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: