechnical Exploration and Evaluation 131 $28,805.00 $445.00 $29,250.00 8 8 2 20 4 18 27
4.3 Geology and Hydrogeology Evaluation 156 $34,110.00 $0.00 $34,110.00 8 16 16 4 12 10
4.4 Geotechnical Design Considerations 356 $82,060.00 $0.00 $82,060.00 60 20 8 60 24 24 60 40 32
Task 5: Hydraulics, Water Quality and Operational Considerations $37,228.00
5.1 Water Supply and Quality Reliability Modeling 62 $14,870.00 $89.00 $14,959.00 16 4 10 8 16 6
5.2 System Hydraulics Evaluation 84 $18,980.00 $89.00 $19,069.00 16 4 10 8 24 20
5.3 Water Quality Considerations for Reservoir Management 14 $3,200.00 $0.00 $3,200.00 2 2 2 2 4
Task 6: Land Use, Acquisition and Rights of Way $18,574.50
6 Property Acquisition Considerations 100 $18,530.00 $44.50 $18,574.50 8 6 2 4 8
Task 7: Construction, Site Access and Sequencing $24,380.00
7 Construction Considerations 110 $24,380.00 $0.00 $24,380.00 12 8 20 16 20
Task 8: Feasibility and Siting Report $140,911.00
8.1 Draft Feasibility and Siting Report 524 $100,790.00 $355.00 $101,145.00 2 50 8 24 16 20 8 20 32 32 32
8.2 Final Feasibility and Siting Report 184 $39,500.00 $266.00 $39,766.00 2 40 4 16 8 16 8 4 4 8 8
Task 9: Owners Allowance $100,000.00
9 Allowance (only used with written direction from Authority) $100,000.00
TOTALS: 5,092 $1,045,715.00 $10,556.50 $1,156,271.50 $1,156,271.50 # Hours 28 946 244 192 242 356 116 118 240 80 315
Billing Rate $285.00 $275.00 $220.00 $265.00 $290.00 $240.00 $280.00 $255.00 $225.00 $190.00 $165.00
Total Cost $7,980.00 $260,150.00 $53,680.00 $50,880.00 $70,180.00 $85,440.00 $32,480.00 $30,090.00 $54,000.00 $15,200.00 $51,975.00
HDR Engineering, Inc.
Task and
Subtask
Labor
HoursTask Description Labor Cost
Direct
ExpensesTotal Cost Task Subtotal
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
Task 1: Project Management, Communication and Coordination
1.1 Project Management and Progress Reporting
1.2 Meetings and Coordination
Task 2: Decision Support for Alternatives Evaluation
2.1 Develop and Weigh Decision Criteria
2.2 Score, Measure and Compare Alternatives
Task 3: Environmental and Permitting
3.1 Environmental Data Collection
3.2 Wetland and Floodplain Mitigation Evaluation
3.3 Culture Resources Review
3.4 Permitting Plan
3.5 Wetland Technical Evaluation and Wildlife Assessment Report
Task 4: Geotechnical and Geological Evaluation
4.1 Review and Analysis of Existing Information
4.2 Geotechnical Exploration and Evaluation
4.3 Geology and Hydrogeology Evaluation
4.4 Geotechnical Design Considerations
Task 5: Hydraulics, Water Quality and Operational Considerations
5.1 Water Supply and Quality Reliability Modeling
5.2 System Hydraulics Evaluation
5.3 Water Quality Considerations for Reservoir Management
Task 6: Land Use, Acquisition and Rights of Way
6 Property Acquisition Considerations
Task 7: Construction, Site Access and Sequencing
7 Construction Considerations
Task 8: Feasibility and Siting Report
8.1 Draft Feasibility and Siting Report
8.2 Final Feasibility and Siting Report
Task 9: Owners Allowance
9 Allowance (only used with written direction from Authority)
TOTALS:
HDR Engineering,
Task and
SubtaskTask Description
Senior
Environment
al Scientist
Environment
al Scientist
Sr
Hydrogeolo
gist
Senior
Designer /
CAD
Senior GIS
Analyst
Senior
Construction
Manager
Senior
Economist
Construction
Controls and
Estimation
Senior
Acquisition
Specialist
Acquisition
Specialist
Senior
Administrative
Assistant
Administrative
AssistantAccounting
49 64 281 $51,650.00
32 64 64 856 $195,000.00
20 20 12 40 20 332 $74,460.00
20 20 8 60 16 20 412 $95,420.00
100 80 40 4 240 $35,980.00
150 100 24 4 356 $59,560.00
40 20 4 4 76 $12,060.00
120 80 8 4 288 $50,160.00
120 60 8 8 280 $50,160.00
80 8 250 $56,040.00
40 4 131 $28,805.00
80 4 4 2 156 $34,110.00
12 12 4 356 $82,060.00
2 62 $14,870.00
2 84 $18,980.00
2 14 $3,200.00
8 20 40 4 100 $18,530.00
8 22 4 110 $24,380.00
12 8 16 50 30 16 4 120 4 20 524 $100,790.00
4 8 8 8 4 2 12 4 12 4 184 $39,500.00
618 348 276 82 158 42 106 132 36 48 197 108 64 5,092 $1,045,715.00
$155.00 $140.00 $210.00 $120.00 $135.00 $270.00 $185.00 $160.00 $250.00 $140.00 $90.00 $75.00 $100.00
$95,790.00 $48,720.00 $57,960.00 $9,840.00 $21,330.00 $11,340.00 $19,610.00 $21,120.00 $9,000.00 $6,720.00 $17,730.00 $8,100.00 $6,400.00 $1,045,715.00
Labor Estimate
Total
Hours
Total Labor
Cost
PR3_Feasibility and Siting_Fee_Final_07.17.20 2 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
Task 1: Project Management, Communication and Coordination
1.1 Project Management and Progress Reporting
1.2 Meetings and Coordination
Task 2: Decision Support for Alternatives Evaluation
2.1 Develop and Weigh Decision Criteria
2.2 Score, Measure and Compare Alternatives
Task 3: Environmental and Permitting
3.1 Environmental Data Collection
3.2 Wetland and Floodplain Mitigation Evaluation
3.3 Culture Resources Review
3.4 Permitting Plan
3.5 Wetland Technical Evaluation and Wildlife Assessment Report
Task 4: Geotechnical and Geological Evaluation
4.1 Review and Analysis of Existing Information
4.2 Geotechnical Exploration and Evaluation
4.3 Geology and Hydrogeology Evaluation
4.4 Geotechnical Design Considerations
Task 5: Hydraulics, Water Quality and Operational Considerations
5.1 Water Supply and Quality Reliability Modeling
5.2 System Hydraulics Evaluation
5.3 Water Quality Considerations for Reservoir Management
Task 6: Land Use, Acquisition and Rights of Way
6 Property Acquisition Considerations
Task 7: Construction, Site Access and Sequencing
7 Construction Considerations
Task 8: Feasibility and Siting Report
8.1 Draft Feasibility and Siting Report
8.2 Final Feasibility and Siting Report
Task 9: Owners Allowance
9 Allowance (only used with written direction from Authority)
TOTALS:
HDR Engineering,
Task and
SubtaskTask Description # Orig. Copies Total # Orig. Copies Total
$1,551
$0 0 0 $0.00 $0
3,000 $1,335 20 100 2,000 5 20 100 $216.00 $1,551
$5,450
2 6 3 1,000 6 $2,725 0 0 $0.00 $2,725
2 6 3 1,000 6 $2,725 0 0 $0.00 $2,725
$2,267
10 10 $1,600 0 0 $0.00 $1,600
300 2 $334 0 0 $0.00 $334
$0 0 0 $0.00 $0
300 2 $334 0 0 $0.00 $334
$0 0 0 $0.00 $0
$445
$0 0 0 $0.00 $0
1,000 $445 0 0 $0.00 $445
$0 0 0 $0.00 $0
$0 0 0 $0.00 $0
$178
200 $89 0 0 $0.00 $89
200 $89 0 0 $0.00 $89
$0 0 0 $0.00 $0
$45
100 $45 0 0 $0.00 $45
$0
$0 0 0 $0.00 $0
$621
200 $89 5 500 2,500 5 20 100 $266.00 $355
$0 5 500 2,500 5 20 100 $266.00 $266
$0
$0
# Units 4 12 16 7,300 26 $9,809 # Copies 7000 300 $748 $10,557
Unit Cost $400.00 $250.00 $60.00 $0.45 $100.00 Unit Cost $0.10 $0.16
Total Cost $1,600.00 $3,000.00 $960.00 $3,248.50 $2,600.00 $9,809 Total Cost $700.00 $48.00 $748 $0
Travel Expenses Printing and Reproduction
Total Cost
Direct Expense Estimate
Hotel
Auto
Rental
Days
Pers. Auto
Mileage
Total
Cost
Total
CostAirfare
Meals and
Incidentals
PR3_Feasibility and Siting_Fee_Final_07.17.20 3 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
RoleQuality
ControlEngineer V Engineer IV Engineer III Engineer II Engineer I
Senior
Administrative
Assistant
Task 1: Project Management, Communication and Coordination $22,820.00 $0
1.1 Project Management and Progress Reporting 32 $5,920.00 $0.00 $5,920.00 16 16 32 $5,920.00 $0 $0
1.2 Meetings and Coordination 70 $16,900.00 $0.00 $16,900.00 10 20 40 70 $16,900.00 $0 $0
Task 2: Decision Support for Alternatives Evaluation $20,438.00 $178
2.1 Develop and Weigh Decision Criteria 50 $12,000.00 $89.00 $12,089.00 20 20 10 50 $12,000.00 200 $89 $89
2.2 Score, Measure and Compare Alternatives 36 $8,260.00 $89.00 $8,349.00 8 20 8 36 $8,260.00 200 $89 $89
Task 3: Environmental and Permitting $0.00 $0
3.1 Environmental Field Work 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
3.2 Wetland and Floodplain Mitigation Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
3.3 Culture Resources Review 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
3.4 Permitting Plan 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
3.5 Wetland Technical Evaluation and Wildlife Biological Assessment Report 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 4: Geotechnical and Geological Evaluation $0.00 $0
4.1 Review and Analysis of Existing Information 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.2 Geotechnical Exploration and Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.3 Geology and Hydrogeology Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.4 Geotechnical Design Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 5: Hydraulics, Water Quality and Operational Considerations $201,424.70 $205
5.1 Water Supply and Quality Reliability Modeling 430 $95,280.00 $102.35 $95,382.35 6 12 120 150 132 10 430 $95,280.00 230 $102 $102
5.2 System Hydraulics Evaluation 308 $60,550.00 $102.35 $60,652.35 8 16 8 42 172 56 6 308 $60,550.00 230 $102 $102
5.3 Water Quality Considerations for Reservoir Management 220 $45,390.00 $0.00 $45,390.00 4 10 24 58 112 12 220 $45,390.00 $0 $0
Task 6: Land Use, Acquisition and Rights of Way $0.00 $0
6 Property Acquisition Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 7: Construction, Site Access and Sequencing $0.00 $0
7 Construction Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 8: Feasibility and Siting Report $6,060.00 $0
8.1 Draft Feasibility and Siting Report 16 $4,040.00 $0.00 $4,040.00 8 8 16 $4,040.00 $0 $0
8.2 Final Feasibility and Siting Report 8 $2,020.00 $0.00 $2,020.00 4 4 8 $2,020.00 $0 $0
Task 9: Owners Allowance $0.00 $0
Allowance (only used with Authority direction) $0
TOTALS: 1,170 $250,360.00 $382.70 $250,742.70 $250,742.70 # Hours 18 104 172 342 434 56 44 1,170 $250,360.00 # Units 860 $383 $383
Billing
Rate$265.00 $280.00 $255.00 $225.00 $190.00 $165.00 $90.00 Unit Cost $0.45
Total Cost $4,770.00 $29,120.00 $43,860.00 $76,950.00 $82,460.00 $9,240.00 $3,960.00 $250,360.00 Total Cost $382.70 $383
Total Labor
Cost
Hazen and Sawyer Labor EstimateDirect Expense Estimate
Travel Expenses
Total CostTask and
SubtaskTask Description
Labor
HoursLabor Cost
Direct
ExpensesTotal Cost Task Subtotal
Total
Hours
Pers. Auto
MileageTotal Cost
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
Role
Senior
Environment
al Scientist
Environment
al Scientist
Senior GIS
Analyst
Task 1: Project Management, Communication and Coordination $0.00 $0
1.1 Project Management and Progress Reporting 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
1.2 Meetings and Coordination 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 2: Decision Support for Alternatives Evaluation $6,960.00 $0
2.1 Develop and Weigh Decision Criteria 24 $3,480.00 $0.00 $3,480.00 8 16 24 $3,480.00 $0 $0
2.2 Score, Measure and Compare Alternatives 24 $3,480.00 $0.00 $3,480.00 8 16 24 $3,480.00 $0 $0
Task 3: Environmental and Permitting $41,099.00 $889
3.1 Environmental Field Work 84 $11,640.00 $800.00 $12,440.00 60 24 84 $11,640.00 5 5 $800 $800
3.2 Wetland and Floodplain Mitigation Evaluation 114 $15,990.00 $0.00 $15,990.00 10 80 24 114 $15,990.00 $0 $0
3.3 Culture Resources Review 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
3.4 Permitting Plan 42 $6,030.00 $89.00 $6,119.00 10 32 42 $6,030.00 200 $89 $89
3.5 Wetland Technical Evaluation and Wildlife Biological Assessment Report 46 $6,550.00 $0.00 $6,550.00 10 28 8 46 $6,550.00 $0 $0
Task 4: Geotechnical and Geological Evaluation $0.00 $0
4.1 Review and Analysis of Existing Information 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.2 Geotechnical Exploration and Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.3 Geology and Hydrogeology Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
4.4 Geotechnical Design Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 5: Hydraulics, Water Quality and Operational Considerations $0.00 $0
5.1 Water Supply and Quality Reliability Modeling 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
5.2 System Hydraulics Evaluation 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
5.3 Water Quality Considerations for Reservoir Management 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 6: Land Use, Acquisition and Rights of Way $0.00 $0
6 Property Acquisition Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 7: Construction, Site Access and Sequencing $0.00 $0
7 Construction Considerations 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 8: Feasibility and Siting Report $0.00 $0
8.1 Draft Feasibility and Siting Report 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
8.2 Final Feasibility and Siting Report 0 $0.00 $0.00 $0.00 0 $0.00 $0 $0
Task 9: Owners Allowance $0.00 $0
9 Allowance (only used with written direction from Authority) $0
TOTALS: 334 $47,170.00 $889.00 $48,059.00 $48,059.00 # Hours 46 232 56 334 $47,170.00 # Units 5 200 5 $889 $889
Billing Rate $155.00 $140.00 $135.00 Unit Cost $60.00 $0.45 $100.00
Total Cost $7,130.00 $32,480.00 $7,560.00 $47,170.00 Total Cost $300.00 $89.00 $500.00 $889
Total Labor
Cost
EarthBalance Labor EstimateDirect Expense Estimate
Travel Expenses
Total CostTask and
SubtaskTask Description
Labor
HoursLabor Cost
Direct
ExpensesTotal Cost Task Subtotal
Total
Hours
Auto
Rental
Days
Pers. Auto
Mileage
Meals and
Incidental
s
Total Cost
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
Peace River Manasota Regional Water Supply Authority
Peace River Regional Reservoir (PR3) Project
Work Order No. 1 - Feasibility and Siting Phase
Geotech
Task 1: Project Management, Communication and Coordination $0.00 $0
1.1 Project Management and Progress Reporting $0.00 $0
1.2 Meetings and Coordination $0.00 $0
Task 2: Decision Support for Alternatives Evaluation $0.00 $0
2.1 Develop and Weigh Decision Criteria $0.00 $0
2.2 Score, Measure and Compare Alternatives $0.00 $0
Task 3: Environmental and Permitting $0.00 $0
3.1 Environmental Field Work $0.00 $0
3.2 Wetland and Floodplain Mitigation Evaluation $0.00 $0
3.3 Culture Resources Review $0.00 $0
3.4 Permitting Plan $0.00 $0
3.5 Wetland Technical Evaluation and Wildlife Biological Assessment Report $0.00 $0
Task 4: Geotechnical and Geological Evaluation $44,910.00 $44,910
4.1 Review and Analysis of Existing Information $0.00 $0
4.2 Geotechnical Exploration and Evaluation $44,910.00 $ 44,910.00 $44,910
4.3 Geology and Hydrogeology Evaluation $0.00 $0
4.4 Geotechnical Design Considerations $0.00 $0
Task 5: Hydraulics, Water Quality and Operational Considerations $0.00 $0
5.1 Water Supply and Quality Reliability Modeling $0.00 $0
5.2 System Hydraulics Evaluation $0.00 $0
5.3 Water Quality Considerations for Reservoir Management $0.00 $0
Task 6: Land Use, Acquisition and Rights of Way $0.00 $0
6 Property Acquisition Considerations $0.00 $0
Task 7: Construction, Site Access and Sequencing $0.00 $0
7 Construction Considerations $0.00 $0
Task 8: Feasibility and Siting Report $0.00 $0
8.1 Draft Feasibility and Siting Report $0.00 $0
8.2 Final Feasibility and Siting Report $0.00 $0
Task 9: Owners Allowance $0.00 $0
Allowance (only used with Authority direction) $0
TOTALS: $44,910.00 $44,910.00 $44,910
Total Cost Task Subtotal
H2R CorpOther Expenses
Total CostTask and
SubtaskTask Description
PR3_Feasibility and Siting_Fee_Final_07.17.20 1 7/17/2020
PR3_Feasibility and Siting_SOW_Final_07.17.2020_clean Page 23 of 23
EXHIBIT B
SITING AND FEASIBILITY PHASE SCHEDULE
ID WBS Task Name Duration Start Finish
1 0 Notice to Proceed 0 days Tue 9/1/20 Tue 9/1/202 1 Task 1: Project Management, Communication, & Coordination 338 days Tue 9/1/20 Fri 12/31/213 1.1 Task 1.1 Project Management and Progress Reporting 336 days Thu 9/3/20 Fri 12/31/214 1.1.1 Project management and coordination 336 days Thu 9/3/20 Fri 12/31/215 2.1.2 Monthly Progress Reporting and Invoicing 317 days Wed 9/30/20 Fri 12/31/2122 1.2 Task 1.2 Meetings and Coordination 338 days Tue 9/1/20 Fri 12/31/2123 1.2.1 Project Kickoff Meeting 1 day Wed 9/16/20 Wed 9/16/2024 2.2.2 Monthly Progress Meetings 292 days Wed 10/7/20 Wed 12/1/2140 2.2.3 Staff Member Meetings 338 days Tue 9/1/20 Fri 12/31/2141 2.2.4 Board Meetings 338 days Tue 9/1/20 Fri 12/31/2142 2 Task 2: Decision Support for Alternatives Evaluation 190 days Thu 10/1/20 Wed 6/30/2143 2.1 Task 2.1 Develop and Weigh Decision Criteria 17 days Thu 10/1/20 Fri 10/23/2044 2.1.1 WS 1 for Decision Making Analysis 2 days Thu 10/1/20 Fri 10/2/2045 3.1.2 Post‐workshop evaluation 15 days Mon 10/5/20 Fri 10/23/2046 2.1.2 TM 2.1 Develop and Weigh Decision Criteria 0 days Fri 10/23/20 Fri 10/23/2047 2.2 Task 2.2 Score, Measure and Compare Alternatives 22 days Tue 6/1/21 Wed 6/30/2148 2.2.1 WS 2a for Decision Making Analysis 2 days Tue 6/1/21 Wed 6/2/2149 2.2.1 WS 2b for Decision Making Analysis 1 day Wed 6/9/21 Wed 6/9/2150 3.2.3 Post‐workshop evaluation 15 days Thu 6/10/21 Wed 6/30/2151 2.2.2 TM 2.2 PR3 Key Decisions Document 0 days Wed 6/30/21 Wed 6/30/2152 3 Task 3 Environmental and Permitting 156 days Mon 10/19/20 Fri 5/28/2153 3.1 Task 3.1 Environmental Data Collection 61 days Mon 10/19/20 Fri 1/15/2154 3.1.1 Field work planning discussion (part of monthly progress meeting) 1 day Mon 10/19/20 Mon 10/19/2055 3.1.2 Field Work 40 days Tue 10/20/20 Wed 12/16/2056 4.1.3 Prepare TM 3.1 30 days Thu 12/3/20 Fri 1/15/2157 3.1.3 TM 3.1 Field Analyses GIS Mapping 0 days Fri 1/15/21 Fri 1/15/2158 3.2 Task 3.2 Wetland and Floodplain Mitigation Evaluation 60 days Tue 11/10/20 Fri 2/5/2159 3.2.1 Mitigation Partner Meetings 20 days Tue 11/24/20 Wed 12/23/2060 4.2.2 Wetland and floodplain mitigation evaluation 60 days Tue 11/10/20 Fri 2/5/2161 3.2.2 TM 3.2 Wetland and Floodplain Mitigation 0 days Fri 2/5/21 Fri 2/5/2162 3.3 Task 3.3 Cultural Resources Review 20 days Tue 10/27/20 Mon 11/23/2063 3.3.1 CR Review Activities 20 days Tue 10/27/20 Mon 11/23/2064 3.3.2 TM 3.3 Cultural Resources Review 0 days Mon 11/23/20 Mon 11/23/2065 3.4 Task 3.4 Permitting Plan 60 days Mon 1/4/21 Fri 3/26/2166 3.4.1 Meetings with Regulatory Agencies 40 days Mon 1/4/21 Fri 2/26/2167 3.4.2 Permit plan development 40 days Mon 2/1/21 Fri 3/26/2168 3.4.3 TM 3.4 Permitting Plan 0 days Fri 3/26/21 Fri 3/26/2169 3.5 Task 3.5 Wetland Technical Evaluation and Wildlife Assessment Report 65 days Mon 3/1/21 Fri 5/28/2170 3.5.1 Evaluation Activities 65 days Mon 3/1/21 Fri 5/28/2171 3.5.2 TM 3.5 Wetland Technical Evaluation and Assessment Report 0 days Fri 5/28/21 Fri 5/28/2172 4 Task 4 Geotechnical and Geological Evaluation 150 days Thu 9/24/20 Tue 4/27/21
9/1
10/23
6/30
1/15
2/5
11/23
3/26
5/28
Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb2021 2022
PR3 - Feasibility and Siting Phase HDR Engineering, Inc.
Page 1 PR3_Feasibility and Siting_Schedule_Final_07.17.20
ID WBS Task Name Duration Start Finish
73 4.1 Task 4.1 Review and Analysis of Existing Information 40 days Thu 9/24/20 Wed 11/18/2074 4.1.1 Review existing information 40 days Thu 9/24/20 Wed 11/18/2075 4.1.2 TM 4.1 Review and Analysis of Existing Geotechnical and Geological Information 0 days Wed 11/18/20 Wed 11/18/2076 4.2 Task 4.2 Geotechnical Exploration and Evaluation 80 days Thu 11/19/20 Tue 3/16/2177 4.2.1 Field and lab work 50 days Thu 11/19/20 Tue 2/2/2178 4.2.2 Geotechnical evaluation effort 60 days Mon 12/21/20 Tue 3/16/2179 4.2.3 TM 4.2 Geotechnical and Geological Evaluation 0 days Tue 3/16/21 Tue 3/16/2180 4.3 Task 4.3 Geology and Hydrogeology Evaluation 40 days Wed 1/6/21 Tue 3/2/2181 4.3.1 geologic/hydrogeological evaluation 40 days Wed 1/6/21 Tue 3/2/2182 4.4 Task 4.4 Geotechnical Design Considerations 60 days Wed 2/3/21 Tue 4/27/2183 4.4.1 consideration of alternatives 60 days Wed 2/3/21 Tue 4/27/2184 4.4.2 TM 4.4 Geotechnical Design Considerations 0 days Tue 4/27/21 Tue 4/27/2185 5 Task 5 Hydraulics, Water Quality and Operational Considerations 82 days Mon 11/2/20 Mon 3/1/2186 5.1 Task 5.1 Water Supply and Quality Reliability Modeling 61 days Mon 11/2/20 Fri 1/29/2187 5.1.1 WS3 for SUMDAT reliability and yield modeling 1 day Mon 11/2/20 Mon 11/2/2088 5.1.2 Intake evaluation activities 60 days Tue 11/3/20 Fri 1/29/2189 5.1.3 TM 5.1 Intake Location and PS Configuration 0 days Fri 1/29/21 Fri 1/29/2190 5.2 Task 5.2 System Hydraulics Evaluation 61 days Tue 11/3/20 Mon 2/1/2191 5.2.1 WS4 System Functionality 1 day Tue 11/3/20 Tue 11/3/2092 5.2.2 System hydraulics evaluation activities 60 days Wed 11/4/20 Mon 2/1/2193 5.2.3 TM 5.2 Hydraulics Evaluation 0 days Mon 2/1/21 Mon 2/1/2194 5.3 Task 5.3 Water Quality Considerations for Reservoir Management 31 days Mon 1/18/21 Mon 3/1/2195 5.3.1 Reservoir water quality meeting (part of monthly progress meeting) 1 day Mon 1/18/21 Mon 1/18/2196 5.3.2 Reservoir water quality evaluation 20 days Tue 2/2/21 Mon 3/1/2197 5.3.3 TM 5.3 Water Quality Considerations 0 days Mon 3/1/21 Mon 3/1/2198 6 Task 6 Land Use, Acquisition and Rights of Way 70 days Mon 11/16/20 Thu 2/25/2199 6.1 Desktop evaluation 70 days Mon 11/16/20 Thu 2/25/21100 6.2 TM 6 Property Acquisition Considerations 0 days Thu 2/25/21 Thu 2/25/21101 7 Task 7 Construction, Site Access and Sequencing 40 days Mon 3/1/21 Fri 4/23/21102 7.1 evaluation activities 40 days Mon 3/1/21 Fri 4/23/21103 7.2 TM 7 Construction Considerations 0 days Fri 4/23/21 Fri 4/23/21104 8 Task 8 Feasibility and Siting Report 126 days Thu 7/1/21 Thu 12/30/21105 8.1 Task 8.1 Draft Feasibility and Siting Report 80 days Thu 7/1/21 Fri 10/22/21106 8.1.1 Report Compilation 50 days Thu 7/1/21 Fri 9/10/21107 8.1.2 Draft Feasibility and Siting Report 0 days Fri 9/10/21 Fri 9/10/21108 8.1.3 Authority and Stakeholder review period 30 days Mon 9/13/21 Fri 10/22/21109 8.2 Task 8.2 Final Feasibility and Siting Report 41 days Mon 11/1/21 Thu 12/30/21110 8.2.1 Report Review Meeting 1 day Mon 11/1/21 Mon 11/1/21111 8.2.2 Comment resolution and finalization 40 days Tue 11/2/21 Thu 12/30/21112 8.2.3 Final Feasibility and Siting Report 0 days Thu 12/30/21 Thu 12/30/21
11/18
3/16
4/27
1/29
2/1
3/1
2/25
4/23
9/10
12/30
Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb2021 2022
PR3 - Feasibility and Siting Phase HDR Engineering, Inc.
Page 2 PR3_Feasibility and Siting_Schedule_Final_07.17.20