Loading...
HomeMy WebLinkAbout2006-032ATTACHMENT 1 To Amendment 1 To Work Order Number 1 74th Avenue Force Main Project Description I The proposed project will provide for the construction of approximately 13,230 linear feet of master planned Sanitary Sewer Force Main and associated appurtenances. The Master Planned Sanitary Sewer Force Main is proposed to provide an alternate and more efficient route to transmit domestic sewage from the south central region of the county to the "West Regional Wastewater Treatment Plant". Connection shall be made on the southeast corner of 74th Avenue and 16`h Street, and extend a 12 inch diameter Master Planned Sanitary Sewer Force Main along the east side of 74th Avenue from 16th Street south approximately 2830 linear feet to the intersection with 12th Street. From this intersection, a 12 -inch diameter Master Planned Sanitary Sewer Force Main runs west approximately 5,200 linear feet along the north side of 12th Street to the intersection with 82nd Avenue. From this intersection, a 12 inch diameter Master Planned Sanitary Force Main runs south approximately 2,600 linear feet along the west side of 82nd Avenue to the intersection of 82nd Avenue where it connects to the existing force in 8th Street, this force continues along east side of 82nd Avenue south from the intersection of 8th Street and 82nd Avenue with approximately 2,600 linear feet of 24 -inch diameter pipe and ends with a connection to the existing 24 -inch diameter force main in 4" Street. (See Exhibit "A" for Project Sketch of Improvements and Exhibit "B" for Estimated Cost of Improvements). Scope of Services Schulke, Bittle & Stoddard, L.L.C. will provide services including surveying, engineering design, preparation of Construction Plans, preparation and submittal of permit applications, construction administration and periodic construction field inspection for the proposed project that will provide for the construction of approximately 13,230 linear feet of master planned Sanitary Sewer Force Main and associated appurtenances from 16th Street, south along 74th Ave., then west along 12th St., and then south along 82"d Avenue to the intersection of 4th Street and 82nd Avenue where it connect to an existing force main.. (See Exhibit "A" for location and Exhibit "B" for cost tabulation). The estimated construction cost of this project is $1,630,255.00 In order to execute this project in the most cost effective manner with the most aggressive schedule, Schulke, Bittle & Stoddard, L.L.C. is using the following sub -consultants: • Houston & Bryant, Inc. for the route survey. • KSM Engineering & Testing, Inc. for soil boring and testing information. In connection with this project, the County will provide the Engineer with a copy of any pertinent Preliminary Data or Reports; all available drawings in electronic Autocad format; all surveys, maps and other documentation in the possession of or reasonably available to the County that are pertinent to the project. Services not included in this scope of services are listed as follows: • Title Work or Research of Public Records for Determination of the existence of easements or rights-of-way along the route of the proposed sewer force main. • Excavation for field verification of actual locations of existing underground utilities and structures. It is requested that Indian River County provide the excavation as directed by Schulke, Bittle & Stoddard, L.L.C. • Any services in connection with the project not otherwise provided for in this scope of services. Remainder of Page Intentionally heft Blank ATTACHMENT I EXHIBIT A 6 PVC 7 stn St lith: Cn d C NNECT EXIST. 1`5th. St c• 12" F.M. F7 I l4fh;�n [ Cs +� 0 t !; I t( 21 F.I STI i i i r �- �!.. ' 20± LF a _ of co Ff.] �.......... :. �. Oil C 1 a ow.....I � ,_.... t—j I S:Pold Ground's%Dr i 12 lit CONNECT- 20" FU URE TO EXIST, 12" F.M. BY OT ERS 1 .a GJ-* +i —._._ c ....I I tI P CONNECT TO EXIST. 24" F.M. SHEET I 74th Ave 1 Force Main SCHULKE, BITTLE & STODDARD, L.L.C. CML & SMUMPA ENC/NEMNO • LAND PUNN/NC • 0MRAYMMAL PERA IMNC CERTIFICATION OF AUTHORIZATION NO.: 00008668 1717 INDIAN RIVER BLVD., SUITE 201 VERO BEACH, FLORIDA 32960 TEL 772 / 770-9622 FAX 772 / 770-9496 EMAIL info@sbsengineers.com ATTACHMENT I EXHIBIT -B ESTIMATED COST OF IMPROVEMENTS 11/17/2005 Item Description Estimated Quantity Unit of Measure Unit Price Total Price 1 Mobilization 1 LS $50,000.00 $50,000.00 2 Maint. of Traffic I LS $20,000.00 $20,000.00 3 12" PVC F.M. 109630 LF $40.00 $425,200.00 4 24" PVC F.M. 29600 LF $125.00 $325,000.00 5 12" PE Directional Bore 500 LF $200.00 $1001000.00 6 24" PE Directional Bore 15000 LF $300.00 $3001000.00 7 12" MJGV 12 EA $4,000.00 $48,000.00 8 24" MJGV 4 EA $16,000.00 $64,000.00 9 12" 90 degree bend 3 EA $500.00 $1,500.00 10 12" 45 degree Bend 9 EA $500.00 $4,500.00 1 I 2411x24"x12" tee 1 EA $4,000.00 $45000.00 12 24"x24"x24" tee 1 EA $4,500.00 $4,500.00 13 24" 45 degree BDS 7 EA $3,200.00 $22,400.00 15 24"x]2" RED 2 EA $2,000.00 $4,000.00 16 12" PLUG 1 EA $650.00 $650.00 17 24" PLUG 1 EA $1,000.00 $19000.00 18 24" Deflect below Culverts 2 EA $3,000.00 $6,000.00 19 Air Release Valves 14 EA $2,200.00 $30,800.00 20 Restoration / grading, etc. 12,400 LF $3.75 $46,500.00 21 ITesting 1 LS $49000.00 $49000.00 22 ISurvey Lay-Out/As-Builts 1 LS $20,000.00 $209000.00 Subtotal $11482,050.00 Contingency @ 10% $148,205.00 Total Improvement Cost $1,630,255.00 ATTACHMENT 2 Method and Amount of Compensation Schulke, Bittle & Stoddard, L.L.C., proposes to provide the above Scope of Services based on the following lump sum fees: Task 1. Surveying and preparation of Base Plans (Note: Surveying will include establishment of a corridor for the proposed pipeline and plan and profile of the corridor.) Includes additional cost of survey for new location of force main. Task 2. Engineering design, preparation of Construction Plans, Geotechnical report (soil borings -1 / 750 ft + along route), preparation and submittal of Permitting Applications, and preparation of Specifications and Bid Documents utilizing Standard IRC Bid Documents. Forms, Documents and Drawings will be in electronic Format MS Word. Additional cost of engineering for new location of force main. Original Fee $27,475.00 Additional Total $185500.00 $455975.00 $68,310.00 $12,295.80 $80,605.80 Task 3. Assistance during Bidding, Bid Evaluations, $355995.00 $0.00 $35,995.00 Contract Award and Construction Administration, and Periodic Administration and Periodic Construction/Field inspections. No cost change. TOTALS $1311780.00 $30,795.80 $162,575.80 Printing and Reproduction The County shall make direct payment to our office for the cost of printing project plan sheets required for utility coordination and for copies of reports, drawings, specifications, bidding and construction contract documents, and other pertinent items required by federal, state and local agencies from whom approval of the project must be obtained, prospective bidders, material suppliers, and other interested parties, but may charge only for the actual cost of providing such copies based on the following tabulation: 8 1/2" x 11" $ 0.25/sheet blue line prints $ 0.333/SF 11" x 17" $ 0.50/sheet reproducible sepias $ 0.75/SF 31/2" diskette $ 2.00/each reproducible mylars $ 1.00/SF CD $ 4.00/each Application Fees The County shall make direct payment to our office for the actual cost of all construction permit application fees paid to jurisdictional agencies, including but not limited to: F.D.E.P., I.R.C. Engineering (Right -of -Way), I.R.F.W.C.D., S.J.R.W.M.D., F.D.O.T. Remainder of Page Intentionally Left Blank ATTACHMENT 3 Time of Performance The estimated time frame for completion of services from the approval of this Work Order is as follows: 1. Surveying, Engineering Design & Preparation of 4 Months Construction Plans, specifications and Bid Documents 2. Submittal of Permit Applications and Receipt of permits 2 Months 3. Bidding, Contract Award & Project Construction 4 Months Remainder of Page Intentionally heft Blank AMENDMENT NUMBER I TO WORK ORDER NUMBER I_ This Amendment Number I to Work Order Number I (project no. U.C.P. 2598) is entered into as of this 241Aay of January , 200 6 ("Effective Date") pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 19, 2005 ("Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY") and Schulke, Bittle, & Stoddard, L.L.C., ("CONSULTANT"). 1. The COUNTY has selected the CONSULTANT to perform the professional service set forth in existing Work Order Number 11 effective date _April 19, 2005 (project no. U.C.P. 2598). 2. The COUNTY and the CONSULTANT desire to amend the above referenced work order set forth in Attachment I (Scope of Work), Attachment 2 (Fee Schedule), and Attachment 3 (Time Schedule) attached to this Amendment and made a part hereof by this reference, all in accordance and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above referenced work order is amended as set forth in this Amendment. Pursuant to paragraph 1.4 of 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. IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the date fust written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS Schulke, Bittle o rd, OF INDIAN RIVER COUNTY By: P.E. Title: Date: January 4, 2005 BCC Approved: Janua'ej24, 2006 ,x Attest: J`)C Barton,'`,Clerk of Court fd By: Lit n; `'• 'Depu y Clerk' Approved: