Loading...
HomeMy WebLinkAboutDELETE (2) WORK ORDER 14 — BOWMAN CONSULTING GROUP 24" FORCEMAIN REPLACEMENT This Work Order Number 14 is entered into as of this 12th day of April , 2023, pursuant to that certain Continuing Contract Agreement, dated April 17, 2018, renewed and amended as of May 18, 2021 (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 COMMISSI 0)'•., Bowman Consulting Gr• p, td. OF INDIAN RIVER COU1s4 F9s': By: l/ By: • = ^ " • ):) Print Nam-: Joseph H. a n, Chairq€�sa , Q; Erik Juliano, P.E. '•.yR� Tido' •.•SER COUN Title: Florida Unit Manager BCC Approved Date: February 21, 2023 Attest:Jeffre R. Smith, Clerk of Court and Comptroller By: Lz'ld i f/CJE Deputy Clerk Approved: Mic el C. Zito, Interim County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney Work Order#14—Bowman Consulting Group IRCDUS 24-inch Forcemain Replacement EXHIBIT A—SCOPE OF WORK Bowman Consulting Group (Bowman) will provide professional services to Indian River County Dept of Utility Services (Utilities) to replace a segment of 24" ductile iron forcemain between the North County Wastewater Treatment Facility (NCWWTF) site and Old Dixie Highway. During a recent repair the subject main was found to be significantly corroded. Excavation and visual inspection of other locations along that segment of main revealed similar distress. The likelihood that the pipe will fail again is high. Utilities has therefore requested that Bowman prepare an engineering design to replace this high-value asset. Bowman proposes to provide the following services: Task 1—Special Purpose Survey along the Forcemain Alignment Bowman will prepare a Limited Topographic and Tree Survey in accordance with the Standards of Practice for Surveys set forth in Chapter 5J-17.051 of the Florida Administrative Code and to the Indian River County Standards. 1. Location of the existing force main (marked by the client) from the aeration tank Northerly and Easterly to the Easterly side of Old Dixie Highway then +1- 100 feet Northerly and Southerly along Old Dixie as approximated on Exhibit"A" (Included). 2. Collect ground elevations within 20 feet each side of the force main. 3. Collect topographic data around the aeration tank. 4. Set a minimum of 2 survey control points. 5. Locate existing boundary corners to verify the East property line. 6. Locate Gopher Tortoise holes that have been designated by others. 7. Prepare a certified Topographic Survey drawing. Survey data will be presented on a copy of the site boundary as provided by the County. All work performed under this task order shall be under the direction of a Professional Surveyor and Mapper registered in the State of Florida in accordance with Chapter 472 of the Florida Statutes. Task 2—Tortoise Survey&Relocation Permitting Bowman will provide a gopher tortoise survey of 100% of on-site suitable tortoise habitat. The survey will determine the number and location of the tortoises in the work area. A gopher tortoise relocation application will then be prepared for submittal to Florida Fish and Wildlife Conservation Commission (FWC). *Note:the professional fee for this task does not include the FWC application fee, which is based on the resident tortoise population. If necessary, Bowman will discuss fees for relocation following the tortoise survey. Task 3—Subsurface Soils Exploration Bowman will provide a subsurface soils exploration to support the engineering design. The exploration will consist of four(4) borings to a depth of 15'along existing forcemain alignment. A geotechnical report will be provided to include bore logs, soil classification,thickness of soil layers, number of blows per foot(N Value),and groundwater depth. Deliverables • Geotechnical Report. Page 2 of 4 Work Order#14—Bowman Consulting Group IRCDUS 24-inch Forcemain Replacement Task 4—Force Main Replacement Design Bowman will prepare engineering design plans for a replacement 24"forcemain from the west side of the Florida East Coast (FEC) Railway, across the Redstick Golf Course, and into the Facility. It is understood that the replacement main will be configured to connect to a future in-line lift station. Bowman shall work with Utilities and/or their consultant to ensure a compatible design. The construction plans, including plan, profile, and construction details, and opinion of probable construction cost (OPC) will be submitted for review at the 90% level. The final construction plans and OPC will reflect staff comments. Deliverables • Construction Plans, (90%and Final); and • Opinion of Probable Construction Cost(90%and Final). Task 5—Permitting At the outset of the project, Bowman will contact the Florida Department of Environmental Protection (FDEP)for a permit determination. If necessary, a wastewater general permit shall be prepared and submitted as part of this task. *Note:the professional fees for this task do not include the permit application fee. Task 6—Bid Documents and Bidding Assistance Bowman shall prepare bid documents and specifications to support a public bid. This task shall include attendance of the pre-bid and bid opening, assistance addressing requests for information (RFI's) during the bid process,and a recommendation of bid award. Task 7—Construction Observation &Certification Following the selection of a contractor and award of bid, Bowman shall provide construction observation and certification services. This task shall include shop drawing review, response to contractor requests for clarification (RFC's), periodic site visits,and attendance of formal inspection/testing events. Upon completion of construction the project's conformance to contract documents shall be certified to jurisdictional agencies and to IRCDUS. SERVICES AND/OR INFORMATION TO BE PROVIDED BY OTHERS Client or others will provide the following services and/or information: A. Client will make available GIS, as-built drawings, easements and other records, and field locate the subject main. B. Provide record-drawings and information of existing improvements and utility-owned facilities and other substructures. C. Coordinate access to Redstick Golf Course for survey, soil borings, and construction. Page 3 of 4 Work Order#14—Bowman Consulting Group IRCDUS 24-inch Forcemain Replacement SPECIFIC EXCLUSIONS The scope of work is limited that described above. Additional professional services may be provided by amendment to this work order. The following items are specifically excluded in the above Scope of Services/Compensation: A. Permit application fees(i.e.: FWC and FDEP); B. As-Built Survey/Record Drawings. EXHIBIT B—FEE SCHEDULE Bowman will provide the services described above for the following lump sum fees: Task 1—Special Purpose Survey $ 14,290.00 Task 2—Listed Species Survey $ 4,370.00 Task 3—Subsurface Soils Exploration $ 5,520.00 Task 4—Engineering Design $ 36,950.00 Task 5—Permitting (FDEP) $ 1,600.00 Task 6—Bid Documents& Bid Assistance $ 4,500.00 Task 7—Construction Observation &Certification: $ 21,000.00 Total: $ 88,230.00 EXHIBIT C—TIME SCHEDULE This Task Order shall commence upon Notice to Proceed (NTP) with the work to be completed as follows: Task 1—Special Purpose Survey 30 days Task 2—Listed Species Survey 30 days Task 3—Subsurface Soils Exploration 30 days Task 4—Engineering Design 30 days following Tasks 1-3 Task 5—Permitting(FDEP) 30 days Task 6—Bid Documents & Bid Assistance 30 days following Task 4 Task 7—Construction Observation &Certification: Estimated 90 days from Contractor's NTP Total: 90 days plus Construction Page 4 of 4