HomeMy WebLinkAbout2005-174 I `
WORK ORDER NUMBER 8
This Work Order Number 8 is entered into as of this 17th day of May
2005 pursuant to that certain Continuing Contract Agreement for Professional Services
entered into as of April 6 , 2004 ("Agreement") , by and between Indian R ver 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 profession I 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 Wok Order as of
the date first written above .
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Kimley- Horn and Associates Inc . OF INDIAN RIVER COUNTY
By By -� S
Thomas S . Lowther , Chairman
Title : l tc.6
Attest : J . K . Barton , Clerk of Court
r
By
Deputy Clerk
e
Approved :
seph AN Baird , County AdminIstrator
Ap v as to form Ind.Legal sufficiency :
Marian E, Fell , Assigfant Coun y Attorney
l
HAGeneral\Miller\Indian River County\WORK ORDER NO 8 .doc
. II ,
ATTACHMENT 1
Task A
8th Street Forcemain
Indian River Blvd to King ' s Highway (58th Avenue)
Proiect Description and Understanding
Construction of a new forcemain along 8"' Street to serve primarily as transmission main is needed to
redirect flows from the South Regional WWTP to the West Regional WWTP . The scope of work will
include approximately 22 ,000 linear feet of 12" forcemain from Indian River Blvd to Kings Highway
(58 "' Avenue) . It is anticipated that several areas may require horizontal directional drill (HDD) and/or
jack and bore (J&B ) construction techniques in congested areas , such as US- 1 and FEC railroad areas .
Coordination with Task E which includes another forcemain to relieve the master pump station at the
South RO plant will be included under this scope , such that a portion of 8"' Street will include another
dual or enlarged forcemain .
SCOPE OF SERVICES
Consultant will provide survey , design, permitting, and construction phase services for the new
forcemain . Consultant will provide survey along 8"' 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 8 "' Street will be from Indian River Blvd west to King ' s Highway . 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 . Limited right-
of-way control is anticipated . 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 above ground information lying within the right of way of 8h
Street . Surface evidence of underground utilities will be located. Cross -section elevations will be obtained
at 200 ' intervals and visible high and low areas and extend across the right of way . 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 , such as US 1 and FEC railroad crossing .
Task 2 - Design
Existing utility information provided by IRC and others will be used in conjunction with the survey
HAGenerahMillerUndian River County\Proposals\Task A - 8th Street Forcemain .doc
a
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
and/or J&B staging areas , and details . It is assumed that plan only (no profile) with 1 "= 40 ' scale will be
prepared which is approximately 24 to 26 drawings . Detail drawings of the HDD areas will be prepared
with profile information . 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 :
0 County right-of-way permit
0 FDEP General Permit ( 62-604 . 3000( 8)( a))
• FEC Permit
• Florida DOT R/W permit
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 8`t' 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 .
Coordination with FEC regarding work in their R/W will be provided and permit application will be
prepared and submitted . Coordination with FDOT regarding work in the US 1 right of way will also be
provided and necessary information will be submitted to FDOT for this project .
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 six (6) 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 .
HAGeneral\Miller\hidian River County\Proposals\Task A - 8th Street Forcemain.doc
•Y
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 140 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 .
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 6 weeks of notice to proceed and Task 2 are anticipated to be
completed within 4 months from notice to proceed . Task 3 is anticipated to be completed within 4 weeks .
Construction phase services is anticipated to take approximately six ( 6) months after bidding .
INFORMATION PROVIDED BY OWNER :
The Owner shall provide the record drawings of water and sewer utilities along 8"' street from Kings
Highway to Indian River Blvd .
FEES :
Consultant will provide these Services as described herein on a lump sum basis for the following fees :
Task Fee
1 . Survey and Utility Locates $ 34, 100
2 . Design $ 53 , 700
3 . Permitting $ 13 , 200
4 . Construction Phase Services $ 319400
Total $ 132 ,400
We will provide these services in accordance with our Continuing Services Contract Agreement for
Professional Services dated April 6 , 2004 with Indian River County .
HAGeneral\MillerUndian River CountyTroposals\Task A - 8th Street Forcemain.doc