HomeMy WebLinkAbout2006-097B.6�
ATTACHMENT I
INDIAN RIVER COUNTY
UTILTITIES DEPARTMENT
ROCKRIDGE SEWER SYSTEM
VACUUM SEWER SYSTEM IMPROVEMENTS
SCOPE OF SERVICES
ARCADIS will provide professional engineering services for the planning, design and services during
construction for the vacuum sewer system improvements for the Rockridge Subdivision as outlined on the
enclosed exhibit and is for Indian River County (CLIENT). This is to be referred to as the PROJECT to which
this SCOPE applies. The services to the CLIENT will include serving as the Professional Engineer for the
PROJECT, providing professional engineering consultation and advice in furnishing customary engineering
services in relation to the planning, design, permitting, and construction services for the Rockridge Subdivision
Project.
PROJECT
A vacuum sanitary sewer system will be designed for the collection of wastewater along the rights-of-way
within the Rockridge Subdivision. This project will require the construction of approximately 20,000 linear
feet of vacuum sewer piping complete with approximately 210 valve chambers and all necessary surface
restoration. The project will also include a vacuum pump station and force main from the vacuum pump
station to the existing force main system. Plans for removing the existing low pressure system from service will
also be included.
A. Preliminary Design Phase
Data Gathering, Evaluation and Preliminary Design
This task focuses on obtaining the necessary preliminary information required to prepare detailed
engineering plans and specifications.
Collect data available on existing facilities, including field conditions, record drawings, force
main location, operating pressures, pipe size and current flow conditions.
2. Meet with appropriate CLIENT staff to discuss project requirements for road restoration,
acquisition of easements, land purchase, construction details, temporary flow monitoring
installations, standard equipment, and construction documents.
3. Deliverable - Preliminary Design Report (Memorandum)
Prepare a design memorandum outlining all of the design criteria to be used during the design
of the vacuum sewer collection system. This report shall be agreed upon by both parties as the
design criteria for the project.
Page I of 17
B. Final Design Phase
Task I - Drawings and Engineering
This task consists of the engineering and the development of plans necessary to construct this project.
A. Prepare detailed drawings for the proposed work discussed previously within this Exhibit. A
tentative list of final design drawings to be developed for this project is presented in Table 1.
Drawings will be prepared using drafting standards and standard details as developed by
ARCADIS unless standards are provided by CLIENT.
Task 2 - Specification Preparation
A. Prepare Standard EJCDC (1996 Edition) Contract Forms, Bidding Documents and Contract
Conditions required for this project unless standards are provided by CLIENT.
Prepare technical specifications required for this project in using Construction Specifications
Institute (CSI) format Division 1 through Division 16. A tentative list of specification
sections to be prepared for this project is presented in Table 2.
Task 3 - Permit Preparation Assistance
This task consists of the preparation of a construction permit application submittal for the Florida
Department of Environmental Protection (FDEP) and the Indian River County Building Department.
A submittal shall also be prepared for the site plan and Development Review process for the vacuum
pump station. This task shall consist of attendance at a pre -application meeting, a site plan
application, two (2) meetings, and responses to comments.
Any additional permits required beyond the above will be considered as outside the scope of this
proposal. All permit fees shall be paid by CLIENT.
Task 4 - Final Opinion of Probable Construction Cost
Prepare the final opinion of probable construction cost for all new facilities and improvements
proposed under this project following completion of design.
Task 5 - Bidding Assistance Services
This task shall include work necessary to assist the CLIENT with the bidding of this project. This
work may include the following:
A. Attend a pre-bid meeting at CLIENT's facilities.
p� Page 2 of l7
B. Assist with the coordination of the bidding documents and the advertisement for bid and
respond to communications from contractors and issue addenda information as required
(CLIENT procurement process to be utilized).
C. Attend the bid opening and tabulate the bids provided by interested contractors.
Task 6- Bid Evaluation and Recommendation of Award Assistance
This task shall consist of the review and evaluation of the bids and the recommendation of a bidder for
award of contract to CLIENT.
Task 7 - Submit and Review (Quality Control)
ARCADIS will make the submittals at various completion levels of this project for CLIENT review
and comment, coordination and quality control. A review meeting will be requested following each
submittal to discuss and receive comments from CLIENT. The comments shall be incorporated into
revisions prior to the next subsequent quality control submittal. Quality control submittals for this
project are anticipated at the following completion levels:
A. Design Memorandum.
B. 25% Drawings and Specifications.
C. 50% Drawings and Specifications.
D. 75% Drawings and Specifications.
E. 100% Drawings and Specifications.
ARCADIS will incorporate the agreed-upon revisions made by both parties.
A total of five (5) meetings with the CLIENT is the level of effort for this Task.
C. Construction Phase
Task l - Preconstruction Activities Prior to Notice to Proceed
The Notice of Award and signing of the Contract Documents will be handled by ARCADIS.
ARCADIS will prepare Conformed Contract Documents and distribute sets to the involved parties and
will undertake other preconstruction activities which include attending the preconstruction conference
meeting and assisting the Contractor in finalizing the building permits required for the construction of
this project by providing the required number of signed/sealed drawing sets.
Task 2 - Consult and Advise
Provide technical advice and assistance to CLIENT during the construction period and provide
necessary interpretations and clarifications of the Contract Documents as required by CLIENT.
Page 3 of 17
Task 3 - Review Shop Drawings
Review Shop Drawings and samples, the results of tests and inspections, and other data submitted by
the Contractor in accordance with the Contract Documents.
Task 4 - Review Pay Requests and Schedules
Review monthly pay requests and make recommendations for payment to CLIENT. Monthly pay
requests will be reviewed in the field and an agreement reached between the Contractor and
ARCADIS' project representative(s), prior to formal submittal to CLIENT for payment. Review the
Contractor's preliminary and monthly progress schedules through completion.
Task 5 - Perform Periodic and Milestone Inspections
With regard to the vacuum pump station; perform inspections to determine that the project has
achieved Substantial Completion and readiness for Final Acceptance and that the Work has been
completed in general conformance with the Contract Documents to certify completion of construction
to permitting agencies and to perform startup services of the vacuum pump station. Six (6) such site
visits are anticipated. CLIENT's staff should be available for training during the startup process, as the
manufacturer's formal training program is not scheduled to be utilized at this time.
Task 6 - Progress Meetings
Attend nine (9) monthly construction related progress meetings. ARCADIS will preside over and
generate and distribute minutes of these meetings. The purpose of these meetings is to formally
coordinate the activities of the Contractor and CLIENT to resolve any conflicts and to review working
procedures as required to satisfactorily complete the project.
Task 7 - Contract Modifications
Develop the necessary data, notes and clarification drawings required to prepare contract
modifications to reflect adjustments to the construction project. Two (2) owner requested contract
modifications incorporating a total of six items, is the level of effort basis for this budget item. One of
the contract modifications will be the final reconciliation contract modification prepared at the end of
the project to equate the final units which were estimated in the bid form to the final number of units
installed.
When CLIENT requests additional contract modifications, ARCADIS' fee may be adjusted
accordingly based on a mutually agreed amount.
Task 8 - Project Closeout
Review the Contractor's as -built drawing information which shows the work as it was constructed.
ARCADIS shall prepare record drawings based on Contractor's field data and provide the CLIENT an
electronic set of record drawings in AutoCadd and a set of prints showing those changes made during
the construction process based upon information provided by the Contractor.
Attend the final project reconciliation meeting with CLIENT and the Contractor
Page 4 of 17
Task 9 - Regulatory Agency Documentation and Project Closeout Submittals
Project services in connection with preparing acknowledgment of Final Completion of Construction to
FDEP with record drawings.
D. Special Services
Perform field design location survey to establish the location of existing physical features at
the project site. Survey baselines will be established and the existing rights-of-way will be
located. Permanent benchmarks will be set, with a minimum of one benchmark set every 700
feet along the alignments. Only existing above ground improvements such as pavements,
mailboxes, shrubs, driveways, sidewalks and utilities will be located. Cross-sections will be
obtained at approximately 150 foot intervals along the rights-of-way. Base maps will be
prepared and delivered in AutoCAD 2000 format for the design of the sewer system. In
addition, individual service locations and elevations will be identified, as well as the related
finish floor elevations for each residence to be served will be shown on base maps as well.
2. Coordinate 20 soft dig locations for existing utilities, where required.
3. Perform a geotechnical investigation of the project site to determine characteristics and
capacities of underlying soils. It is anticipated that a rock layer is existing in the area and one
of the goals of the investigation will be to map the depth and thickness of the rock in an effort
to assist the contractor in identifying the most efficient way to excavate and work in this
environment. The scope of this effort is to perform 30 six foot deep augers.
4. Assist the CLIENT with final location of the vacuum pump station site. This task shall
include investigation into available properties in the project area, consultation with staff,
engagement of a real estate professional and coordination with two appraisal companies. It
shall be the CLIENT's responsibility to engage legal counsel and consummate the real estate
transaction. ARCADIS shall perform a boundary and topographic survey of the chosen lot.
CLIENT shall pay all fees customarily related to a real estate closing (appraisals,
commissions, title searches, etc.). Participation in eminent domain proceedings or commission
hearings is not included in this task.
5. Host one educational presentation about the proposed project for the area owners with the
CLIENT at an Indian River County Facility. Maps of the Project area, a preliminary layout of
the system, preliminary architectural and mechanical sketches of the vacuum station and a
short verbal description will be provided, followed by a question and answer session
6. Resident Services
It is extremely important that this project be constructed in complete conformance with the
Contract Documents.
Services which will be provided by the ARCADIS resident project representative (RPR):
Ensure that the Contractor maintains private properties and County roadways in an
orderly manner. Keep a daily log of the progress of the project.
Page 5 of 17
2. Observe the installation of all trenching, piping, backfilling, compaction and
restoration operations.
3. Perform ongoing on-site field observations of the Contractor's performance. The
limits of the authority of the on-site representative are as defined within the
Construction Contract Documents.
a. Observe
any tests and review
the results of tests required of the
Contractor by the
Contract
Documents.
the
construction
b. Observe
the
placement
of
reinforcing steel and all major concrete pours.
Observe
the
construction
of
all piping and equipment placement.
c. Test and check out the operation of all equipment and controls.
d. Assist in the development of punch lists in conjunction with the milestone
inspections to determine if the project has achieved Substantial and Final
Completion and that the work has been completed in general conformance with
the Contract Documents.
E. Easements
The obtaining
of easements may be
an integral
part to the
design of the system improvements
throughout the
project.
The specific services may
include:
ARCADIS may identify all areas where easements will be required for the proper
construction of this project. ARCADIS may also determine through the Indian River
County Property Appraisers' Office, the name, address and, where available, phone
number of the current listed owner of the property in question.
2. ARCADIS may prepare the
legal
description
and sketch for each of the required
easements of this project.
The CLIENT shall complete all negotiations with the property owner and prepare the Grant of Utility
Easement and Hold Harmless Agreement forms for signature by the property owner for granting the
proposed utility easements to the CLIENT. The CLIENT shall also complete the recording of these
easements with the Clerk of the Courts of Indian River County.
ARTICLE 2 - METHOD OF PAYMENT
As consideration for providing the services enumerated in Article I, CLIENT shall pay the ARCADIS fees as
described below:
Page 6 of 17
A.
Preliminary Design Phase
For the services listed above, the following lump
sum fees apply:
I. $20,000.00
2. $ 3,850.00
3. $13,650.00
TOTAL Preliminary Design Phase
$37,500.00
B.
Final Design Phase
For the services listed above, the following lump
sum fees apply:
1. $190,000.00
2. $ 27,900.00
3. $ 6,300.00
4.$ 61100.00
5.$ 7,000.00
6.$ 1,500.00
7.$ 9,900.00
TOTAL Final Design Phase
$2489700.00
C.
Construction Phase
I. For services enumerated in Items 1 through
9, the hourly rates specified in Table A for
personnel working directly on the project
plus direct expenses in connection therewith, not to
exceed $105,000.00 without prior approval from CLIENT.
D.
Special Services
I. $ 77,750.00
2. $ 5,050.00
3. $ 7,000.00
4. $ 5,300.00
5. $ 1,500.00
6. $1207000.00
TOTAL Special Services
$216,600.00
Paoe 7 of 17
E. Easements
For services enumerated in Article 1, Section D - Easements, the hourly rate specified in
Table A for personnel working directly on the project plus direct expenses in connection
therewith. There is no upset limit proposed for this portion of the work.
The budget for direct expenses in the design phase is $40,000.00
These fees have been determined in accordance with the scope of work breakdown attached.
This proposal does not include the provision of the following items:
Any hydrogeologic work required for the design of the dewatering systems or to evaluate the
impact of construction dewatering systems for contamination sites within a quarter -mile
radius of this project site.
Easement acquisitions and legal work as required.
Payment of permitting fees.
ARTICLE 3 - DATA OR ASSISTANCE TO BE PROVIDED BY CLIENT
A. Provide copies of existing record drawings for all water and wastewater facilities impacted in the
project areas.
B. Provide assistance with regulatory agencies and payment of all permitting fees.
C. Provide assistance with final location of vacuum station site.
(Remainder of this page left blank intentionally)
Page 8 of 17
TABLE I
VACUUM SEWER SYSTEM IMPROVEMENTS
TENTATIVE LIST OF DRAWINGS
Drawing Sheet No. Title
General
Architectural
A-1 Vacuum Pump Station Floor and Roof Plans
A-2 Vacuum Pump Station Elevations
A-3 Finish, Louver, A/C and Exhaust Fan Schedules
Page 9 of 17
Cover sheet
G-1
Index to Drawings and Project Location Map
G-2
General Notes and Abbreviations
G-3
Mechanical Legends and Symbols
G-4
Piping Schedule and Legends
G-5
Process and Instrumentation Legends
G-6
Electrical, Architectural and HVAC Legends
G-7
Project Key Map - North
G-8
Project Key Map - South
Civil/Mechanical
C-
t to C-40
Vacuum Sewer Plan and Profile Sheets
C-40
to C-42
Additional Force Main Plan Sheets
C-43
Vacuum Pump Station Site Plan
C-44
Vacuum Pump Station Mechanical Plan
C-45
Vacuum Pump Station Sections and Details
C-46
Vacuum Pump Station Sections and Details
C-47
Standard Details - Civil/Mechanical
C-48
Standard Details - Civil/Mechanical
C-49
Standard Details - Civil/Mechanical
C-50
Standard Details - Civil/Mechanical
C-51
Standard Details - Civil/Mechanical (Airvac)
C-52
Standard Details - Civil/Mechanical (Airvac)
C-53
Standard Details - Civil/Mechanical (Airvac)
Architectural
A-1 Vacuum Pump Station Floor and Roof Plans
A-2 Vacuum Pump Station Elevations
A-3 Finish, Louver, A/C and Exhaust Fan Schedules
Page 9 of 17
A-4
Door and Hardware Schedules
A-5
Standard Details - Architectural
Structural
S-1
Vacuum Pump Station Foundation and Roof Plans
S-2
Vacuum Pump Station Intermediate Floor Plan and Details
S-3
Vacuum Pump Station Sections
S-4
Standard Details - Structural
S-5
Standard Details - Structural
S-6
Standard Details - Structural
S-7
Standard Details - Structural
Process and Instrumentation
I-1
Process and Instrumentation Diagram
Electrical
E -I
Electrical Site Plan
E-2
Vacuum Pump Station Electrical Equipment Plan
E-3
Vacuum Pump Station Lighting and Receptacle Plan
E-4
Electrical One -Line
E-5
Electrical Details Sheet I
E-6
Electrical Details Sheet 2
Landscaping
LS -I
Vacuum Pump Station Landscaping Plan
LS -2
Vacuum Pump Station Irrigation Plan
(Remainder of this page left blank intentionally)
Page 10 of 17
TABLE 2
VACUUM SEWER SYSTEM IMPROVEMENTS
TENTATIVE LIST OF SPECIFICATIONS
SECTION NO TITLE
PART I BIDDING REQUIREMENTS
00030 Invitation to Bid
00100 Instructions to Bidders
00310 Bid Form
00410 Bid Bond
00415 Public Entity Crimes
00420 Drug -Free Workplace
PART CONTRACT FORMS
00500 Agreement
00610 Performance Bond
00620 Payment Bond
PART 3 CONTRACT CONDITIONS
00705 General Conditions
00815 Supplementary Conditions
PART 4 SPECIFICATIONS
Division 1 - General Requirements
01005
General Requirements
01010
Summary of Work
01025
Measurement and Payment
01050
Field Engineering
01200
Project Meetings
01300
Submittals
01400
Quality Control
01500
Construction Facilities and Temporary Controls
01700
Contract Closeout
01720
Project Record Documents
01730
Operation and Maintenance Data
01740
Warranties and Bonds
Division 2 - Sitework
02200 Earthwork
02281 Termite Control
02500 Restoration and Cleanup
02510 Asphaltic Pavement and Base
Page l I of 17
02630
Concrete Sidewalks. Drives and Curbs
02810
Underground Irrigation System
02831
Chain Link Fences and Gates
Division
3 -
Concrete
03100
Formwork
03200
Concrete Reinforcement
03251
Expansion and Construction Joints
03300
Concrete
03600
Grout
Division
4 -
Masonry
04100
Mortar
04220
Concrete Unit Masonry
Division
5 -
Metals
05500
Fabricated Metalwork and Castings
05520
Handrails and Railings
Division
6 -
Wood and Plastics - Not Used
Division
7 -
Thermal and Moisture Protection
07200
Insulation
07230
Vapor Barrier
07600
Roof System and Accessories
07800
Roof Accessories
07900
Sealants
Division
8 -
Doors and Windows
08120
Aluminum Doors and Frames
08710
Finish Hardware
Division
9 -
Finishes
09200
Lath and Plaster
09900
Protective Coatings
Division
10
- Specialties
10200
Aluminum Louvers
10999
Miscellaneous Building Specialties
Division 11 - Equipment - Not Used
Division 13 - Special Construction
Page 12 of 17
13600 Electronic Utility Location System
Division 14 - Conveying System
14321 Hand Hoist and Crane Rail System
Division 15 - Mechanical
15002
Polyvinyl Chloride (PVC) Pressure Pipe
15005
Ductile Iron Pipe (Wastewater)
15029
Pressure Pipeline Testing
15100
Manually Operated Valves
15105
Self -Contained Automatic Process Valves
15110
Power Operated Valves
15400
Plumbing
15481
Vacuum Sewer System and Accessories
15830
Roof and Wall Ventilators
15881
Odor Control System
Division
16 - Electrical
16000
Electrical General Requirements
16050
Basic Materials and Methods
16110
Lightning Protection
16160
Panelboards
16200
Generator (Interior with Integral Base Tank)
16250
Automatic Transfer Switch
PART 5 - APPENDICES
A. Report of Geotechnical Exploration
B. Soft Dig Utility Location Reports
(Remainder of this page left blank intentionally)
Page 13 of 17
TABLE 3
VACUUM SEWER SYSTEM IMPROVEMENTS
PRELIMINARY PROJECT SCHEDULE
Duration Cumulative Time
Activity Months Months
Authorization to Proceed 0 0
Route Survey / Data Gathering 3 3
Design Memorandum 1 3
Submit Plans and Specifications (50% Submittal) 2 5
Receive CLIENT Review Comments 0.5 5.5
Submit Plans and Specifications (100% Submittal) 2.0 7.5
Receive CLIENT Review Comments 0.5 8.0
Finalize Contract Documents (Final Submittal) 0.5 8.5
Permitting 1.0 9.5
Bidding and Award 2.0 11.5
Construction 10.0 21.5
Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal
dates.
(Remainder of this page left blank intentionally)
Page 14 of 17
TABLE 4
VACUUM SEWER SYSTEM IMPROVEMENTS
LIST OF PROJECT DELIVERABLES
PRELIMINARY DESIGN PHASE
A. Design Location Survey
B. Geotechnical Investigation
C. Boundary and Topographic Survey
D Public meeting
E. Preliminary Design Report (25% Design). Five sets for review by CLIENT.
FINAL DESIGN PHASE
A. 50% Design Submittal
Project specific documents including drawings on 1 I x 17 sheets and specifications on 8-1/2 x
1 I sheets for review by CLIENT. Five (5) sets, 50% complete.
B. 75% Design Submittal
Project specific
documents including drawings on 11 x
17 sheets and
specifications on 8-1/2 x
I 1 sheets for review
by CLIENT. Five (5) sets, 75%
complete.
C. 100% Design Submittal
Project specific documents including drawings on l I x 17 sheets and specifications on 8-1/2 x
I l sheets for review by CLIENT. Five (5) sets, 100% complete.
D. Final Design Submittal
Project specific
documents
including drawings on 22 x 34 sheets and project specific
_specifications on
8-1/2 x I 1
loose sheets for reproduction
by CLIENT.
Final estimate of probable construction cost.
CONSTRUCTION PHASE
A. Shop Drawings
2 Copies of accepted and final shop drawings.
Page 15 of l7
B. Construction Inspection
2 Copies of all site visit reports.
C. Pay Requests
2 Copies of reviewed and accepted partial and final pay request applications.
D. Record Drawings and Project Closeout
One (1) full size signed and sealed set of record drawing prints for submittal of permit
certification documents to the regulatory agency.
Two (2) full size sets of drawings.
(Remainder of this page left blank intentionally.)
Page 16 of 17
TABLE A
HOURLY RATES
The hourly rates for Engineer's personnel shall be as follows:
For Work from December 26, 2005 through December 25, 2006:
PERSONNEL CATEGORY HOURLY RATE
Principal
$195.00
Engineer 7
$160.00
Engineer 6
$125.00
Engineer
$110.00
Engineer 4
$100.00
Engineer 3
$ 90.00
Engineer 2
$ 80.00
Engineer 1
$ 70.00
Survey Project Manager
$110.00
Project Surveyor
$ 90.00
Survey Technician
$ 70.00
Survey Coordinator
$ 75.00
2 Man Field Crew
$115.00
3 Man Field Crew
$135.00
GPS Field Crew
$115.00
Technician 4
$ 90.00
Technician 3
$ 81.00
Technician 2
$ 75.00
Technician 1
$ 65.00
Senior Field Representative
$ 95.00
Field Representative
$ 70.00
Secretary
$ 70.00
Project Assistant
$ 50.00
Page 17 of 17
TABLE B to WORK ORDER NO. 1 ATTACHMENT 1
PROFESSIONAL ENGINEERING SERVICES for the
ROCKRIDGE SUBDIVISION VACUUM SEWER PROJECT
COST SUMMARY FOR NEGOTIATED CONTRACTS
GRANTEE: Indian River County
GRANT NUMBER: 06DB-3C-10-40-01-W147
NAME AND ADDRESS
OF CONTRACTOR: Arcadis G&M, Inc. Inc.
590 NW Peacock Blvd.
Suite 9
Port St. Lucie, FL 34986
DATE OF PROPOSAL: February 15, 2006
TYPE OF SERVICE TO
BE FURNISHED: Professional Engineering and Land Surveying
COST SUMMARY:
DIRECT LABOR: Estimated hrs x hrly rate=estimated cost
Not Applicable
DIRECT LABOR TOTAL: $-0-
INDIRECT COSTS: Fringes, G & A, etc., rate x base=cost
Not Applicable
INDIRECT COST TOTAL: $-0-
END OF TABLE B
1
F:\Utilities\UTILITY - EMPLOYEE
FOLDERS\Larry
Brawn\Cost Summary for
Negotiated Contracts #1.doc
ATTACHMENT 2
WORK ORDER NUMBER 1
This Work Order Number 1 is entered into as of the 21 day of March 2006, by and
between Indian River County, a political subdivision of the State of Florida ("COUNTY") and
ARCADIS G&M, Inc. (CORPORATION), a Delaware corporation ("CONSULTANT").
The COUNTY has selected the CONSULTANT to perform the professional services set
forth in Attachment 1, attached to this Work Order and made part hereof by this reference.
The professional services will be performed by the CONSULTANT for the fee schedules set
forth therein, attached to this Work Order and made a part hereof by this reference. The
CONSULTANT will perform the professional services within the timeframe more particularly
set forth therein, attached to this Work Order and made a part hereof by this reference all in
accordance with the terms and provisions set forth in the Agreement. Nothing contained in
any Work Order shall conflict with the terms of the Agreement and the terms of the
Agreement shall be deemed to be incorporated in each individual Work Order as if fully set
forth herein.
Should the project be deemed unfeasible for any reason, then the County may terminate
the Work Order, and pay CONSULTANT for services rendered to date.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date
first written above.
CONSULTANT
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
ARCADIS G&M, Inc. (CORPORATION)
By: Gc/By:
Patrick Fe and
Title: Associate Vice President
By:
f, LJ
J,
Arthur Neuber r; hairman
Attest JX Barton, Cferkiof Court
Deputy'Clerk '
Approved:
County Administrator
to form and legal sufficiency:
E. Fell, Assistant
CADocuments and Settings\pferlandWy Documents\WORK ORDER NUMBER 1.doc
IT, s