Loading...
HomeMy WebLinkAbout2006-134 S a WORK ORDER NUMBER 12 aov - !3 � This Work Order Number 12 is entered into as of this 18th day of April 2006 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 By I&JA By waeoe- • flbvy, Arthur R. N r9 er, C i an Gl7l/ , Title : ✓, � . ' etc- Attest: Attest: J . K:`Barttlfi ; CIurt R By putt' Clerk . Approved : ph A . gaird , County Administrator p v2do form and ffic' ncy: 7 arian , Assists Attorney CADocuments and Settings\shelley.stuven\Local Settings\Temporary Internet Files\OLKFO\WORK ORDER NO 12.doc _ Attachment 2 Attachment #1 Work Order Number 12 West Wastewater Transmission System Project Description and History The Indian River County Department of Utility Services (IRCU) December 2004 Master Plan identified multiple Capital Improvement Projects (CIP) that will transfer a portion of the existing wastewater flows from the South Wastewater Treatment Plant (WWTP) to the West WWTP . The West WWTP is currently under expansion as part of this Master Plan to accept this additional capacity. In conjunction with other ongoing CIP Projects, the intent of Work Order # 12 is to consolidate several projects into one that will transfer wastewater capacity from the South WWTP to the West WWTP . Work orders #7 and #8 were authorized by the BCC May 17, 2005 which included the construction of a master pump station at 8'h Street and 58th Ave (Kings Highway) and installation of 21 ,000 lineal feet of 12" force main along 8th Street, respectively. Both work orders included survey, design, permitting, and a construction phase services for these projects. Shortly thereafter, work order # 10 was authorized by the BCC June 21 , 2005 , for the extension of the 8 'h Street force main further west from Kings Highway to 74th Ave. The remaining force main piping to the West WWTP was being designed by others and would complete the westerly transmission of flow to the WWTP . The purpose of these projects was to transfer flow and wastewater (WW) capacity from the South WWTP to the West WWTP . Through preliminary evaluation of the 8th Street corridor under work order #8, it became evident that the availability of right-of-way was limited, and the presence of existing utilities did not allow adequate space for construction of anew force main. Right-of-way was limited to 60 ft in some areas, and the presence of other utilities and existing water lines along this corridor did not allow adequate construction of a new force main due to sanitary setback requirements between water and sewer lines . Alternate routes along 12th, 4th, and V Streets were evaluated to determine a better alignment for the new force main . Through various meetings with staff, 4"' Street was identified as an alternate east-west route to direct WW flow west to 58th Ave (Kings Highway) . In developing this route, a separate project to rehabilitate and upsize the existing master WW pump station #89 located at the South RO water treatment plant site was being considered . Increasing the capacity of this pump station was needed to meet growing demands in the South system. LS#89 currently pumps WW to the South WWTP . Consultant recommended utilizing this station as a master pump station in order to pump wastewater West via the 4th Street force main extension already under design in Work Order #8 to the West WWTP. Since the intent of routing a new 12" force main west was to pick up capacity from the Eastern basin, which included numerous lift stations, ALL of these lift stations in the Eastern basin already pumped to LS #89 . This configuration of extending the 4th Street force main to LS 489 and upsizing the pump station provides several advantages : • Allows ALL of the Eastern Basin flow to be directed to either the South or West W WTP ' s F:AUtilities\UTILITY - ENGINEER INGAProjeets - Utility Construction PermitsVIRC - 8th Street PM Ext from IR BIV to 58th Av - UCP 2628 Work Order No . 12 to KH &AAA - Work Order No. 12 - March 29, 2006.doc Page I of 11 • All of the operations required for a pump station can remain on-site of the existing facility and does not require additional monitoring of another remote facility. • Allows transfer of additional capacity of up to 1 . 0 rrgd additional beyond what the MasterPlan called for from the South WWTP to the West WWTP . Direction to proceed with survey from the LS#89 site up to 4th Street along the eastern side of the water plant site property boundary was initiated . However, with construction of a new 12" force main on the WTP site to serve the new developments North of the South RO WTP along 12th Street, limited space again' was available in this corridor (east property edge of WTP) for another larger force main. Additionally, IRCU staff preferred an alternate route off-site of the water treatment plant. Upon further review of the 4th Street corridor and in consideration of tie-ing in to LS #89, an alternate corridor off-site of the water plant up to and along the Indian River Farms South Relief Canal west to 58th Avenue is the preferred final routing. The advantage of this route is reduced construction costs, minimized conflicts on the WTP site, and the potential for a reduced construction duration. Written confirmation from Indian River Farms Water Control District (IRFWCD) to occupy this right-of-way shall be requested prior to proceeding with final survey and design . In conclusion, completion of a West wastewater transmission system described above includes four proposed sections of piping. The first section is currently under design by another consulting firm on 82nd Avenue from 4th Street to 8th Street, which connects to an existing 24- inch force main that extends to the West WWTP . The second is a section of pipe being included in this project by this Work Order # 12 . This second pipe is along 8th Street from 82 ad Avenue to 74th Avenue and connects on 82 ad Avenue mentioned previously to the pipe originally associated with Work Order # 10. The third section of pipe is described in the paragraph above, as originally associated with Work Order # 10 and is along 8th Street from 74th Ave to 58th Avenue. The fourth section ofpiphe consists of approximately 3 3/4 miles of force main that connects the pipe at 8th Street and 58t Avenue with the proposed re-pump station adjacent to LS 489 . This fourth section of pipe is the replacement of the section of pipe that was originally planned to be constructed as a result of Work Order #8 . Refer to Exhibit 1 attached depicting the proposed force main route. SCOPE OF SERVICES The Consultant will provide route evaluation, survey, design, permit application preparation, and construction phase services for the new wastewater transmission system. Potential east-west corridors for this pipeline include the South Relief Canal, 12tH 8" 4th and Is' Streets SW. The Consultant will review these alternate routes for the new forcemain to identify those routes with adequate available right-of-way. The Consultant will provide survey services from the LS #89 along the IRFDD corridor as listed herein . The survey from 74th Avenue to 82 ad Avenue will be provided to the Consultant from another firm by IRCU . The consultant shall rely on the accuracy of this information . The design of the forcemain from LS #89 to the intersection of 8th Street and 82 ad Avenue will consist of preparation of project drawings and specifications for the project, which can be advertised for bidding by general contractors . The Consultant will prepare and submit the appropriate permit applications listed herein for the construction of the project. The Consultant will provide construction phase services during construction, and provide final certification of the project. F:AUtilities\UTILITY - ENGINEER I NGAProjects - Utility Construction PermitsVIRC - Sth Street FM Ext from IR 131v to 58th A - UCP 2628 Work Order No. 12 to KH &AAA - Work Order No. 12 - March 29, 2006.doe Page 2 of I I The Consultant will provide survey of the site and utility information for the construction of the proposed re-pump station . The Consultant will perform pump selection for this re-pump station based on the IRCU hydraulic model and information provided by IRCU of the existing and future wastewater flows collected by this re-pump station. The consultant shall relay on the accuracy of this information. The Consultant will prepare project drawings and specifications for the project which can be advertised for bidding by general contractors . The Consultant will prepare and submit the permit applications listed herein for the construction of the project. The Consultant will provide construction phase services during construction, observation of startup and operational testing, and provide final certification of the project. The Scope of Services for Work Order # 12 consists of the following: Task 1 — Route Evaluation The Consultant will evaluate alternate routes for a Western transmission forcemain necessary to pump wastewater westward. The desired route is from LS #89 re-pump station to the intersection of 8th Street and 82nd Avenue. The evaluation will be based on right-of-way access and availability, utility corridor congestion, coordination with existing and proposed utility infrastructure, and conceptual opinions of construction costs will be considered in the review of the alignment. Up to three meetings will be attended by the Consultant with the County and associated authorities along the proposed corridor to determine a suitable route for this pipeline. The South Relief Canal will be considered as the desired route in this evaluation as a corridor for installation of the forcemain transmission line. The Consultant will work with staff to identify the selected route. The Consultant will prepare sketches of the selected alignment and typical sections for application to request approval from Indian River Farms Water Control District for IRCU to install and occupy the District' s right-of-way along the South Relief Canal, 58th Avenue and 8th Street with this proposed forcemain. Written confirmation of this authorization for IRCU to occupy this right-of-way shall be requested prior to proceeding with survey and design of that alignment. If approval from Indian River Farms Water Control District is not obtained, then additional route evaluation will be required and can be provided as Additional Services . Task 2 — Survey, Utility Locates, and Soil Borings Survey limits for this task will be approximately 4 '/4 miles from the LS #89 to the intersection of 8th Street and 58th Avenue, along the selected route. The fees associated with this task consist of the survey and underground locates for the alignment that is selected in Task — 1 . Survey information will only be provided on the side of the roadway or canal within the right-of-way where the forcemain is planned to be constructed. Surveys of 8th Street from 58th Avenue to 74th Avenue that were provided under Work Order # 10 will be used for the design of this section of pipe. The north right-of-way boundary along this section of the route will be established by the Surveyor. Survey for the 8d' Street corridor from 74th Ave to 82nd Ave is furnished by others (Schulke, Bittle & Stoddard LLC) by direction of IRCU. F:VUtilitiesVUTILITY - ENG INEER INGAProjects - Utility Construction PermitsARC - 8th Street FM Ext from IR Rlv to 58th Av - UCP 2628 Work Order No. 12 to KIi&AAA - Work Order No. 12 - March 29. 200.6.doe Page 3 of I I Underground locates of known existing utilities consisting of gas mains, telephone lines, fiber optics, water, and sewer infrastructure will be provided in limited areas by a Sub consultant along the selected route that will be surveyed under this task. Horizontal underground locates will be marked within 100 to 500 feet of intersections, canal crossings, and areas where surface evidence of known underground utilities exist. These marks will be shown by the surveyor on the survey. The locating service will provide up to three days of investigation. Vertical underground locates of known existing utilities will be required at areas where potential conflicts exist and at tie-in locations. This information is necessary to collect location, depth, and pipe size/material that will be required for the design . It is expected that approximately fifteen (15 ) sites will require this investigation, with approximately two test holes per site for a total of thirty (30) test holes required for this project. Horizontal and vertical underground locates in the vicinity of major intersections of the underground water and wastewater facilities will be provided. The major intersections include 20th Avenue, 27th Avenue, 43rd Avenue, 58th Avenue, and 81h Street, along the route selected in Task — 1 . Soil borings will be provided in areas where horizontal directional drilling (HDD) will occur. Up to eight soil borings 20 ft depth will be included at different locations where HDD installation may occur. Task 3 - Design Task 3. 1 - Hydraulic Modeling for Sizing Force main and Designing LS #89 Re-Pump Station The Consultant will evaluate IRCU' s existing Wastewater Transmission System hydraulic model to select the forcemain size from the proposed re-pump station to the end of the forcemain route as well as select pump capacity of the re-pump station. This selection will be based on typical minimum and maximum velocities of the proposed forcemain while providing forcemain pressure that does not require that the wastewater to be re-pumped before reaching the West WWTP or result in pressures that exceed the IRCU Standards. The Consultant will also evaluate the feasibility of reversing flow from the South W WTP Forcemain through the South RO Master Repump Station to the West W WTP . The Consultant will collect information regarding pump stations downstream of LS #89, input this scenario in the hydraulic model, and evaluate what changes may be required to the pump stations in order to reverse the wastewater flow. This effort may illustrate that this scenario is only feasible for an emergency situation. The Consultant will prepare 'a technical memorandum to IRCU with the results of these evaluations, and attend up to one meeting to discuss the findings . The Consultant can provide additional evaluations or meetings related to the hydraulics of this re-pump station, forcemain , or reversal of flow as Additional Services. Hydraulic capacity of the transmission forcemain will include additional capacity from a proposed tie- in at 58th Ave and 8th Street . F:AUtilitiesVU'CILITY - ENGINEER I NGAProjects - Utility Construction PermitsVIRC - 8th Street FM Ext from IR Bh, to 58th A - UCP 2628 Work Order No. 12 to KI-I &AAA - Work Order No. 12 - March 29, 2006.doc Pan 4 of I I Task 3.2 – Foreemain Design The Consultant will prepare design drawings of the proposed forcemain piping after the size has been determined. Existing utility information provided by IRCU and others will be used in conjunction with the survey and underground locate information as a basis for design of the piping alignment. Technical specifications will be based on the Owners current Utility Standards. Preparation of final construction drawings will consist of plan sheets with survey information, key sheets, and details. The forcemain design drawings will be plan only view (no profile) with 1 -inch= 40- feet scale drawings with a two-pane view, with exception of up to six plan and profile drawings for the locations that cross intersections or canals. Detailed drawings of specific construction items that may be required for this project will be provided on one sheet. IRCU Standard detail sheets will consist of up to three sheets. There will be approximately 31 drawings, which will consist of the following sheets : • Cover with site location map, one ( 1 ) sheet • Overall project, one ( 1 ) sheet • General information, one ( 1 ) sheet • Horizontal plan views of alignment, eighteen ( 18) sheets • Plan and profiles for intersections and canal crossings, six (6) sheets • Specific details, one (1 ) sheet • IRCU standard details, three (3) sheets Consultant will attend the following meetings to discuss the objectives and progress of the project and design requirements specific to this project: • Kick-off meeting (held concurrently with the re-pump station design Kick-off meeting) • Progress meeting at 60% completion • Progress meeting at final completion The Consultant will submit four (4) full size sets of drawings at 60% completion and final completion. The revisions to the forcemain design requested by the Owner will be made based on comments received by the Consultant at the meetings, described above. The Consultant can provide additional design submittals and attend additional meetings related to forcemain design as Additional Services . Task 3 .2 — Re-Pump Station Design Pump station design will consist of preparation of construction plans and specifications consisting of the following sheets : • Cover with site location map, one ( 1) sheet • Overall project key sheet, one ( 1 ) sheet • General information, one ( 1 ) sheet • Horizontal control plan of design drawings, one ( 1 ) sheets • Plan and profiles of the re-pump station, two (2) sheets • Mechanical drawings, two (2) sheets • Structural Plans , Sections and Details, four (4) sheets F :AUtilitiesVUfIL.ITY - ENGINEERINGAProjects - Utility Construction PermitsVIRC - 8th Street FM Ext from IR BIv to 58th Av - UCP 2628 Work Order No. 12 to KFI&AAA - Work Order No. 12 - March 29, 2006.doc Page 5 of I 1 • Process and Instrumentation drawings, two (2) sheets • Electrical design drawings, five (5) sheets • Specific details, one (1 ) sheet • IRCU standard details, two (2) sheets The Consultant will provide copies of technical specifications, full size (2406) and half size ( 11 x17) drawings forbidding and construction. All plans and technical specifications will be provided to the Owner in electronic format (AutoCADD 2004 / MS Word, respectively) at the end of the project. The technical specifications and standard details will be based on the Owners current Utility Standards. Consultant will employ the services of a sub consultant to perform the electrical design which will consist of the main electrical service, pump starter and control panel, auxiliary power, telemetry, lighting, VFD design, control panel with RTUs and preparation of drawings and specifications for bidding. It is assumed that the new generator will include a pre- fabricated, sound-attenuated, and weather-rated enclosure. The design of a wetwell structure will provide increased wastewater storage at this facility. Two (2) soil borings will be collected for the purpose of reviewing the existing soils characteristics and conditions adjacent to the existing structure. SCADA system programming shall be included under the contractor' s scope of work. A narrative of the control logic will be included in the technical specifications for this purpose. The design will include odor control similar to the other re-pump stations in Indian River County. It is anticipated that a Biofilter style system or equal will be specified for this station. If any other odor control system is required by 1RCU, then that design will be provided as additional services to this project. Consultant will attend the following meetings to discuss the objectives and progress of the project and design requirements specific to this project: • Kick-off meeting (held concurrently with the forcemain design Kick-off meeting) • Progress meeting at 60% completion • Progress meeting at 90% completion • Progress meeting at final completion The Consultant will submit four (4) full size sets of drawings at 60% completion, 90% completion, and final completion. The revisions to the re-pump station design requested by the Owner will be made based on comments received by the Consultant at the meetings, described above. The Consultant can provide additional design submittals and attend additional meetings related to forcemain design as Additional Services. Task 4 — Permitting St. John ' s Water Management District (SJRWMD) Environment Resource Permits (ERP) are required for this construction project, which will have two canal crossings. The purpose of this ERP application is to provide notice of the proposed construction activities across and along F:AUtilitiesVUTILITY - ENGINEER I NG\Projects - Utility Construction PermitsVIRC - 8th Street EM Ext from IR niv to 58th Av - UCP 2628 Work Order No. 12 to KH &AAA - Work Order No. 12 - March 29, 2006.doc Page 6 of I I drainage canals. The Consultant will respond to one request for additional information (RAI) from SJRWMD . If the RAI requires any field investigations, wetland delineations, or additional permits are required other than those described herein then these permits will be applied for as additional services to the scope of services. The Consultant will prepare and submit one FDEP general permit application 62-604 . 3000(8)(x) for the collection system modifications as an individual permit for construction of this Wastewater Collection and Transmission System. The permit application fee of $500 will be included under this scope and paid by the Consultant. The Consultant will submit the permit application when the drawings and specifications are suitable for submission. The Consultant will respond to one request for additional information (RAI) from FDEP. An application and review of this pump station by the Community Development Department (CDD) is required for these construction activities. This approval is necessary for a Contractor to apply for a building permit. The Consultant will undertake the task of pursuing a minor site modification for the pump station building through the CDD on behalf of the Indian River County Utilities Department. This minor site modification will include stormwater drainage design and calculations to be submitted to the St. Johns Water Management District in the event that any stormwater elements are altered and/or the impervious area on the site is increased by 4,000 ftz or more. Task 5 — Construction Phase Services Task 5.1 - Construction Phase Services, Forcemain The forcemain construction of this project consists of approximately 39,600-LF of pipeline construction, including but not limited to tie-ins, six (6) horizontal directional drills and/orjack and bores, valve installation, pressure testing, and site restorations. In order to accelerate the schedule, the forcemain construction will be divided into two (2) separate projects for bidding. However, it is assumed that both will be bid at the same time. The Consultant will provide construction phase services for these projects, consisting of bid phase assistance and preparation of contract documents, shop drawing review, meeting attendance, construction field observation , preparation of record drawings based on contractor red lines (in electronic format in AutoCADD 2004 version in real world coordinates on CD), mylars, and final certification of completion of the project. It is anticipated that the duration of the construction phase (notice to proceed to final completion) will be eight (8) months (35-weeks) and that on-site construction observations will be as appropriate with the level of construction activity for each project. The two projects are anticipated to be constructed concurrently. This eight (8) month period of construction is based on two (2) contractors installing an average of 120-LF of pipe per day, including but not limited to the open cut sections, trenchless construction sections, restoration, testing, and submittals. The Consultant will incorporate the Owner ' s contract documents into the plans and specifications developed in Task — 3 .2 to create the project manual . This will serve as the Contract between the Owner and the selected contractor for each of the two construction contracts . The bidding of the forcemain and re-pump station construction projects shall be F :AUtilities\UTILITY - ENG INEERINGAProjects - Utihty Construction PermltsVIRC - 8th Street FM Ext from IR 61v to 58th Av - UCP 2628 Work Order No. 12 to KI&AAA - Work Order No. 12 - March 2912006.doe Page 7 of 1 I concurrent. Any revisions to the Owner' s contract documents during the construction phase can be provided by the Consultant, as Additional Services . During the bidding phase, the Consultant will respond to contractor questions and prepare a reasonable number of addendums, if required, which will be distributed to all the contract document holders . The Consultant will attend one ( 1 ) pre-bid meeting at the project site or Client ' s office. The Consultant will sell project manuals from Consultant ' s office, consisting of drawings, specifications, and all addendums. Bidders will pay the Consultant directly for the bid documents. Shop drawing submittals will be reviewed for conformance with the intent of the contract documents . Shop drawings will be submitted directly to the Consultant. The Consultant will review the submittals and return copies to the contractor and Indian River County Utilities . The Consultant will coordinate and attend one- ( 1 ) project status meetings per month for coordination and status updates of the project with the Contractor and Owner. The Consultant will provide observation of construction for the anticipated duration of the project described herein. The 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 is anticipated to be approximately 420-hours . This is based on 12-hours per week of field observations plus 8 -hours of field observations for each of the six (6) horizontal directional drills. These hours are based on the two projects being constructed concurrently. The Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by the Consultant. The Consultant neither guarantees the performance of contractors, nor assumes responsibility for any contractor' s failure to perform its work in accordance with the contract documents . This will consist of witnessing installation of piping, pressure testing of new piping, and flushing. Work that the Consultant believes does not comply with the contract documents will be brought to the attention of Indian River County Utilities and the contractor. The Consultant shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices. A punch-list will be prepared for the items that need to be completed for final closeout of the project. The Consultant will perform two site visits with the contractor to review the status of the completion of these punch-list items . The Consultant will prepare record drawings of the forcemain using information provided by the contractor. A 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. A request for final release of the modifications will be submitted to FDEP, consisting of a certification application and record drawings. Task 5.2 - Construction Phase Services, Re-Pump Station F:AUtilities\UTILITY - ENGINEER I NGAProjects - Utility Construction Permits\IRC - 8th Street FM Ext from IR my to 58th Av - UCP 2628 Work Order No. 12 to KH&A\A - Work Order No. 12 - March 29, 2006.doc Page 8 of I I It is understood that the construction of this re-pump station will be bid as a separate project and be built concurrently with the forcemain construction projects described above. The Consultant will provide construction phase services for these projects, consisting of bid phase assistance and preparation of contract documents, shop drawing review, meeting attendance, construction field observation, start up assistance, preparation of record drawings based on contractor red lines (in electronic format in AutoCADD 2004 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 five (5 ) to seven (7) months and that on-site construction observations will be provided in proportion to the level of construction activity. The Consultant will incorporate the Owner' s contract documents into the plans and specifications developed in Task — 3 . 3 to create the project manual . This will serve as the Contract between the Owner and the selected contractor. Any revisions to the Owner' s contract documents during the construction phase can be provided by the Consultant, as Additional ' Services. During the bidding phase, the Consultant will respond to contractor questions and prepare a reasonable number of addendums, if required, which will be distributed to all the contract document holders. The Consultant will attend one ( 1 ) pre-bid meeting at the project site or Client ' s office. The Consultant will sell project manuals from Consultant ' s office, consisting of drawings, specifications, and all addendums . Bidders will pay the Consultant directly for the bid documents. Shop drawing submittals will be reviewed for conformance with the intent of the contract documents . Shop drawings will be submitted directly to the Consultant. The Consultant will review the submittals and return copies to the contractor and Indian River County Utilities . The Consultant will coordinate and attend one- ( 1 ) project status meetings per month for coordination and status updates of the project with the Contractor and Owner. The Consultant will provide observation of construction for the anticipated duration of the project described herein. The 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 is anticipated to be approximately 100 hours. This is based on approximately 6 hours per week of field observations for four (4) months ( 17-weeks) of construction activities . These hours are based on the re-pump station project being constructed concurrently with the forcemain projects. The construction contract time beyond these four (4) months will be associated with shop drawing review, equipment delivery, testing, and certification . The Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by the Consultant . The Consultant neither guarantees the performance of contractors, nor assumes responsibility for any contractor' s failure to perform its work in accordance with the contract documents. Work that the Consultant believes does not comply with the contract documents will be brought to the attention of Indian River County Utilities and the contractor. The Consultant shall have no responsibility for any contractor's means, methods, techniques, F:AUtiIitics\UTILITY - ENG INEER INGAProjects - Utility Construction Permits\IRC - 8th Street FM Ext from IR B I v to 58th AN' - UCP 2628 Work Order No. 12 to KI I&AVA - Work Order No. 12 - Match 29, 2006.doc Page 9 of I I equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall the Consultant have any authority or responsibility to stop or direct the work of any contractor. Start-up of the new pumps will be facilitated by the pump manufacturer' s representative and by the Contractor. The Consultant will observe start-up of the new pumps once the installation is completed. The Consultant will prepare record drawings of the repump station using information provided by the contractor. A 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. A request for final release of the modifications will be submitted to FDEP, including certification application and record drawings. A punch-list will be prepared for the items that need to be completed for final closeout of the project. The Consultant will perform two site visits with the contractor to review the status of the completion of these punch-list items. While it is not anticipated that there will be hazardous materials or conditions encountered on this project, should any such conditions be discovered during this scope of services, the Consultant shall notify the Client of hazardous substances or conditions not contemplated in this Scope of services of which the Consultant actually becomes aware. Upon such notice by the Consultant, the Consultant may stop affected portions of its services until the hazardous substance or condition is eliminated . The parties shall decide if the Consultant is to proceed with the services and if the Consultant is to conduct testing and evaluations, and the parties may enter into further agreements as to the additional scope, fee, and terms for such services . SCHEDULE Forcemain : Services for Task 1 are anticipated to be completed within 3 weeks of notice to proceed. Task 2 is anticipated to be completed within 12 weeks of Task 1 . Task 3 . 1 is anticipated to be completed within 7- 8 weeks after Task 2 is completed. Task 4 is anticipated to be completed within one week of Task 3 . 1 . Construction phase services (Task 5) are anticipated to take eight (8) months after the contractor begins work on the site. Re- Pump Station : Services for Task 3 . 2 are anticipated to be completed within 5 - 6 weeks . Task 6 is anticipated to be completed within 8 — 12 weeks from notice to proceed . Task 4 will be completed within one week at the conclusion of Task 3 .2 . Construction phase services (Task 5) are anticipated to take five (5) to seven (7) months after the contractor begins work on the site. FEES We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated April 6, 2004 with Indian River County. The Consultant will provide these additional services for a lump stun fee as follows : Task No. Task Task Fee Task 1 Route Evaluation 54, 500 F:AUtilitiesVUTILITY - ENGINEERING\Projects - Utility Construction Permits\IRC - Sth Street FM Ext from IR my to 58th AN, - UCP 2628 Work Order No. 12 to KH &AAA - Work Order No. 12 - March 29, 2006.doc Page 10 of I I Task 2 Survey, Utility Locates, Soil Borings $ 104,600 Task 3 . 1 Hydraulic Modeling $6,400 Task 3 . 2 Force main Design $ 85 ,000 Task 3 .2 Re-Pump Station Design $ 59,500 Task 4 Permitting $ 19,900 Task 5 . 1 Construction Phase Services, Force main $94,000 Task 5 .2 Construction Phase Services, Re-Pump Station $677400 Total Lum Sum Fee = $441 ,300 Additional Services : The following services are not included in the Scope of Services for this project, but may be required depending on circumstances that may arise during the execution of this project. Other items that may be considered additional services are mentioned herein . Additional services include, but may not be limited to the following: • Route evaluations beyond those described in Task 1 . • Attendance at more than those meetings described in the Scope of Services. • Design revisions other than those comment responses described in the Scope of Services. • Evaluation and design of odor control systems for the re-pump station other than the Biofilter system. • Revisions to the Owner' s contract documents INFORMATION PROVIDED BY OWNER: The Owner shall provide the following information related to the design of this construction project: • Record drawings of water and sewer utilities along the determined route • Record drawing of LS #89 • All information regarding existing wastewater flows associated with LS #89 • All information regarding future wastewater flows associated with LS #89 • Access to the site FAUtilitiesVUTILITY - ENGINE ER[NGAProjects - Utility Construction Peron IsV1RC - 8th Street FM Ext from IR [31v to 58th Av - UCP 2628 Work Order No. 12 to KH&AAA - Work Order No. 12 - March 29, 2006 .doc Page I 1 of I I ff rt'4%'- OFITH w F or ViII W u}�i 8 7 W w tra* 'r; 4+ ,-Gx krwy t WW � I wzQ WO it P p tFA`�-v�vi tzf ' e��" ' i ' r �-k`e e '" i ' ,•,, a�l .s� `I' xi,,,.- ,y , g a „ .,,E 'Rr ,~f t' ='xe �w, ",aa'w x`er, •-_'`-'. i ' $ � §.' _ye# ILI! - R —E� agb t w w z : '- ,y F � w fr :50w ' ,. r}`-k vYya i� `trt '�� U ° .s 0 �' � .Y'filt;sr,+ r • Z o g y + p. ac,S =, hti� °€4"4 1i + -' S ec —[ aaI u o 11 It :7A 1 . S � Ivuyt L � PI14J '"�I Y 4 � OOW � jt It It u G@@Y@@Y R In P } .d, I� syt y5 C�. T y FlE� 3 4! aAY 0� IVT $m ' 4 kkw ,m i4 I x -�F- fit. Fit rr �v to lit to L:—� C ata 7 r r,�i OR�g r PP�q il—Fl Iu It In 930130DZEZ "I U31.-lWiVO 6WOps.- ��e::3��.'��a ��;a ':o� . .wo. 6...