HomeMy WebLinkAbout2021-091CCNA2018 WORK ORDER 3 — AMENDMENT 1
West Wabasso Septic to Sewer Phase 3C
This Work Order Number 3 - Amendment 1 is entered into as of this 22 day of June , 2021,
pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered
into as of this 17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Bowman Consulting
Group, Ltd. ("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit A (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 B
(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 C
(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 COMMISSIONED �•
Bowman Consulting Group, Ltd. OF INDIAN RIVER COUNTY
By: By: n-, -4��
'Joseph E. Flescher , Chan- o1„�:• ''•
Print Name: Erik Juliano, P.E.
Title: Branch Manager BCC Approved Date:
June 22, 2021
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
Approved:
Jason f. Blown, County -Administrator
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
EXHIBIT A -SCOPE OF WORK
Bowman Consulting Group Ltd. is pleased to submit this proposal for professional engineering services
to Indian River County Utility Department for engineering services to design and permit a septic to
sewer project located in West Wabasso.
PROJECT BACKGROUND & UNDERSTANDING
We had several meetings with Utilities Staff to discuss the West Wabasso septic to sewer project and
the work is summarized below:
This project is the third site within the Phase 3 work order. Phase 3C consists of 63rd Avenue from CR
510 to 87th Street and 87th Street from 63rd Avenue to 64th Avenue. The work would include design of a
gravity collection system and lift station capacity evaluation. Based on discussions with the County
there is no expansion potential anticipated for this location.
Consultants surveyor will provide topo mapping and site survey, including clean outs, septic tank(s) and
drain field(s) as can be located for each dwelling along 63rd Avenue from CR 510 to 87th Street and 87th
Street from 63rd Avenue to the terminal manhole before the lift station, for the use of design of proposed
improvements. As a separate task, supplemental topographic mapping on 61 st Drive will be provided for
the design of the laterals for that work.
The work for Phase 3A, 313, and 3C will be included in one set of drawings. One bid schedule will be
prepared that will tabulate each site separately with one total. Specifications prepared by consultant
will consist of bid schedule, bid descriptions, and technical specifications. County will provide front end
documents including general provisions. The design is anticipated to include the connection to each
dwelling and abandonment of existing located septic tanks. The design will include gravity sewer and
existing lift station evaluation. The existing lift station on 87th Street will be evaluated for capacity based
on the current number of existing dwellings and for build out of the existing lots on 63rd Avenue and 87th
Street only. This condition will be calculated so the County will know what modifications to the lift
stations will be required for full build out.
All roads will be replaced in kind for construction (pavement, base and subbase or equivalent) after the
construction of sewer in 631 Avenue and 87th Street.
Permitting is anticipated to include FDEP for the gravity sewer. It is anticipated to receive an IRC right
of way permit. We will also need to obtain a "No permit Required" determination from SJRWMD for the
proposed road work.
SCOPE OF SERVICES
We propose to provide the following services:
Task 1 - Civil Design Services (Bowman Consulting)
System Evaluation and Design
1. Prepare report that includes evaluation and determination of gravity sewer build out
control grades for each site. Estimate current wastewater flows and - build out
wastewater flows for each site. Summarize lift station components that will be required
to change between current design and build out for each site.
2. Utility Research: contact utility companies and obtain record information and transfer
information to design drawings.
Prepare Bidding Documents
3. Attend and prepare summary meeting notes for up to two (2) meetings, anticipated to be
at beginning, and 50% complete milestones of the project.
4. Prepare 24" x 36" drawings anticipated to be:
Sheet
Description
G-1 thru 2
To be included with Phase 3A & 313 work
SP -1 thru 2
SWPPP Sheets, 2 plan sheets to be included with Phase 3A & 313
PA -1 thru 8
Phase 3C Site: 1 - Overall Site Plan, 3 - 30 scale Plan & Profile
5. Multiple site visits and coordination with the residents for identification of design issues.
6. Utilize the IRCDUS Utility Construction Standards and supplement with specifications as
necessary for the design.
7. Provide two (2) engineer's opinion of estimated construction cost and design plans at
50% and after 90% design milestone. Final estimate will match bid schedule.
8. Field review design/plans at 90% complete milestone to compare with site conditions.
In-house plan checking and respond to Utility comments and prepare final drawings and
specifications.
Task 2 - Permitting Services (Bowman Consulting)
Project Permitting
9. Prepare and submit FDEP permit the project (both Phases), including fees of $250.
Respond to comments and follow through to final clearance.
10. Prepare and submit IRC right of way permits for 87th Street and 63rd Avenue. These will
be no cost permits.
11. SJRWMD no permit required determination.
Task 3 - Bidding Services (Bowman Consulting)
Bidding Services
12. Bidding Services are comprised of attending a pre-bid conference, respond to
contractor's bid questions and assist with preparation of addenda.
Task 4 - Survey Services (ISS Survey)
13. Site Survey including rights of way, property lines, easements, topographic mapping,
trees, existing improvements, buildings, driveways and utilities.
14. This work will include a subconsultant to locate septic system facilities for each dwelling
and survey locate those existing improvements for the design.
15. Supplemental survey on 61St Street.
SERVICES AND/OR INFORMATION TO BE PROVIDED BY OTHERS
Client or others will provide the following services and/or information:
A. County will provide the specification .frontend documents and general provisions.
B. County will provide all CEI and Certification, only design, permitting and assisting with
bidding will be provided by Consultants.
C. County will handle all aspects of public meetings.
D. Provide record -drawings and information of existing improvements and utility -owned
facilities and other substructures.
E. Easement acquisition if required.
SPECIFIC EXCLUSIONS
Specifically not included in the above Scope of Services/Compensation are the following:
A. Any geotechnical services.
EXHIBIT B — FEE SCHEDULE
COMPENSATION
We will provide the requested services on a Lump Sum Cost, with estimated task breakdown below:
Design Services:
Task
Design Services
Fee
1.
Civil Design Services Bowman
$31,345
2.
Permitting
$3,470
3.
Bidding Services
$1,955
Sub Total $36,770
4.
Survey Services ISS Survey)
"$33,528
Grand Total $70,298
" Subconsultant fee includes 10% markup, see subconsultant proposal attached.
EXHIBIT C —TIME SCHEDULE
This Task Order shall commence upon Notice to Proceed with the work to be completed as
follows:
Kick off meeting
(NTP)
Topo Mapping
4 weeks
Design to 50% & Meeting
6 weeks
Permitting, Design to 95% & Submit
6 weeks
County Review
4 weeks
Respond to Comments
2 weeks
Final Bid Docs and Deliver
2 weeks
Total
24 Weeks
168 Calendar Days
Bovvman
0 IN S U L T I :IN G
6/2/21
Estimated Staff Loading For:
Indian River Co. Utilities - West Wabasso Septic to Sewer—Phase 3C
TASK
Sr Proj Mgr Sr Engr Proj Engr
Engr Sr Dsgnr Clerical
TOTAL
Task 1 - Design Services
0
0
1. Meetings
2
2
2
6
2. Design Criteria
1
2
4
0
7
3. Utility Research & Coordination
1
2
6
6 2
17
4. Probable Const. Cost
1
2
8
Billing Rate ($/hr)
11
5. Field Review Recon
$130
8
12
8
28
Total Personnel Cost ($)
$2,145
$6,750
$11,440
$0
0
Final Design
$31,345,
Staffing Ratio (% of total hrs)
5.1
17.7
0
6. Meetings
2
2
2
Average Personnel Cost ($/hr)
6
7. Septic to Sewer Plans (6 shts)
3
18
40
80
141
8. Specifications
2
4
4
4
14
9. Probable Const. Cost
1
1
4
6
10. Field Review
4
6
8
18
Description of Other Project Costs VALUE ($)
Total of other costs
Total Estimated Pi
West Wabasso Fee Est. P3C.xls
0
0
Staff By Category Totals
13
45
88
0
102
6
254
Billing Rate ($/hr)
$165
$150
$130
$100
$105
$50
Total Personnel Cost ($)
$2,145
$6,750
$11,440
$0
$10,710
$300
$31,345,
Staffing Ratio (% of total hrs)
5.1
17.7
34.6
0.0
40.2
2.4
Average Personnel Cost ($/hr)
123.41
Description of Other Project Costs VALUE ($)
Total of other costs
Total Estimated Pi
West Wabasso Fee Est. P3C.xls
Bowman'
6/2/21
Estimated Staff Loading For:
Indian River Co. Utilities - West Wabasso Septic to Sewer—Phase 3C
i
TASK Sr Proj Mgr Sr Engr Proj Engr Engr Sr Dsgnr Clerical TOTAL
Task 2 - Permitting 0
1. FDEP Permit 63rd 2 4 8 14
2. Permit Fee ($500) 5 2 7
3. ROW Permit Fee ($800) , 8 2 10
0
0
i 0
0
0.
0'
0
4 0
0
0
0'
0
0
' 0
+ 0,
+ 0
0
i
0
Staff By Category Totals 2 4 8 13 0 4 31
+
Billing Rate ($/hr) $165 $150 $130 $100 $105 $50
Total Personnel Cost ($) $330 $600 $1,040 $1,300 $0 $200 $3,470
Staffing Ratio (% of total hrs) 6.5 12.9 25.8 41.9 0.0 12.9
Average Personnel Cost ($/hr) ! 111.94
Description of Other Project Costs I VALUE ($)
Total of other costs ($) $0
Total Estimated Project Cost () $3,470
West Wabasso Fee Est. P3C.xls
Bowm,an
C 0 N S U L T I hN G
6/2/21;
Estimated Staff Loading For:
Indian River Co. Utilities - West Wabasso Septic to Sewer_Phase3C
TASK 3r Proj Mg Sr Engr Proj Engr Engr Sr Dsgnr Clerical TOTAL
Task 3 - Bidding Services 0
0
1. Respond to RFls 1 2 2 2 7
2. Assist with Addenda 1 1 3 3 8
3. Attend Pre -Bid Meeting included 0
0
0
0
0
0
0.
0
0
0.
0.
0
0
0
0
0
0
0
0
0
0
Staff By Category Totals 2 3 5 0 5 0 15
Billing Rate ($/hr) $165 $150 $130 $100 $105 $50
Total Personnel Cost ($) $330 $450 $650 $0 $525 $0 $1,955
Staffing Ratio (% of total hrs) 13.3 20.0 33.3 0.0 33.3 0.0
Average Personnel Cost ($/hr) 130.33
Description of Other Project Costs VALUE ($)
Total of other costs ($) $p
Total Estimated Project Cost () $1,955
West Wabasso Fee Est. P3C.xls
Mr. Eric Flavell, PE, F -ASCE
Bowman Consulting Group
4450 W. Eau Gallie Blvd., Suite 232
Melbourne, FL 32934
*INFRASTRUCTURE
SOLUTION SERVICES
'7175 Murrell Road, Melbourne, FL 32940
Phone: 321-622-4646
Subject: Proposal to Provide Surveying Services
Project No. BCGO05 — Indian River County West Wabasso Septic to Sewer Phase 3C
Dear Mr. Flavell:
Infrastructure Solution Services (ISS) is pleased to provide this proposal for surveying services for the
Indian River County (IRC) West Wabasso Septic to Sewer Project Phase 3C (the "Project") in
Wabasso, Florida to Bowman Consulting Group (BCG).
SECTION I. BACKGROUND
After speaking with Mr. Eric Flavell (BCG) and reviewing the provided scope and limits, it is ISS's
understanding that the Project consists of a topographic route survey of approximately 2,500' of
residential (dirt) road, 1,200' of residential (paved) road, and 400' of a main road. The project will be
divided into two separate tasks.
Task 1 will include approximately 700' of 87th Street (dirt), 400' of 86th Street (dirt), and 1,400' of 63rd
Avenue (dirt). It will include the connection of 13± homes. The survey will be used to aid in the design
of a gravity sewer system that will flow to an existing sanitary lift station on 87th Street. It is ISS's
understanding that the project will include collecting all available property control on all property
frontage to help establish approximate lot lines (per IRC Property Appraiser information) to be utilized in
design of the gravity system and tying into the lift station. The survey will also include a detailed
location of the existing lift station with pipe sizes, invert, and bottom elevations.
Task 2 will include 1,200' of 61st Street (paved), 400' of 85th Street (SR 510), topo, and locations of a
100' X 100' section of parcel 39232 in the SW comer (per IRC Property Appraiser). It will include
connection to 14 homes. This survey will be supplemental to the survey previously done by IRC and will
not include collecting any property control along the route.
For both Tasks, The ISS team will coordinate the location of all accessible existing septic tanks and
cleanouts for the 27± homes that will be connected to the new systems. All finished floor elevations will
be established for said homes as accurately as possible for the purpose of calculating slope on gravity
laterals along with general grade of the lot. All house basic footprints and permanent features will be
collected and shown to aid in design of service connections. The location of underground utilities, that
are marked by others, will be collected within the project area. A high resolution, georeferenced drone
image will be provided as a background in the survey. �,
Bowman Consulting Group
Mr.. Eric Flavell, PE, F-ASCF.
May 24, 2021
SECTION II. SCOPE OF SERVICES
TASK 1&2 - Topographic Survey
A. Using the nearest published horizontal and vertical control, ISS will establish a minimum of five (5)
site control points with NAD 1983 State Plane coordinate values and NAVD 88 vertical values for
the collection of data and to be used as site benchmarks.
B. (Task 1) Establish frontage property lines for from available property control collected and per
available legal descriptions from the IRC Property Appraiser.
C. Map all above ground existing conditions utilizing conventional survey and GPS real-time kinematic
(RTK) methods along the route. Collect any marked underground utilities. This scope assumes that
any underground utilities that need to be mapped will be identified by others prior to
commencement of the existing conditions survey.
D. Fly a predefined route in accordance with all FAA Part 107 regulations with a DJI Phantom 4 Pro
drone to obtain aerial images. Aerial images will be processed with photogrammetry software for
image only.
E. Draw the existing conditions utilizing AutoCAD Civil 3D in state plane coordinates. Plot the existing
conditions on a signed and sealed survey map.
SECTION III. SURCONSULTANTS
TBD for septic tank locations
SECTION IV. CLIENT`S RESPONSIBILITY
BCG will be responsible for providing the ISS project team the following items:
A. Access to the project site and upfront communication with homeowners.
B. Identification and marking of underground utilities.
SECTION V, 12ELIVERABLES
ISS will provide the following deliverables:
Task 1 & 2 - Existing Conditions Map: Three (3) copies of signed and sealed survey maps and one
(1) digital copy delivered on CD or USB drive.
SECTION VI. SCHEDULE
ISS will begin survey field work for each task within two (2) weeks of receiving the signed proposal from
BCG. Field work and drafting will be complete within five (5) weeks of commencement. Survey map
deliverables will be provided to BCG within five (5) days thereafter.
Bowman Consulting Group
Mr. Eric Flavell, 11E, F -ASCE
May 24, 2021
SECTION V.II, COMPENSATION
BCG shall compensate ISS a lump sum fee of thirty thousand four hundred eighty dollars ($30,480 for
the scope of services specified in this task order.
Any additional unforeseen expenses will be identified for approval from BCG before incurring and billed
with the final invoice.
Exhibit 1: Fee Schedule by Task
1
2
3
4
5
Establish survey control =15hrs @ 2 -man crew rate $160
Locate septic tanks and cleanouts = 35hrs @ 2 -man crew rate $160
Locate property control = 8hrs ® 2 -man crew rate $160
Topo, FFEs, buildings, improvements etc.= 80hrs ® 2 -man crew rate $160
Survey drafting = 60hrs @ Draftsmen Tech II rate $100
Drone flight field operations =10hrs @ 2 -man crew rate $160
Drone data processing = 8hrs ® Draftsmen Tech II rate $100
$2,400
$5,600
$1,280
$12,800
$6,000
6
7
w $1,600
$800
TOTAL FEE $30,480
SECTION VIll. ACCEPTANCE
If the above scope and fees meet your approval, please indicate by returning one signed copy to ISS
which will constitute an "Agreement and Notice to Proceed" for the accomplishment of this work.
Infrastructure Solution Services
. Stahl, PE — Managing Member
Date
Bowman Consulting Group
Date
PHASE 3C TASK I
write a descrfpff(ii for ycur map.
A-1 I,
4
4
87ih St
irk) J
IL IN
AJ
A
t
�e'
Google Earth
4 of 5
--li y,. Y � - t µby ♦ �y � ���, � .
-
rM
PHASE 3C TASK 2
�
10
AL
lk
I it
" 'i' s h. ..; {r` • '•9.3'.+ rot �{w" ��, . <'
T
lvk
a- t. -It Ckl
r
� ,-� 1!f.Mi W. "":moi. -.. .. �:..•.- , ..s � S�c'4... _. ♦ i _ ..� i .. - �..- -.A'S -a #"+Tf
ift
5of5