HomeMy WebLinkAbout2012-214 a /oA4 // a
a - I .
WORK ORDER NUMBER 2
This Work Order Number 2 is entered into as of this 4th day of December ,
201 .L, pursuant to that certain Continuing Contract Agreement for Professional Services
entered into as of November 15 , 2011 , (the "Agreement") by and between INDIAN RIVER
COUNTY , a political subdivision of the State of Florida ("COUNTY" ) and SCHULKE ,
BITTLE & STODDARD , L . L. C . (" CONSULTANT" ) .
The COUNTY has selected the Consultant to perform the professional services set
forth on Exhibit 1 (Scope of Work) , 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 Exhibit 2 ( Fee Schedule) , 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 Exhibit 3 (Time Schedule) , 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
SCVMaa-
& OF INDIAN RIVER COUNTY
ST
By : pra•na•a.° ByA 0612
ke, t . • • • • • . Sipa•., Jo ph E . Fle cher, Chairman
Titlr
yF .
s
• : ECCApproved Date : , 9_04_ 3 ,
a •
v •
Attest: Jeffrey R . Smi , Clerk of Court
as °a
a`aa R Couc .aa° Deputy Clerk
`p4a0444 p44aMa
Approved :
c
Joseph A. ird , County Administrator
Ap r e as for n le sufficiency :
Alan Polackwich , Couno Attorney
Attachment 1
EXHIBIT 11 '
SCOPE OF WORK
WORK ORDER NO. 2
Project Description
The proposed project will provide engineering design and permitting for the construction of necessary
utility modifications to existing water mains, sewer mains and non-potable re-use water mains lying
within or adjacent to US 1 , south of Oslo Road to the south Indian River County line, and provide
necessary water main, sewer main and non-potable re-use water main "stub-outs" to serve future
IRCDUS customers. The work is being completed in conjunction with the FDOT `s proposed USI
(SR5) improvements — which generally can be described as widening the existing four (4) lane
highway to (6) lanes.
The modifications to existing utilities are necessary to avoid conflicts with paving and drainage
improvements to US 1 proposed by the Florida Department of Transportation (FDOT). The
modifications generally consist of removing and replacing portions of the utility mains with new
utility mains that will be deflected below or to the side of the location of proposed drainage inlets,
pipes, or other roadway infrastructure improvements.
The "stub-outs" are necessary to provide accessible locations that are extended outside of the new
roadway improvements proposed on US 1 , making future connections and extensions of the existing
utilities possible with-out damaging the new paved road.
Scope of Services
Schulke, Bittle & Stoddard, L.L.C. will provide services including engineering design, preparation
of construction plans, preparation and submittal of permit applications, construction administration
and periodic construction field inspection of the construction, as required for the proposed water main,
sewer main, and non-potable water main utility construction and modifications lying within or
adjacent to US 1 . (see Attachment "A" for "Location Sketch " and Attachment `B" for a preliminary
list of "Utility Conflicts and Construction Cost Estimate'l.
The estimated construction cost of this project is $2,218,832.00.
In addition to the utility design services. outlined above, SBS will meet with IRCDUS and the
FDOT' s design consultants and engineers involved in the project, discuss the project goals and design
assumptions and requirements for the FDOT' s proposed US 1 Roadway improvements, and then
provide an evaluation of the FDOT' s proposed US 1 plans, with the following specific goals :
Identify the conflicts created with the existing IRCDUS utility infrastructure by the
proposed construction of the roadway and drainage improvements.
Recommend modifications to the FDOT' s road and drainage design that, if implemented,
may result in a net construction cost savings for Indian River County.
Reduce the number of utility conflicts from that listed in Attachment `B", with a
corresponding reduction in anticipated construction cost.
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 AutoCADD format; all surveys,
maps and other documentation in the possession of or reasonably available to the County that are
pertinent to the project, including plans, reports and other documents from the FDOT and its
consultants.
Services not included in this scope of services are listed as follows :
• Any services associated with assisting Indian River County in review and evaluation
of patent related disputes, issues, or claims including preparing to serve or serving as
a consultant or witness for Indian River County in litigation, arbitration, public or
private hearings, or other legal administrative proceedings involving patent related
disputes, issues or claims.
• Any services in connection with the project not otherwise provided for in this scope
of services.
• Surveying of US 1 right-of--way. A base survey map to be provided by IRC (from the
FDOT and its consultants).
• Pot-holing, surveying and / or field locating existing IRCDUS utilities, or facilities
and infrastructure of other utility providers. Pursuant to our discussions during a
preliminary design meeting with FDOT consultants, the FDOT and its consultants
are providing accurate locations and elevations of all IRCDUS utilities and other
utilities at all conflict locations.
In order to execute this project in the most cost effective manner with the most aggressive schedule,
Schulke, Bittle & Stoddard, L.L .C . is relying on survey and design data provided by FDOT design
consultants (digital AutoCADD format) in order to prepare it's deliverables (utility construction plans
in AutoCadd format as well as signed and sealed construction drawings).
• Surveying of US 1 right-of-way. A base survey map to be provided by IRC (from the
FDOT and its consultants).
• Pot-holing, surveying and / or field locating existing, IRCDUS utilities, or facilities
and infrastructure of other utility providers. Pursuant to our discussions during a
preliminary design meeting with MOT consultants, the FDOT and its consultants
are providing accurate locations and elevations of all IRCDUS utilities and other
utilities at all conflict locations.
In order to execute this project in the most cost effective manner with the most aggressive schedule,
Schulke, Bittle & Stoddard, L.L .C . is relying on survey and design data provided by MOT design
consultants (digital AutoCADD format) in order to prepare it' s deliverables (utility construction plans
in AutoCadd format as well as signed and sealed construction drawings) .
EXHIBIT ' 2 '
FEESCHEDULE
WORK ORDER NO. 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 :
I . Preliminary plan review and evaluation : $4500 .00
SBS will review the FDOT consultant ' s preliminary plans,
identify utility conflicts, and prepare typewritten request to the FDOT
consultant(s) with recommended modifications to the FDOT' s road and
drainage design that, if implemented , may result in a net construction
cost savings to Indian River County .
2 . Final Design $251000 .00
Engineering design , preparation of Construction Plans &
Specifications, preparation and submittal of permit
Applications. Preparation of bid documents. Assistance during
Bidding, bid evaluation, contract award .
3 . Contract Administration and Construction Phase services $25 ,000.00
Pre-con . meetings, weekly construction meetings, shop review, review pay
requests, minor plan modifications, Periodic Construction/Field
Inspections, As- Built review, final documentation for close-out and
final certifications.
4. Reimbursable Expenses : $ 5,000. 00 estimate
Payment of direct costs, including Reproduction costs (prints and copies),
application fees, mail and delivery, mileage during construction phase services.
( See below for actual costs)
Total : $ 59, 500.00
Printina 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, and other pertinent items required by federal , state and
local agencies from whom approval of the project must be obtained, 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 I1 " $ 0. 12/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.
EXHIBIT 63 '
TIME SCHEDULE
WORK ORDER NO. 2
Time of Performance
The estimated time frame for completion of services from the approval of this Work Authorization is a follows :
I . Preliminary Plan review and evaluation I month
2 . Engineering Design & Preparation of 2 Months
Construction Plans, specifications and Bid Documents
2 . Submittal of Permit Applications and Receipt ol' permits I Months
And Bidding/Contract Award ( Done Concurrently )
3 . Construction 3 %s Months ( 15 weeks)
Remainder of Page Intentionally Left Blank
ATTACHMENTW � LOCATION
r Ai ` r ti
$
.. A,�i 1 `! �y3x j � A'k �f+�✓Fh � „ ` . .i>. �, �� III III III I�III�
{ Sr p „`a `Cp3IV
3 n _
Y 1M✓b+�'+ � +.....i IIII I IIID
td � Z
me
' r �. a xIN2 _ x
M V! I a >> kkkk
x• +'" s'� r i
y ,a�` ', 7 " leered, k-V xY4 a ;� t; x �� 3, 41 a l s. sa j v
x - v rr e"" e %� '' ° K P YL x
ID 3� Z, � �
7�f W "7 i iktsaA yA T4s R� �.Gg S ,to r ° %
i 4 < +
x [ `' X t +�
s �1te 4 t , 11' 7 ' x '� me
x �'
has *� ._ • �'r� 4` % ' as ' +
�' & 't> . �` yk, �' ' a s t Y4
x s %
igsi c� , f a �/ a c € did` Q z 2 r �A�
a� p S < Q 11 l L 'e
�' � �; A, d NI 4V% a %cIN V%ViVIVN�IIN
Y ' F L, 1:
$ '.: .±I g % r sr �" x a _�� ���,�� - 'q d` fns
^ed xti mi i� 3;)t �(., j� � t .,,ySs „v 'k, 4Wei �NQ;IVQQ�VYI�
lu --T • .S
_ t
steey tw
€' tit, t;'r 3 `s ` b y rlAil
k,ld me 11 We Lee
z tz.,yrp U ; a- *a- % _ a�tl
yt�aeQ+ c ° - 1 'r sy z211 11 11
,a 4s � ' �� +!� e � c
k me
`" ' + %VX * r .f � y si
" t
,N4 a i �. r ayb � r r Kr 3 8 , € t s, t t �`
�` "^ 3 r a x�,^1` + wabx 4 2 ,aNe
` q 3sa- q ' � "' ♦ 4r +r° � a'd M r .at , Y�
me 2 ' as Ne a�" } jiF zn , s 4 ti s 'F Z ^
i � � $ a _ ' t �r IV
� . �1 �
P`III �, 'i sv f _ ss � r �rdedwg ,;. .df&' 1 �i 1ell1� , yr 'a. x 3 ' , i3 `3 .
> SR
in r V, & *a � i �� a, Y^, > �.a .4 ";t5/
t3j�y � i xv 't 1 EIN
L rF'a"
�L r. =s� SyP�^f-A FQN � r ^� t £ my5 // ' � „1 % AIV % > t �IN, � fi r .„ % j�
I .
f �yme, VV
�4 Yi `� z _x .qa .� !' `, yv,;. 4 a ' s ' me
7 F u a 6 ' r - r ►� .o- z s
� � + �
C:1,1107 i`NZP
led 'l IdIf
x . NI4Z sINN'ccs '� roP ; �+ � aC r ~s� tf ,, "', yea �: .1
cU s t j'U� +v :< N111 1 1 )
J'`VNr, y 'a, r s.lle �sd' i
"la led a s ,QVIIII . �f L � da Sn s k i �' Q L 3
+w.ox.:ie.,..+w+ ww.o",+w+w,�... ,vsl�,. a. 3�., 3' �t�a'k a
et" r do, a t�' � } a : atI x a s
yf ,� aea C dk`a=c VC ale r f ka 1 y
�� i + s � ,
% Nee
� kme �YiN
�
sw ,
t'"-Qs . 4 rscd
r ?.
NI I
I me
*5iii L
N 3
'4 1 tC 1
S 5I'd t iJA ge� iAt> i ,u'Sh 711I4R`%', -, t
k
term
IV,
x &er �mm rI e p s
r, 'r aU x ray v led
� . �. s
IQ I
x `; L .e ez `! `, j e 'r' e, I,L �
_ s ,,u ¢ ; 6 Ryil t b `i� to ,
k4ed
�' + � 6 �� b' ¢y k 76 i/. Vd^ d ffi t1M k .yfl6A4� ,1l 4
a C l xr z
' 9tj°y _ 4bIE``' + a
� , s ai %i WF
IV
^"..k+ *�r "as.pN
ild klN"l w. ?l ,,.14 11It 7r J <
S ra �. !-n �,` ' � d a � . cwt r €a' x ifF
, P P, f r
� SelettitVawg ` � � s 4rr �e fit
3 '� � ,' ' e qa '1 kZl
y
yA
► a ' a APs { " � .: { t % w 4 33
_F,$ � '�4P �«a �a � t� � ' . �► " ��i � � x
IV 5 � Nd
N: I edit _>s � x „ r�:'"_ a Ig. , as 'sr' K .� . ` 53 iIII
3 >
ATTACHMENT B - UTILITY CONFLICTS LIST AND COST ESTIMATE
UTILITY CONFLICT MATRIX
MONDAY, SEPTEMBER 10, 2012
INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES STATE ROAD 51U8-1) UTILITY CONFLICTS
LIST IS BASED ON
NO DESCRIPTION STATION RECOMMENDED ACTION ESTIMATED COST NOTES
WATER MAIN 10" PVC - 5-224 18" LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE 576+80 RT DRAINAGE STRUCTURE $30;000.00
2 WATER MAIN 10" - S-22818" DRAINAGE 579+00 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE $30 00000
IRCDUS TO REPLACE EXISTING JACK 8 SORE WITH A DIRECTIONAL
3A FORCE MAIN 10" TRUNKUNE DRAINAGE 581+20 BORE (HOPE) AND ABANDON EXISTING PIPE INPLACE. REQUEST
GENERAL CONTRACTOR TO REMOVE ABANDONED PIPE AS NEEDED
AT TIME OF CONSTRUCTION. $497500,00
584+00,00 POTENTIAL CONFLICT WITH PROPOSED MAST ARMS. RELOCATION
36 POTENTIAL CONFLICT OF WATER OR FORCE MAIN WOULD REQUIRE A LONG, DEEP (AND
585+50.00 COSTLY) DIRECTIONAL BORE.
$70,000.00
584+00.00 POTENTIAL CONFLICT WITH PROPOSED MAST ARMS. RELOCATION
3C POTENTIAL CONFLICT OF WATER OR FORCE MAIN WOULD REQUIRE A LONG, DEEP (AND
585+50.00 COSTLY) DIRECTIONAL BORE. '
S341500,00
3D FIRE HYDRANT ASSEMBLY 585+40 LT RELOCATE BEHIND SIDEWALK $3500,00
4 FIRE HYDRANT ASSEMBLY 588+D5 RT RELOCATE EAST OF SIDEWALK $3,500.00
SA WATER MAIN 12" PVC - S-302 588+20 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500,00
5B F.M. 10* PVC - S302 588+20 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
- $22,500,00
FORCE MAIN 2" PVC SERVICE LINE - LOCATE & POTHOLE-REPLACE WITH 4", WITH VALVES EACH
6 TRUNKUNE DRAINAGE S-304 589+42 SIDE OF PAVEMENT TIE4N EXISTING F.M. $12,000,00
7A WATER MAIN 12" PVC - S-304 589+62 RT LOCATE & POTHOLE POSSIBLE CONFLICT $36,500,00
7B F.M. 10" PVC - 5304 LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE $22,500.00
6 WATER MAIN 12" PVC " CD-02 BOX CULVERT 593+05 RT LOCATE & POTHOLE $0.00 Assume NC
9 FORCE MAIN 12" PVC - CD-02 BOX CULVERT 593+05 RT LOCATE & POTHOLE $0,001 Assume NC
SUBTOTAL $35100000
1 OF
10 PROPOSED WATER MAIN 8" 594+00.00 STUB-OUT WATER MAIN 8" WITH VALVES EACH SIDE OF
PAVEMENT & FHA ON WEST END OF PIPE
$26,300,00
11 WATER MAIN 12" PVC - STRUCTURE No.? 584+65 RT LOCATE 8 POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500,00
12 FORCE MAIN 10" PVC - STRUCTURE No.? 594+65 RT LOCATE 8 POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$22,500.00
13 FORCE MAIN 4" 599+00.00 STUB-OUT FORCE MAIN 4" WITH VALVES EACH SIDE OF -
PAVEMENT
$12j000.00
14 WATER MAIN 12" PVC - STRUCTURE No.? 599+65 RT LOCATE 8 POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$361500,00
15 FORCE MAIN 10" PVC - STRUCTURE No.? 599+65 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$22,500.00
16 FIRE HYDRANT ASSEMBLY 602+80 RT RELOCATE BEHIND SIDEWALK& ADJUST HEIGHT $3,500.00
17 PROPOSED WATER MAIN 8" 604+00.00 STUB-OUT WATER MAIN 8" WITH VALVES EACH SIDE OF
PAVEMENT & FHA ON WEST END OF PIPE
$26,500,00
18 WATER MAIN 12" PVC - STRUCTURE No.? 604+65 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500.00
19 FORCE MAIN 12" PVC - STRUCTURE No.? 604+65 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$27,860.00
20 WATER MAIN 12" PVC - STRUCTURE No.? 605+60 RT LOCATE 8 POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500.00
21 FORCE MAIN 1Y PVC - STRUCTURE No.? 605+60 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$27,680,00
22 FIRE HYDRANT ASSEMBLY 608+05 RT RELOCATE BEHIND SIDEWALK
$3 500.00
SUBTOTAL
$3185160.00
2OF7
l
23 PROPOSED FORCE MAIN 4' 609+00.00 STUB-OUT FORCE MAIN 4' WITH VALVES EACH SIDE OF
PAVEMENT $12,000.00
24 FORCE MAIN 10" PVC - 5-403 608+OS RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$22 500.00
25 WATER MAIN 12' PVC - 6-403 609+10 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED _
DRAINAGE STRUCTURE - $36,500.00
26 FORCE MAIN 10" PVC - CD-04 BOX CULVERT 609+60 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE $0.00 NO CONFLICT
27 WATER MAIN 12" PVC - CD-04 BOX CULVERT 609+60 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
ORAINAGE.STRUCTURE $0,00 NO CONFLICT
28 FORCE MAIN 10" PVC - STRUCTURE No.? 610+55 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$22,500.00
29 WATER MAIN 12" PVC - STRUCTURE No.? 610+55 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED -
DRAINAGE STRUCTURE
$36,500.00
30 FIRE HYDRANT ASSEMBLY 612+05 RT RELOCATE & RESET FHA WITH 8"PVC, VALVES FUTURE
WATER SRVICE STUB-OUT $715W.00 7?
31 PROPOSED WATER MAINS" 614+00,00 RELOCATE & RESET FHA WITH 8'PVC & VALVES FOR
FUTURE WATER SRVICE STU"UT
$26,300,00
32 WATER MAIN 12" PVC - STRUCTURE No.? 615+58 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36s500,00
33 FORCE MAIN 10" PVC - STRUCTURE No.? 615+58 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$229500,00
34 FIRE HYDRANT ASSEMBLY 818+90 RT RELOCATE & RESET FHA WITH 8"PVC & VALVES FOR
FUTURE WATER SRVICE STUB-OUT
$7,500.00
SUBTOTAL
$230P300.001
3OF7
i
35 PROPOSED FORCE MAIN 4" 620+00.00 STUB-OUT FORCE MAIN 4" WITH VALVES EACH SIDE OF
PAVEMENT $12s000.00
36A FORCE MAIN 10" PVC - STRUCTURE No.? 621 +35 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
(LONG DEFLECTION) DRAINAGE STRUCTURE $29s620,00
36B WATER MAIN 12" PVC 621 +35
$365500.00
37 FIRE HYDRANT ASSEMBLY 622+60 RT RELOCATE & RESET FHA WITH 8"PVC & VALVES FOR
FUTURE WATER SRVICE STUB-OUT $7,500.00
38 PROPOSED WATER MAIN 8" 624+00.00 STUB-OUT WATER MAIN 8" WITH VALVES EACH SIDE OF
PAVEMENT & FHA ON WEST END OF PIPE $26,300,00
39 PROPOSED FORCE MAIN 4" 625+80 STUB-OUT FORCE MAIN 4" WITH VALVES EACH SIDE OF
PAVEMENT
$12,000.00
40 WATER MAIN 1Y PVC - STRUCTURE No.? 826+30 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36500,00
41 FORCE MAIN 10" PVC - STRUCTURE No.? 626+30 RT LOCATE & POTHOLE - DIRECETIONAL BORE w (120'+/-)
UNDER PROPOSED DRAINAGE STRUCTURE $220500.00
42 FIRE HYDRANT ASSEMBLY 628+20 RT FHA MAY BE WITHIN CLEAR ZONE. RELOCATE NORTH 200', EAST OF
SIDEWALK & ADJUST HEIGHT TO FINISH GRADE E1
$7,500,00
43 WATER MAIN 8" PVC - 7RUNKLINE DRAINAGE 828+45 LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$200300,00
44 WATER MAIN 8" PVC - STRUCTURE No.? 629+80 LT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$24000.00
45 WATER MAIN 12" PVC - STRUCTURE No.? 629+80 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE $36 5D0 00
46 FORCE MAIN 16" PVC STRUCTURE No.? 629+80 RT LOCATE & POTHOLE - OFFSET F.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$400500,00
SUBTOTAL
$311 ,720,00
40F7
I
47 PROPOSED FIRE HYDRANT ASSEMBLY 631+00.00 LT STUB-OUT WATER MAIN 8" WITH VALVES 8 FHA ON WEST
END OF PIPE $7,500,00
48 FORCE MAIN 4' 631 +80 STUB-OUT FORCE MAIN 4" WITH VALVES EACH SIDE OF
PAVEMENT $12 000.00
49 WATER MAIN 8' PVC - STRUCTURE No.? 634+60 LT LOCATE d POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE(S) - 2 1 $27,000,00
50 WATER MAIN 12' PVC - STRUCTURE No.? 834+60 RT LOCATE 6 POTHOLE - DIRECTIONAL BORE W.M. (200) UNDER
PROPOSED DRAINAGE STRUCTURE(S) - 2 $54150.00
51 FORCE MAIN 16" PVC - STRUCTURE No,? 634+60 RT LOCATE 8 POTHOLE - DIRECTIONAL BORE F.M. (2001 UNDER
PROPOSED DRAINAGE STRUCTURE(S) - 3 $63t340.00
52 WATER MAIN 8" PVC - CD-05 BOX CULVERT 634+90 LT SEE 49
$0.00 INCLUDED IN 49 ABOVE
NOTE WATER MAIN 12" PVC - CD-06 BOX CULVERT 634+90 RT W.M. UNDER EXISTING BOX CULVERT-LOCATE d POTHOLE
$0.00 NO CONFLICT
53 FORCE MAIN 16" PVC - CD-06 BOX CULVERT 634+90 RT SEE 51
$0.00 INCLUDED IN 51 ABOVE
54 WATER MAIN 12' D.I.P. - STRUCTURE No.?' 636+19 RT SEE 51
$0.00 INCLUDED IN 50 ABOVE
55 FORCE MAIN 16' PVC - STRUCTURE No.? 636+19 RT SEE 51
$0.00 INCLUDED IN 51 ABOVE
56 FIRE HYDRANT ASSEMBLY 636+70 RT ADJUST HEIGHT TO FINISH GRADE EL $1 500.00
57 PROPOSED FORCE MAIN 6' 637+50 STUB-0UT FORCE MAIN 6" WITH VALVES EACH SIDE OF
PAVEMENT $15,300.00
SUBTOTAL
$180 790:00
5OF7
637*35 LT LOCATE 8 POTHOLE - WATER MAIN UES PARALLEL WITH
58 WATER MAIN 8" PVC 5-500,5-502, S-503 DRAINAGE STRUCTURES, LOWER W.M. d RELOCATE WEST
641 +15 LT AWAY FROM PROPOSED DRAINAGE STRUCTURE
$0.00 NO CONFLICT EASILY AVOIDED
59 WATER MAIN 8" PVC - STRUCTURE No, S- 641+19 LT LOCATE 8 POTHOLE - DIRECTIONAL BORE W.M. (200') UNDER
503 PROPOSED DRAINAGE STRUCTURE (S) - 2 $37,510,00
60 WATER MAIN 12" D.I.P. - STRUCTURE No.? 641 +19 RT LOCATE & POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500,00 ..
61 FORCE MAIN 16" PVC - STRUCTURE No,? 641+19 RT LOCATE 8 POTHOLE - DIRECTIONAL BORE F.M. (200j UNDER
PROPOSED DRAINAGE STRUCTURE
' $63,340,00
62 FIRE HYDRANT ASSEMBLY 641+20 RT FHA MAY BE WITHIN CLEAR ZONE. RELOCATE EAST 50', ON 12TH ST
SW, 8" MAIN -
$7 500.00
63 WATER MAIN B" PVC - S,429 642+58 LT SEE 59
$0.00 INCLUDED IN 59 ABOVE
64 WATER MAIN 12" PVC - S-431 642+58 RT LOCATE 8 POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$36,500.00
65 FORCE MAIN 12" PVC - 6-431 $42+58 RT SEE 61
$0.00 INCLUDED IN 61 ABOVE
66 FORCE MAIN 2" PVC SERVICE UNE - 844+58 LOCATE & POTHOLE-REPLACE WITH 40, WITH VALVES EACH -
TRUNKUNE DRAINAGE S-304 SIDE OF PAVEMENT TIE-IN EXISTING F.M. $12,000,00
67 PROPOSED FIRE HYDRANT ASSEMBLY 646+00.00 REMOVE FHA AT 648+40 LT, STUB-OUT WATER MAIN 8" WITH
VALVES 3 FHA ON WEST END OF PIPE $750000
Be WATER MAIN 6" PVC - STRUCTURE No.? 646+40 LT LOCATE 8 POTHOLE - DIRECTIONAL BORE W.M. (200) UNDER
PROPOSED DRAINAGE STRUCTURE(S) . 3
$47v510,00
69 WATER MAIN 12" D.I.P. - STRUCTURE No.? 646+40 RT LOCATE 8 POTHOLE - OFFSET W.M. UNDER PROPOSED
DRAINAGE STRUCTURE
$451250.001
SUBTOTAL
$293,610.00
6OF7
r72
FORCE MAIN 16" PVC - STRUCTURE No.? 646+40 RT LOCATE 8 POTHOLE - DIRECTIONAL BORE F.M. (200) UNDER
PROPOSED DRAINAGE STRUCTURE(S) - 2 $63,340,00
WATER MAIN 8" PVC - STRUCTURE No.? 647+78 LT SEE 68
$0.00 INCLUDED IN 68 ABOVE
WATER MAIN 12" D.I.P. - STRUCTURE No.? 647+78 RT SEE 69
$0.00 INCLUDED IN 89 ABOVE
73 FORCE MAIN 16" PVC - STRUCTURE No.? 647+78 RT SEE 70
$0.00 INCLUDED IN 70 ABOVE
74 WATER MAIN 8" PVC - S-504, S-403 647+85 RT SEE 68
649+00 LT
$0.00 INCLUDED IN BS ABOVE
75 RESETVALVES PROJECT 141 VALVES 0 $200
$28 200.00
76 MISC. WATER SERVICES PROJECT 20 @ $1000
$50000.00
77 ADDITIONAL STUB-OUTS PROJECT 6 0 $15400
$90,000,00
78 MOT PROJECT
$40,000.00
79 MOBILIZATION PROJECT
$60,000,00
SUBTOTAL
$331540.00
TOTAL $20171120.00
10% CONTINGENCY $201 ,712.00
GRAND TOTAL S 218 832.00
NOTES
1 , THERE MAY BE EXISTING WATER SERVICES AND WATER METERS IN THE RIGHT OF WAY THAT HAVE NOT BEEN IDENTIFIED.
(ASSUME 20)
2, HIGHLAND DRIVE-EXISTING WATER MAIN 8 FORCE MAIN ON EAST SIDE MAY BE IN CONFLICT WITH PROPOSED MAST ARM. (SEE 3B,
3C)
3, HIGHLAND DRIVE-EXIS11NO Z" WATER SERVICE RUNS NORTH/SOUTH ON WEST OF SR5, MAY BE WITHIN PROJECT AREA,
4. REQUEST THE ENGINEERING CONSULTANT TO BE AWARE OF VALVE PADS THAT MAY LIE WITHIN THE CURB AND WHERE
PRACTICAL ADJUST ROADWAY TO AVOID. (SEE 75) 1
5, REQUEST THAT VALVES PADS BE RAISED TO PROPER ELEVATION AT TIME OF PAVING. IRC DEPARTMENT OF UTILITY SERVICES
WILL PROVIDE GPS LOCATIONS. (SEE 75)
6, THE EXISTING FORCE MAIN AND WATER MAIN WILL BE UNDER PAVEMENT WHEN CONSTRUCTION IS COMPLETE. STUB-OUT PIPING
FOR FUTURE MUST BE PROVIDED. THOSE LOCATIONS WILL BE IDENTIFIED AND FORWARDED.
7OF7