Loading...
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