Escolar Documentos
Profissional Documentos
Cultura Documentos
.,'
October 8, 2003
Gannett Fleming has prepared the Agreement for professional services related to
Rivanna Water and Sewer Authority's Community Water Supply Capital Program
(RFP#03-04).
Attached are three executed copies of the Agreement for Consulting Engineering
Services. Please return two signed copies to our office to signify that we are authorized to
proceed with the work. If you have any questions, please call me.
A Tradition ofExcellence
GANl'(ETT FLEMING, INC.
THIS AGREEMENT made and entered into this 9th day of October 2003 is by and between:
(hereinafter called Client) and Gannett Fleming, Inc., (hereinafter Gannett Fleming) as follows:
1. Client desires to engage Gannett Fleming to provide Consulting Services in connection with Client's project, ("The
Project") as follows:
Project Name: Rivanna Water and Sewer Authority Water System
Project Description: __ _
2. Gannett Fleming agrees to provide Consulting Services for the Project in accordance with the General Conditions,
pages G-l to G-ll, the Scope of Services (18 pages dated October 9, 2003), Cost Estimate of Professional Services
dated October 9, 2003, and 2003/2004 Professional Services Estimated Fee Schedule, attached hereto, incorporated by
reference and made part of this Agreement.
3. It is anticipated that a schedule will be established for each Task in the initial Scope ofServices as soon as practical and
similar schedules will be established for future services, as authorized.
4. A signed copy of the Agreement returned to our office will serve as authorization to proceed with the work and a copy
of the Agreement containing our signature will be returned for your files.
5. Gannett Fleming shall have the option to void this Agreement if not executed and returned to Gannett Fleming within
thirty (30) days.
We appreciate the opportunity to submit this Agreement and look forward to working with you on this Project.
Signature
Date: Date:
GENERAL CONDITIONS
0-2
that are associated with the day to day operation ofa community water system. This paragraph is not
intended to address those substances.
3.0 COMPENSATION:
3.1 Gannett Fleming agrees to perform the services set forth in the Scope of Services for a price of
$798,900. Payments for services rendered and expenses mcurred shall be made monthly within 30
days of receiving Gannett Fleming's monthly invoices. A breakdown ofthe stated price by Task is
included with the scope of services.
3.2 The amount due Gannett Fleming, and reflected on each invoice, will be based on the percent
completion ofeach task as ofthe end of each monthly billing period. Billing periods shall be based
on Gannett Fleming's billing cycles, which do not necessarily coincide with calendar months.
3.3 Client agrees to review invoices promptly and raise any questions regarding the invoiced items or
amounts within (30) days of the date of receipt of the invoice. Otherwise, the invoice shall be
considered correct and payable upon receipt. It is understood that any sums quoted in the
Agreement as an estimate are an estimate only and Client will be responsible for all services actually
rendered whether the actual cost is lesser than or exceeds the estimate.
3.4 In the event payment is not made within thirty (30) days after the date of invoice, the Client further
agrees to pay an interest charge of0 .75 % per month from the date of invoice on any unpaid balance
until such account is paid in full. If the invoice remains delinquent for more than forty-five (45)
days, Gannett Fleming shall have the right to cease all further work on the Project by giving written
notice of that decision to the Client. The Client will also be responsible for all costs of collection,
including reasonable attorney's fees.
3.5 In the event that the Client requests overtime, work will be billed for such work at appropriate
overtime hourly rates. Overtime work includes Sundays or legal holidays. Prior to performing any
overtime work Gannett Fleming shall notify the client about the hourly rates that shall be billed for
such work.
3.6 The Scope of Services and design requirements are based on local and state criteria in effect on the
date of this Agreement and do not include extra services not specifically listed. Special design, extra
services, offsite work, Client and architectural revisions, and revisions due to changes in
governmental policy will be billed at Gannett Fleming's prevailing hourly rates or previously agreed
upon lump sum amount in accordance with the provisions in Article 7. of this agreement.
3.7 Additional services ",ill be compensated on a lump sum, time and materials or other mutually
agreeable basis when authorized in accordance with Article 7. Time and materials tasks will be
invoiced in accordance with the attached 2003/2004 Professional Services Estimated Fee Schedule.
G-3
From time to time these rates may be modified as necessary or additional categories added to
accommodate changes in the business climate.
G4
4.6 As indicated in the scope ofservices Gannett Fleming will provide construction services. Where part
time observation is required, GF accepts no responsibility for work performed while not present at
the project site. While present at the project site GF' s responsibility is as indicated in this section. It
is understood and agreed that the observation of construction to be furnished by, Gannett Fleming
under the Construction Phase of any proj ect, as an agent for Client, shall consist ofthe observation of
the work perfOlmed by the contractors to monitor its conformity with the Contract Drawings and
Specifications. It is further understood and agreed that Gannett Fleming, by such examination, will
endeavor to guard Client against defects and deficiencies in the work of the contractors, sub-
contractors or suppliers, their agents, servants or employees, however, Gannett Fleming cannot
and does not guarantee the performance by the contractors, subcontractors or suppliers, their agents,
servants or employees.
In addition, Gannett Fleming does not assume any fmancial responsibility for losses incurred
by Client resulting from the operations or actions of the contractors, their subcontractors, agents,
servants or employees. Gannett Fleming will not perfonTI or be responsible for any hiring, firing,
supervision, superintendence, direction of personnel, use of equipment, construction site safety
precautions and procedures, or the direction ofthe manner or methods employed by the contractors,
their subcontractors, agents, servants or employees; nor will Gannett Fleming be liable for any
matters or claims arising therefrom. Gannett Fleming shall be under no obligation or liability to
indemnify or reimburse Client for any claims or liability arising from the work of the contractors,
subcontractors or suppliers on the said Project.
5.0 INSURANCE:
5.1 Gannett Fleming shall maintain the following types of insurance relating to this Agreement and
Gannett Fleming's performance ofthe Services:
(a) Workers' Compensation Virginia statutory coverage, and Voluntary Compensation coverage, to
include Employer's Liability, with a limit of not less than $500,000 per each occurrence;
(b) Broad Form Commercial General Liability and Automobile Liability coverages, with each kind
of coverage providing a combined single limit of not less than $2 million per each occurrence/$2
million aggregate ($2 million excess coverage was specified in the RFP), to include the following
coverages: Premises and Operations; Products and Completed Operations; Independent Contractors;
Broad Form Contractual Liability; Broad Form Property Damage;
(c) Owned, Non-owned and Hired Vehicles; and Bodily Injury, including but not limited to
personal injury and death;
(d) Professional Liability Insurance.
G-5
5.2 All policies of insurance shall be written by companies, having a certificate of authority and a
licensed agent authorized to transact the business of insurance in the State of Virginia.
5.3 Gannett Fleming will, automatically, provide insurance certificates to Client upon renewal,
expiration, or cancellation of any policy for which a certificate has been provided to Client during
the execution of this Agreement.
0-6
circumstances affect Gannett Fleming's services for the Project, Gannett Fleming shall be entitled to
an appropriate adjustment in the Schedule and Compensation:
(a) Change in the Project criteria, instructions or approvals given by the Client that necessitate
revlslOns;
G-7
8.4 Client agrees to advise Gannett Fleming of all plant rules, regulations and safety procedures
established by Client or the owner of the facility or site for access to and activities in and around any
facilities or site with which Gannett Fleming employees will comply.
10.0 DOCUl\1ENTS:
10.1 At the conclusion of the Services and at such other times as maybe reasonably requested by Client,
Gannett Fleming shall furnish to Client reports on the status and results of the Proj ect. Such reports
shall be in the form, and cover the subject matters, specified by Client.
10.2 Final work products such as reports and construction contract documents shall become the property
of the Client upon transfer offinal work products to the Client. Any such reuse ofsuch documents
not related to the Project shall be at Client's own risk and Client will defend and indemnify Gannett
Fleming from all expenses and damages arising out of such reuse. The Client further agrees that in
the event that the Professional Services of Gannett Fleming under this agreement are terminated
with or without cause, Gannett Fleming shall not be required to release its work product to the
Client until such time as Gannett Fleming receives full payment for all professional services
performed and expenses incurred for the Client under this Agreement.
G-8
11.0 LIABILITY/ DISPUTES
11.1 Each party agrees to indemnify and hold the other party, and their respective officers and employees
harmless, from and against all claims, suits, actions, and damages brought by third parties, :including
reasonable attorneys fees, to the extent caused by Gannett Fleming's or Client's willful misconduct
or gross negligence during the performance of this Agreement. This indemnification shall not be
limited on amount or type of damages, compensation or benefits payable under workers'
compensation acts, disability benefit acts or other employee benefit acts. In no event will either party
be liable for consequential damages.
11.2 Any claim, controversy 0 r dispute between the parties tot his A greement a rising 0 ut 0 f or in
connection with this Agreement, or any breach thereof, ofthe Project, shall prior to the institution of
. any legal proceeding, and upon the request of either party, be submitted to the senior officers ofeach
party to this Agreement. In the event that the senior officers cannot agree, either party may request
binding arbitration pursuant to the commercial rules of the American Arbitration Association and, if
both parties agree, the matter shall be submitted to binding arbitration. This Agreement shall be
enforced in and governed by the laws of the State where the Project is located.
12.0 :MISCELLANEOUS:
12.1 Services performed by Gannett Fleming under this Agreement are intended solely for the benefit of
the Client. Nothing contained herein shall confer any rights upon or create any duties on the part of
Gannett Fleming, or cause Gannett Fleming to be held to a fiduciary capacity, toward any person or
persons not a party to this Agreement including, but not limited to any contractor, subcontractor,
supplier, or the agents, officers, employees, of any of them. Neither party shall have the right to
assign any rights under this Agreement without the prior written permission of the other party.
12.2 Gannett Fleming will, at all times during the performance ofthis Agreement and in connection with
the Services, be deemed to be an Independent Contractor. No relationship of employer-employee or
agency or other fiduciary capacity is created by this Agreement or by Gannett Fleming's
performance of the Services.
12.3 The parties hereby covenant and agree that during the term and fora period of one year after the
termination of this Agreement, or any extensions or renewals thereof, neither party will directly or
indirectly solicit, employ, hire or retain any employees of the other party or its affiliates without such
parties' prior written consent.
12.4 Under no circumstance shall any employee, stockholder, officer or agent of Gannett Fleming have
any individual professional liability to the Client in addition to, arlin excess of, Gannett Fleming's
0-9
liability under this Agreement. Notwithstanding the aforesaid, in the event any judgment is entered
against any such individual, Client shall look exclusively to the assets of Gannett Fleming for
satisfaction of said judgment.
12.5 In the event that any provisions herein shall be deemed invalid or unenforceable, the other
provisions hereof shall remain in full force and effect, and binding upon the parties hereto.
12.6 This Agreement and attachments constitute all the terms and conditions under which professional
work will be perfonned under this Agreement, which may not be amended except in writing signed
by all parties.
0-10
SCOPE OF SERVICES
The Scope of Services is dated October 9, 2003 and attached (18 pages). Also included is a Cost
Estimate by Task dated October 9, 2003 for the lump sum fee sho'Wll in Article 3.0 (1 page).
ADDITIONAL SERVICES
If the Client desires that Gannett Fleming perform any additional engineering services related to this
Project but not specifically defined herein, Gannett Fleming will perform those additional services after receipt
ofwritten authorization from the Client approving the scope of the additional services and the associated cost.
Such services may include, but are not limited to:
• General project management will include monthly written reports and timeliness for the Board
of Directors meetings;
• Additional investigations required to secure the Joint Permit;
• Instream flow studies;
• Other environmental studies;
• Watershed management studies;
• Program Management Services;
• Design and construction phase services for upgrades to the Observatory WTP and pumping
station;
• Design and construction phase services for improvements to the North Fork Pumping
StationlIntake;
• Certified engineer report for bond issuance.
0-11
.... M
lionnett Fleming
Rivanna Water and Sewer Authority
Scope of Services
Community 'Vater Supply Capital Program
October 9, 2003
TASK 1.
WATER SUPPLY PERMITTING
A. Cultural Resources Survey (Phase II)
1. Evaluate completed work and determine additional investigations.
• Evaluate Phase I Services Management Summary Report provided by
Gray and Pape.
• Discuss results and recent agency discussions.
• Evaluate available hydrology and hydraulics data, available Illapping
(including recent topographic mapping) collected under other tasks to
assess potential impact on sites identified in Phase I survey.
• Meeting with Agency officials to determine what additional investigations
are necessary.
2. Perform Phase II investigations
• Assume previously identified archaeological sites and landforms with a
high probability of containing archaeological sites at the upstream portion
ofthe reservoir will be sufficiently protected by a stream bank
stabilization plan or otherwise dismissed so as to not warrant any further
archaeological investigation. According to Gray and Pape, a meeting held
with Ethel Eaton of the Virginia Department of Historic Resources
(VDHR) indicated Phase II evaluation of these sitesllocations would not
be necessary if the stream bank stabilization plan can sufficiently protect
them without damaging them in any way as part ofthe stabilization
construction process. The previously identified sites include Sites 4, 5, 6,
and 7 discussed in Gray & Pape's Management Summary for the first
phase ofthis project dated April 22, 2003, and Sites 9 and 10 reporting in
a supplemental Management Summary May 7, 2003.
• The additional archaeological survey and testing recommended by Gray
and Pape for this approach is limited to Phase II testing of Sites 2 and 3
designed to determine their eligibility to the National Register of Historic
Places (NRHP), and geoarchaeological survey of Areas J and N as labeled
by Gray & Pape to identify potentially buried archaeological sites within
the project APE.
1
• Compile historic information on mussel investigations and discussions
(Mainly historic VHB work).
• Meet with Agency officials and review historic work, recent activities, and
determine extent of mussel survey required.
• Report results to RWSA and determine appropriate level of effort.
2. Conduct survey of not more than 2 miles of stream/river in accordance "With
procedures identified by Dr. Richard Neves of Virginia Tech.
• The mussel fauna in proximity to the project site on the South Fork
Rivanna River will be surveyed by biologists with the Virginia
Cooperative Fish and Wildlife Research Unit to qualitatively assess
species composition, abundance, and the possible presence of protected
species. The river reach to be inundated by the proposed 4 foot increase in
pool height, and tributaries to be similarly affected, will be surveyed by
snorkeling techniques whenever possible unless such methods are
prevented by sampling conditions. In shallow waters, waterscoping will be
used as the sampling method; however, in extremely shallow waters (less
than approximately 6"), unaided visual inspection will be permitted. In
extremely deep waters, scuba diving will be used as the sampling method.
Any deviation(s) from these prescribed methods must be approved by the
Fish and Wildlife Service,Virginia Field Office in White Marsh (phone:
804/693-6694). Survey efforts will be focused in run and riffle habitats
where rare mussels typically reside. However, all stream reaches will be
surveyed unless the habitat is deemed "unsuitable" for mussels based on
the site visit. The "unsuitability" of any stream reach(es) as habitat for
mussels will be fully documented in the report. Both banks of the stream
reach and shoals will be surveyed for mussel shells and muskrat middens
to obtain a complete list of species at this site.
• This full survey ofthe river reach is projected to occur over a 5-day
period, when water level and clarity are suitable for the survey in
spring/summer 2004. As recommended by state and federal regulatory
agencies, sufficient effort will be expended to state with reasonable
confidence that endangered andlor threatened species do or do not occur in
the river reaches sampled.
C. 'Vetlands Survey and Mitigation Plan (Phase II)
1. Wetland Boundary Confirmation
• Review VHB determination; compare with recent aerial photo and
topography
• Review Malcolm Pirnie (MP)determinationifield data; discuss need for
flagged boundaries with COE
• Conduct field review of wetland areas
• Prepare COE confirmation submittal package
• Conduct review with COE and gain formal confirmation letter
2. Conduct Impact Assessment
2
• Review Malcolm Pirnie Functional Value Assessment
• Review and verify impacts and quantification of specific community types
and stream channels affected by project
3. Defme Goals and Objectives of Mitigation
• Define types of mitigation based on impacts-wetlands and streams
• Establish units of compensation (acre for acre; If for If--ratios)
• Establish required replacement of environmental functions
• Identify anticipated mitigation site success criteria
• Gain agency acceptance of mitigation goals and objectives
4. Compensation Site Selection (on and off-site potentials)
• Baseline Data Base Development (for off-site alternatives)
Obtain and review soil surveys
Obtain and review available aerial photography
Obtain and review National Wetland Inventory Maps
Obtain and review watershed management information/mapping
Obtain and review USGS quadrangle maps and topography
Obtain USGS gauge data and reservoir stage data
Obtain and review local climatic data
Obtain and review Regional Planning District Documents
Obtain and review Biota Virginia Database
Obtain and review property boundaries and landowner information
Meet with Thomas Jefferson Soil and Water Conservation District
Staff and Albemarle County Staff to discuss potential sites
>- Meet with Nature Conservancy to discuss mitigation opportunities.
'? Review prior converted crop lands information(COORD NRCS)
>- Obtain and review other applicable data as available
• Select up to 15 potential off-site potentials within hydrologic code
• Conduct field review of identified on-site mitigation options
• Identify other on-site options based on review of Ma1colm Pirnie data and
during field review of wetland boundaries
• Prepare site location maps and obtain landowner information on up to 15
selected sites for delivery to RWSA
5. Informal Site Screening
• Perform cursory site inspections at on and off-site locations in which
landowner permission to enter properties have been granted.
• RWSA assist in obtaining land entry permission for site inspections.
• Informally screen the sites using best professional judgment to choose the
final 10 off-site locations to be included in the feasibility study.
• Confirm suitability of Malcolm Pimie on-site potentials and newly
identified locations
6. Conduct Field Investigations to Define Existing Conditions for Selected Sites
• Develop base mapping for each site using USGS quad sheets or available
County topographic mapping.
3
• Gather. information on site history
• Obtain hydrologic verification by conducting preliminary water budgets
using the SCS Curve Number method (TR-55) or through analysis of
gauge and stage information
• Notify land owner prior to site access
• Collect ground digital photographs
• Characterize existing site vegetation/wetlands using the Cowardin
Classification system
• Collect cursory soil and subsurface data within 30 inches of the surface in
determining the presence of a high water table, surface bedrock,
impervious clay layer, and/or hydric soil indicators
• Assess the presence and extent of special aquatic site including
wetlands/waters of U.S in accordance with 1987 Corps of Engineers
Wetland Delineation Manual. This task does not include delineation.
• Conduct Rosgen Levell stream characterizations for potentially impacted
and/or influenced streams within proposed mitigation boundaries and
nearby adjacent streams
• Cursory review of utility easements from Albemarle County data base
7. Prepare Conceptual Designs for the 10 best off-site mitigation potentials and at
newly identified on-site potentials. (Note: The accuracy of this task will be
limited by the available base topographic mapping)
• Compile foregoing information for design purposes and in report format
• Utilized compiled information to prepare conceptual designs for each of
the ten sites.
}> conceptual grading plan and earthwork estimates
);> planting plan with necessary community types
);> plans for construction access
}> sedimentation and erosion control/water management
• Determine mitigation opportunities (creation, restoration, preservation,
enhancement, buffer, etc.)
• Conduct hydrologic verification/water budget modeling
• Prepare monitoring plans and schedules
• Prepare Proposed Conceptual Mitigation Plan for inclusion in permit
application. This does not include final construction plans and
specifications.
8. Prepare Opinion of Costs
• Prepare preliminary opinion of property acquisition costs·
• Prepare preliminary opinion of construction costs
• Prepare preliminary opinion of monitoring costs
• Prepare Summary of preliminary cost opinions
(Note: the accuracy of the cost opinions will be limited by the accuracy of
available topographic mapping)
4
D. Raw Water Model
Prepare a hydrologic model of the Urban Service Area's raw water supplies to better
facilitate real-time decision-making related to the use of the raw water supply sources and
treatment facilities. The model will operate on Microsoft Windows operating system and an
electronic copy of the model will be provided to RWSA for its use. Model preparation will
include the following subtasks: .
5
• Document analysis methodology of Subtask 3.
• Document analysis results of Subtask 3.
6. Conduct site visits to the four reservoirs in the Urban Service Area system to
identify alternative methods for installing valving and flow control measurement
devices for downstream releases.
• The site visits will be performed coincident with the project kickoff
meeting and visit to RWSA's office to collect a copy of all relevant
existing documents for the Urban Service Area System.
• It is assumed that RWSA will provide a copy of record drawings and
related engineering reports concerning the supply intake and outlet works
facilities for the: 1) Lower Ragged Mountain Dam, 2) South Fork Rivanna
Dam, and 3) Sugar Hollow Dam.
• Gannett Fleming will develop stream release equipment options based on
the assumption that these options will be applicable to all three dams. It is
also assumed that stream inflow/outflow at all three dams can be gaged
using reservoir level measuring equipment at or near each dam.
• A letter report will be prepared that documents the fmdings of the stream
release equipment options for all three dams.
E. South Fork Rivanna Reservoir Dam Stability Analysis
1. Gannett Fleming will assess the structural stability of the South Fork Rivanna
Dam for the proposed project condition consisting of a 4-foot increase in reservoir
pool level. The stability assessment will consider both Virginia Dam Safety and
Federal Energy Regulatory Commission (FERC) criteria.
2. RWSA will provide a copy of record drawings and related engineering reports for
the South Fork Rivanna Dam.
3. Material property parameters for the analysis will be based on engineering
judgment and infonnation provided in the record drawings and previous
engineering reports. This task does not include any material sampling and testing
to determine or verify material property parameters. Approach includes
sensitivity analysis of material parameters and assumes results will indicate no
material sampling will be required and the reviewing agencies will not require it.
4. The earthquake loading will be based on United States Geological Survey
(USGS) database information for the damsite. This task does not include any
deterministic earthquake studies.
5. Gannett Fleming will provide consultation with Virginia Dam Safety during their
review of the analysis.
F. South Fork Rivanna Reservoir Clearing and Grubbing Plan
1. Gannett Fleming will prepare a clearing and grubbing plan for the area ofthe
South Fork Rivanna Reservoir that will be inundated by the proposed project.
condition consisting of a 4-foot increase in reservoir pool level. The clearing and
grubbing plan will be included in the Joint Permit Application to address the
removal of trees and shrubs in the proposed inundation area.
6
2. Coordinate with RWSA watershed manager and water treatment plant staff to
assess the feasibility of variable clearing and grubbing approaches that balance
aquatic habitat and water treatability.
3. It is assumed that RWSA provided topography and contouring is sufficient for
reservoir area inundation mapping for this plan. Therefore, this task does not
include any field survey work.
4. The plan will be prepared assuming that the work will be performed under a
single construction contract and that the contractor will be responsible for the
erosion & sedimentation control permitting.
5. The contract agreement and general conditions will be based on the original
contract agreement and general conditions developed under "Task 5 - South Fork
Rivanna Reservoir Dam Modifications."
6. Provide measures to protect sensitive jurisdictional habitat. Prepare narrative and
graphics for submittal in JPA and Permit Support Document.
7. At the request ofRWSA, Gannett Fleming will participate in meetings as
necessary to the extent that budget is available under Task 1, Paragraph J,
Meetings. At the request ofRWSA, Gannett Fleming will provide assistance with
construction contract bidding tasks to the extent that budget is available under
Task 1, Paragraph J, Meetings.
8
5. Prepare Supporting Document Addressing Public Interest Review Issues
• Mussel Survey: summarize/cite results of study/define mitigation
approach (assume subconsultant documentation will not require additional
manipulation).
• Historic Resources: summarize/cite results of study/define mitigation
approach
• Wetland Impacts: quantify community types and cite results oflVlP
Functional Values Assessment
• Wetland Mitigation Package
Include Pilot Dredging project documentation.
7. Prepare JP A
• Provide construction details necessary to complete JP A and appendices
from construction drawings
• Provide adj acent property owners names
• Complete JP A form and review with team and RWSA
• Coordinate signatures for JPA with R WSA
• Assumes that all permit application fees will be paid by RWSA
8. Prepare Drawing Package
• Convert construction plans to 8.5"x11" format for JP A
• Annotate construction drawings to illustrate impact areas and mitigation
elements.
9. This task does not include any effort related to procuring an amendment or
abandonment ofthe current FERC license for the South Fork Rivanna Dam and
Hydro-plant. This task does not include any coordination with the Federal
Emergency Management Agency (FEMA) or associated local government
representatives to revise any National Flood Insurance Pro gram mapping of the
Rivanna River basin, iflater determined to be required.
J. Meetings
1. Conduct agency meetings and site visits to obtain wetland boundary confirmation
2. Conduct client/team meetings to develop regulatory strategy
3. Coordinate with regulatory agencies concerning:
• mussel survey
• cultural survey
• raw water model results
• .alternative analysis
• purpose and need and
• mitigation
4. Conduct field meetings with agencies
• Wetland boundary confinnation
• Wetland and Stream mitigation site evaluations
• Participate in property owners meetings
5. Participate in public meetings (budget based on one public meeting).
9
6. Generally participate in any meeting requested by RWSA to the extent that budget
is available. Overall VHB budget is limited to $45,800. Overall GF budget is
limited to $45,700.
7. Provide bidding assistance including addendum response and meeting attendance
to the extent that budget is available.
NOTE: Task 1 Scope of services is prepared assuming that previously conducted work on the
Purpose and Need and Alternative Analysis will require only minor modification based on new
Raw Water Modeling. Similarly, it is assumed that the wetland determination and impact
assessment conducted by Malcolm Pimie is suitable for agency approval of wetland boundaries
and impacts. The Wetland and Stream Functional Value Assessment and On-Site Wetland and
Stream Mitigation Plan prepared by MP will also be heavily relied on in preparing the Permit
Support Document. Accordingly, it is assumed that field data, mapping and graphic information
describing wetland habitat quality and boundaries; stream conditions, mitigation site conditions
and limits will be made available to the project team. The Mitigation plan prepared under this
scope of work will be sufficient for a conditional permit. Detailed topographic and boundary
surveys and related site specific studies will be needed to prepare final construction plans and
specifications that may be necessary for final agency approvals.
10
TASK 2.
MECHUMS RIVER PUMPING STATION REHABILITATION
11
TASK 3.
SOUTH FORK mvANNA RESERVOIR PILOT DREDGING PROJECT
E. Design Services
1. Prepare a "white paper" review documenting [mdings of historic dredging
investigations at SFRR compared to industry standard procedures for similar
circumstances. Generally assess the likeiy outcomes and impacts of dredging the
SFRR reservoir and provide commentary on anticipated success.
2. Provide study and design services for the solids holding/dewatering facility at the
Panorama Farms site previously selected by RWSA. Itis assumed that RWSA
provided topography and contouring ofthe proposed solids holding/dewatering
facility site is sufficient for use in preparing contract drawings. Therefore, this
task does not include any field survey work.
3. RWSA will provide a copy of all relevant information regarding previous work
performed by others related to the pilot dredging project. The final selection of
the dredge method will be based on the previous work performed by others. It is
assumed that no wetlands will be impacted by the selected dredging project and
therefore no wetland permitting is required OR wetlands impacts are less than I
acre and therefore included in the overall joint permit application.
4. Prepare and submit an erosion and sedimentation control plan for the solids
holding/dewatering facility for review by appropriate regulatory agencies. Since
the number and extent of possible review comments from regulatory agencies is
indeterminate at this time, this task does not include any design re-analysis or
revisions to contract specifications and drawings to address significant regulatory
agency review comments. The contract agreement and general conditions will be
based on the original contract agreement and general conditions developed under
"Task 5 - South Fork Rivanna Reservoir Dam Modifications."
5. At the request of RWSA, Gannett Fleming will provide assistance with
construction contract bidding tasks to the extent that budget is available under
Task 1, Paragraph J, Meetings.
6. Part-time inspection services are estimated to include 16 hours of construction
observation by one representative during the course ofthe dredging work.
Assumes other construction activities are coincident to avoid excessive travel
time.
7. Document dredging project plan results for permitting (scope and methods)
)r> Dredging limits
)r> Access routes
)r> Dredge disposal site
)r> Dewatering plans
8. Determine wetland impacts (assume <1 ac)
)r> Dredging operation
)r> Disposal site
9. Prepare appendices for JP A
10. Prepare drawing package
12
TASK 4.
FACILITY PIJANNING FOR OBSERVATORY WTP AND PUMPING STATION
13
• Coordinate with Dr. Cornwell for receipt and interpretation of recent
process evaluations.
• Identify potential new processes required to meet current and anticipated
water quality regulations.
• Identify potential pilot test requirements, including the length, timing and
cost of pilot tests for advanced technologies such as membranes, UV or
ozone. The performance of pilot testing, if required, would be considered
additional services.
• Recommend process improvements and/or additional processes required
to meet treatment goals and future regulations.
• Document results in a technical memorandum.
4. Establish Capacity Requirements
• Document future WTP capacity required.
• Compare existing processes to VDH design standards to establish
effective capacity of each process.
• Calculate hydraulic capacity through existing plant. Ifhydraulic
restrictions are identified, confIrm through flow testing of existing plant.
• Document results of capacity analysis in a technical memorandum,
identifying any capacity deficiencies or hydraulic restrictions.
5. Summary Evaluation of Plant
• Collect and summarize results of technical memoranda into a
comprehensive analysis of the existing plant.
• Summarize list of improvements required to meet water quality goals, and
achieve an adequate level of reliability and facility condition.
• Develop capital and annual operating cost estimates for improvements.
• Establish construction sequence and tentative schedule for improvements.
• Project remaining service life of rehabilitated plant units for comparison to
new plant options.
6. Develop New Finished Water Pump Station Options
• Develop potential options that would involve the development of a new
FWPS.
Review existing RWSA hydraulic model data.
Determine operating conditions.
Determine locations for new FWPS
Develop preliminary schematics.
Determine implementation schedule/staging options.
• Present options to RWSA staff for review and comment.
• Develop capital and operating cost estimates for new FWPS.
• Document findings ofFWPS in technical memorandum.
7. Selection of Option
• In workshop with RWSA staff, review results of analyses and select
option most advantageous to RWSA's future needs and financial
capabilities.
14
• Prepare [mal report by compiling previously prepared technical
memoranda. Project is study and report only. No topographic survey, final
design/contract documents, or construction services are included.
• We anticipate the completion of the following technical memoranda (TM)
and final report.
);> TM-l - Process/Hydraulic Inspection
);> TM-2 - Structural and Architectural Inspections
);> TM-3 - Electrical Inspections
);> TM-4 - Mechanical (RVAC) Inspections
);> TM-5 - Instrumentation Inspections
);> TM-6 - Process Evaluations Review
);> TM-7 - Plant Capacity Summary
);> TM-8 - Existing Plant Condition Summary
);> TM-9 - FWPS Evaluation
15
TASKS.
SOUTH FORK RIVANNA RESERVOIR DAM MODIFICATIONS
A. Design
1. Design and prepare construction contract docwnents to install a nominaI4-foot-
high inflatable rubber control gate across the spillway crest of the South Fork
Rivanna Darn. The control equipment for the crest control gate will be housed in
the existing intake/pump station building located at the right abutment. The
purpose of the crest control gate is to raise the nonnal reservoir pool level by 4
feet.
2. RWSA will provide a copy of record drawings of South Fork Rivanna Darn and
all previous engineering reports and engineering calculations related to this darn.
RWSA will also provide a copy of record drawings and technical specifications
for the crest control gate previously installed at Sugar Hollow Dam. Since this
project involves installation of equipment on the existing structure, it is assumed
that the record drawings provide sufficient information for preparing contract
drawings. Therefore, this task does not include any field survey work.
3. The design of the crest control gate is based on the assumption that the hydraulic
capacity of the existing spillway is adequate for the current standards for the
spillway design flood for this dam and that the crest control gate can be added
without modification to the existing spillway geometry to improve spillway
capacity. Therefore, this task does not include analysis of the spillway design
flood with or without the crest control gate installed.
4. This task does not include design of any modifications to improve dam stability as
a result of any existing deficiencies or to accommodate the 4-foot increase in
reservoir pool level.
5. Prepare and provide RWSA with an opinion of the probable construction cost for
the proj ecL
6. Prepare and submit technical specifications and drawings to Virginia Dam Safety
for review and approval. Provide consultation with Virginia Dam Safety to
facilitate their review of the project. .
7. This task does not include any effort related to procuring an amendment or
abandonment of the current FERC license for this facility. Assumes RWSA will
pursue a legal opinion on FERC matters based on historic work performed. This
task does not include any coordination with the Federal Emergency Management
Agency (FEMA) or associated local government representatives to revise any
National Flood Insurance Program mapping of the Rivanna River basin, if later
determined to be required. This task does not include updating the emergency
action plan or operation and maintenance manual for this facility.
8. The construction contract agreement and general conditions developed under this
task will also be used for the construction contract documents developed under
Task 1, South Fork Rivanna Reservoir Clearing and Grubbing Plan and Task 3,
South Fork Rivanna Reservoir Pilot Dredging Project.
16
9. At the request ofRWSA, Gannett Fleming will attend project review meetings to
the extent that a budget value of $3,800 included in this task allows. At the
requestofRWSA, Gannett Fleming will provide assistance with construction
contract bidding tasks to the extent that budget is available under Task 1,
Paragraph J, Meetings.
10. Part-time inspection services are estimated to include 16 hours of construction
observation by one representative during the course of the gate installation work.
Assumes other construction activities are coincident to avoid excessive travel
time.
17
TASK 6.
NORTH FORK PUMPING STATIONIINTAKE IMPROVEMENTS
General Notes
1. Gannett Fleming will attend 4 quarterly meetings with the RWSA Board to provide
updates and answer questions.
2. RWSA will provide copies of all existing reports, p1ans,and data at no cost to Gannett
Fleming.
3. Fee estimate based on assumption that all proj ects are concurrent in design and
construction. Part-time construction observation will be accomplished using the same
staff that alternates time at each construction site.
4. Construction services include shop drawing review, engineering support during
construction and part-time construction observation for only Mechums River Pump
Station. Construction Services are limited to part-time construction observation for all
other projects. It is assumed that RWSA will handle bidding services and construction
contract administration for all projects. Bidding assistance will be provided to the extent
that budget is available under Task 1, Paragraph J, Meetings.
5. Provide final work products in electronic file format for all reports, plans and
specifications. These final work product files are addressed in the "Documents" portion
of the agreement.
6. Should the level of effort for any of the tasks or subtasks increase, budget may be shifted
from other Tasks, if available, so long as the overall authorized contract amount is not
exceeded.
18
GaDoe'!t FI:lmii:l1:g Page 1 of 1
Cost Estimate of Professional Services
for
Rivanna Water and Sewer Authority
Community Water Supply Capital Program
October 9, 2003
Task
Task 1 Water Supply Permitting
Cultural Resources Survey (Phase II) $45,000
James Spinymussel Survey $25,000
Wetlands Survey and Mitigation Plan (Phase II) $125,000
Raw Water Reservoir Model $50,000
South Fork Rivanna Reservoir Dam Stability Analysis $10,000
South Fork Rivanna Reservoir Clearing and Grubbing Plan $20,300
Property Acquisition Assistance $10,000
Permitting Agency Coordination/Negotiations and Additional Investigations $34,700
Prepare Permit Application and Supporting Documentation $66,400
Meetings $91,500
Task 2 Mechums River Pumping Station Rehabilitation
Design Modification and Construction Phase Services
Task 3 South Fork Rivanna Reservoir Pilot Dredging Project
Design and Construction Phase Services
Task 4 Facility Planning for Observatory WTP and Pumping Station
Prepare Design Report inclUding investigations, recommendations, and cost
estimates.
TaskS South Fork Rivanna Reservoir Dam Modifications
Design and Construction Phase Services for Dam Modifications
Task 6 North Fork Pumping Stationflntake Improvements
Labor will be charged based on the actual hours charged to the project times the appropriate
hourly rate shown below.
Principal $160
Senior Proj ect Engineer/Scientist/Architect/GIS Specialist $150
Senior Proj ect ,Manager $130
Proj ect Manager $105
Proj ect Engineer/Scientist!Architect!GIS Specialist $90
Design Engineer/Scientist!Architect!GIS Specialist $80
Staff Engineer/Scientist!Architect/GIS Specialist $70
Chief Surveyor $75
Construction Observer $65
Senior Designer/Technician $60
Designer/Technician $45
Technician $35
Administration Assistant $55
Clerical $40