Loading...
HomeMy WebLinkAbout2005-225 WORK ORDER NUMBER 10 r� This Work Order Number 10 is entered into as of this 21 stday of June 2005 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6 , 2004 ( "Agreement") , by and between Indian River County , a political subdivision of the State of Florida ( "COUNTY") and Kimley- Horn and Associates Inc . ( "CONSULTANT") . The COUNTY has selected the Consultant to perform the professional services set forth on 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 schedule set forth in Attachment 1 , 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 in Attachment 1 , 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 . 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 Work Order as of the date first written above . CONSULTANT BOARD OF COUNTY COMMISSIONERS Kimley- Horn and Associates Inc . OF INDIAN RIVER COUNTY B lI / 'G� 1 I Y B Y Title : � O� rG F�,c��—si,D�"ti> /'' Thomas S . Lowther, Chairman Attest : J . K . Barton , Clerk oftiCOM Iioo B Deputy Clerk • •5 Approved : # * � P J seph Baird , County Administrator ppr d as to form and legaltsufficiency : Marian E . Fell , As stant County Attor ey HAGeneral\Miller\Indian River County\WORK ORDER NO 10.doc ATTACHMENT 1 Task C 8th Street Forcemain King ' s Highway (58th Avenue) to 74th Avenue Proiect Description and Understanding Construction of a new forcemain along 8th Street to serve primarily as transmission main is needed to redirect flows from a new in -line pump station located at the corner of Kings Hwy and 8`h Street to the West Regional WWTP. The scope of work will include approximately 10, 500 linear feet of 20" forcemain from Kings Highway (58th Avenue) to 74`h Avenue . SCOPE OF SERVICES Consultant will provide survey , design, permitting, and construction phase services for the new forcemain . Consultant will provide survey along 8`h Street, design of the forcemain , preparation of project drawings and specifications for the project, which can be advertised for bidding by general contractors . Consultant will prepare and submit the appropriate permits listed herein for the construction of the project . Consultant will provide construction phase services during construction, and provide final certification of the project. The scope includes the following : Task 1 — Survey Survey limits along 8th Street will be from King ' s Highway to 74t'' Avenue . Survey information will only be provided on the side of the roadway within the right-of-way which the forcemain will be constructed . Consultant will import GIS information provided by Indian River County property appraisers department for establishment of right-of-way lines and overlay these on Indian River County aerials . Areas with questionable R/W information where the proposed forcemain alignment must be located will be detailed and researched to establish right-of-way control . Several areas along the alignment will be researched with additional areas provided as an additional scope . Limited topographical information will be provided to augment aerial information . The survey will include the location of significant above ground information lying within the right of way of 8th Street . Surface evidence of underground utilities will be located . Any record information deemed useful will be included on the piping plans . Baseline stationing will be established for the alignment. Underground locates will be provided at critical areas where conflicts may exist , tie-in locations , and in known congested areas . Task 2 - Design Existing utility information provided by IRC and others will be used in conjunction with the survey information as a basis for design of the piping alignment . The design will include hydraulic capacity calculations for the pipe included under this scope only . Preliminary alignment of the piping will be included and a review meeting with IRC staff will be conducted to review the alignment before final design of plan drawings will be prepared . Preparation of construction drawings will include plan sheets with survey information, key sheets , HDD H :\General\Miller\Indian River CountyTroposals\Task C - 8th Street Forcemain to 74th Ave-rev Ldoc staging areas , and details . It is assumed that plan only (no profile) with 1 "= 40 ' scale will be prepared which is approximately 10 to 12 drawings . Consultant will provide copies of technical specifications , full size ( 2406) and half size ( 11x17 ) drawings for bidding and construction . All plans and technical specifications will be provided to the Owner in electronic format (AutoCAD 2000 / MS Word, respectively) at the end of the project . The technical specifications and standard details will be based on the Owners current Utility Standards . Task 3 — Permitting It is assumed that the following permits will be required : • County right-of-way permit • FDEP General Permit (62-604 . 3000( 8 )(a)) Consultant will prepare and submit a FDEP permit application 62-604 . 3000( 8)( a) for the collection system modifications . The permit application fee of $500 will be included under this scope and paid by Consultant . Consultant will submit the permit application when the drawings and specifications are complete . Consultant will respond to one request for additional information (RFI' s ) from FDEP. Due to work which will be performed within 8t' Street right of way , we will prepare and coordinate IRC R/W review permit and respond to questions regarding same . It is assumed that any fees associated with this permit will be waived and/or handled through interoffice coordination. Task 4 —Construction Phase Services Consultant will provide construction phase services for this project, including bidding and contract administration, shop drawing review , coordination and meeting attendance , construction observation , coordination of record drawings , including electronic format in AutoCadd 2000 version in real world coordinates on CD , mylars , and final certification of completion of the project. It is anticipated that the duration of construction phase (notice to proceed to final completion) will be three ( 3 ) months and that on-site construction observations will be as appropriate with the level of construction activity . Consultant will answer contractor questions and prepare addendums , as needed which will be distributed to all the contract document holders . Consultant will attend a pre-bid meeting at the project site or main office . Consultant will sell project manuals from our office, including drawings , specifications , and generation of all addendums . Shop drawing submittals will be reviewed for conformance with the contract documents . Shop drawings will be submitted directly to Engineer. Consultant will review the submittals and return copies to the contractor and Indian River County Utilities . Consultant will provide coordination of project status meetings and observation of construction for the duration of the project . Consultant will also review pay requests and provide recommendations for payment to Indian River County Utilities for the progress of the work. Construction observation will be provided by a field inspector. Total observation time will be approximately 80 hours . The field inspector will observe construction in order to determine if the project is being constructed in accordance with the contract documents . This will include witnessing installation of piping, pressure testing of new piping. Work that Consultant believes does not comply with the contract documents will be brought to the attention of Indian River County Utilities and the contractor. Consultant will prepare record drawings of the forcemain using information provided by the contractor. A complete set of Mylar reproducible drawings , an electronic copy in AutoCAD format on a CD-ROM , and two sets of prints will be delivered to Indian River County Utilities upon completion of this project . HAGenerahMilleAhidian River CountyTroposals\Task C - 8th Street Forcemain to 74th Ave-revl .doc A punch-list will be prepared for the items that need to be completed for final closeout of the project . Consultant will provide two site visits with the contractor to review the status of the completion of these punch-list items . SCHEDULE : Tasks 1 is anticipated to be complete within 4 weeks of starting and Task 2 is anticipated to be completed within 1 month after the survey is completed . Task 3 is anticipated to be completed within 4 weeks . Construction phase services is anticipated to take approximately four and one-half (4 - 1 /2) months , including bidding phase . INFORMATION PROVIDED BY OWNER : The Owner shall provide the record drawings of water and sewer utilities along 8t' street from Kings Highway to 74t" Avenue . FEES : Consultant will provide these Services as described herein on a lump sum basis for the following fees : Task Fee 1 . Survey $ 14 , 800 2 . Design $ 28 ,200 3 . Permitting $ 81300 4 . Construction Phase Services $ 215000 Total $ 72 , 300 We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated April 6, 2004 with Indian River County . H:\General\Miller\Indian River CountyTroposals\Task C - 8th Street Forcemain to 74th Ave-rev 1 .doc