HomeMy WebLinkAbout2025-102ENGINEERING SERVICES WORK ORDER 09
This Work Order Number 09 is entered into as of this4-`=6=, day of May 12025,
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("Agreement"), by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and
Atkins North America, Inc. ("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 mutually agreed upon lump sum or
maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing,
and at a rate not to exceed the prices set forth in Exhibit B of the Agreement (Rate Schedule) for RFQ
2023015, made a part hereof by this reference. The Consultant will perform the professional services
within the timeframe more particularly set forth in Exhibit A (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.
CONSUL NT:
By:
Name: O ,,,," I crr��t S
Title:IV
BOARD OF COUNTY COMM[ SSO.ISSoNF9s
INDIAN RIVER COUNTY:
By: o �o
/se-- E. Flescher, Chairmbri
BCC Agotloval Date: Mav 2(�'R�VEa cod.••
J hn A. Ti kanich, Jr., Cou ty Administrator
Approxed asX6 Form and Legal Sufficiency:
By:
Christ ph A. Hicks, Assistant County Attorney
Rya A-4utler, Clerk of Court and Comptroller
Attest: aj� 4 z 4 6
Deputy Cle
(SEAL)
AtkinsRealis
INDIAN RIVER COUNTY DEPARTMENT OF UTILITIES
SERVICES
WORK ORDER NO. 9
CENTRAL WWTF ODOR CONTROL
CONSTRUCTION SERVICES
IRCDUS PID 22.22.513
EXHIBIT A — Scope of Services
BACKGROUND
In March 2022, Indian River County Department of Utilities Services (IRCDUS) contracted with
AtkinsRealis to provide technical services to design an odor control system for the sludge
holding tank at the Central (Gifford) WWTF. In 2012, the original odor control facility at this
location was demolished as part of the Central Wastewater Treatment Facility Sludge Handling
Facility Modifications Project and was not replaced due to budget constraints. With the new
development of the adjacent land, the County aims to manage any potential odor issues related
to the sludge holding tanks.
Final design of the new odor control system was completed in 2023. IRCDUS has requested
AtkinsRealis provide updates to the design documents, permitting support and construction
services for the project as part of the existing Continuing Services Agreement.
SCOPE OF SERVICES
The following Scope of Services is for professional services relating to the installation of an odor
control system at the Central (Gifford) WWTF. Upon Notice to Proceed, AtkinsRealis will provide
professional services to include project management and construction phase services as
described herein.
TASK 01 PRE -AWARD PROJECT MANAGEMENT
This task consists of overall management of the project throughout the design
and bidding phase up to time of Contractor award. This includes contract
administration, and management of the project schedule, budget, and risk. The
project manager will facilitate effective communication with IRCDUS
Central WWTF Odor Control
Construction Services Page 1 of 8
Exhibit A AtkinsRealis
Work Order 9
representatives and subconsultants, ensuring that all team members understand
their roles and responsibilities. Regular monitoring and reporting will be
conducted to deliver the project on time, within budget, and to high quality
standards. Project Status Reports will be supplied to IRCDUS with each invoice
or upon request and will detail any changes in schedule along with supporting
justification for the change.
This scope is limited to updating the construction documents and does not
encompass a full design. Therefore, attendance at the monthly
IRCDUS/AtkinsRealis Progress Meetings, along with the Review Meeting
indicated in Task 2.2 and the Pre -Bid Meeting in Task 3.1, will be sufficient to
review progress during the design and bidding phases. Meeting agendas and
minutes will be distributed.
Task 01 Deliverables: Project Status Reports, Schedules, and Meeting Documentation
(agendas & minutes).
TASK 02 PRE-BID PREPARATION
2.1 Construction Document Updates
AtkinsRealis will update and prepare the existing Construction Documents for
bid.
• Update drawings and specifications associated with SCADA coordination
and P&ID preparation for odor control.
• Provide remote 1/0 panels in the sludge building area and main electrical
room. Pick up 1/0 for rotary drum thickeners, Plant Lift Station, polymer
system and 8 -in sludge feed flow meter.
• Replace existing sludge flow meter. Replace Main Breaker in sludge
thickening building (800 amps).
• Provide new lighting in sludge building electrical room and replace site
lighting with LED fixtures.
• Re -feed power in thickener area, Plant Lift station control panel, air
compressors and sludge pumps.
• Provide 120V feeds for polymer system and future flowmeter.
• Provide new VFDs for reuse water pumps. No.1 and No.2. VFD's to be
mounted next to existing double doors.
• Add a FPP next to RI/0 to connect RIO -1 and RIO -2 to PLC -2A.
• Update County's Front End (Division 0) documents.
• Create project risk register.
• Revise Consultant's OPCC and Bid Form. Additional electrical work will
be included as one or more add alternatives.
• Prepare Asset Management Register and associated Contractor
requirements, including specification updates.
• Produce IRCDUS Bid Checklist.
2.2 Construction Document Review Workshop and Bid Documents
Page 2 of 8
Exhibit A 0"AtkinsRealis
Work Order 9
A draft of the updated documents will be submitted to IRCDUS for review
followed by a Review Workshop. The Review Workshop will be held in-person
and attended by up to three (3) members of the AtkinsRealis project team.
AtkinsRealis will address all comments from the Review Workshop and will
prepare and submit 100% construction bid documents, consisting of the
following:
• One (1) copy of a summary of the responses to comments provided
during the Review Workshop.
• Four (4) hard copies and one (1) electronic copy in PDF format of the
signed and sealed Construction Documents.
• One (1) copy of the updated Consultant's revised OPCC and Bid Form.
2.3 FDEP Permit
AtkinsRealis will prepare DEP Form 62-620.910 Application for a Minor Revision
to a Wastewater Facility or Activity Permit for I RCDUS signature and submission
to FDEP.
Task 02 Deliverables: Draft Risk Register, Draft Asset Management Register, Bid Checklist,
Draft and Final Bid Documents (Drawings & Specifications), Updated
County Div 0 Documents, Review Workshop Agenda, Compiled
Comments with Responses, Updated OPCC, Bid Form, and FDEP
Permit
TASK 03 BID SUPPORT SERVICES
3.1 Pre -Bid Meeting
AtkinsRealis will attend an in-person pre-bid meeting scheduled by IRCDUS and
will present project details and technical information.
3.2 Bid Addenda
AtkinsRealis will consider written questions from bidders related to the project
and prepare all addenda as required to interpret, clarify or expand the Contract
Documents. A maximum of two (2) addenda will be completed. Addenda will be
submitted to the IRCDUS Project Manager in a timely manner that allows
reception of addenda by all bidders, with the final addendum to be provided no
later than a minimum of five (5) days prior to bid opening date.
3.3 Recommendation of Award
AtkinsRealis will review the bid submittals and provide a recommendation of
award to IRCDUS.
Task 03 Deliverables: Bid Addenda, Recommendation of Award
TASK 04 CONSTRUCTION PHASE SERVICES
AtkinsRealis will provide construction phase services for up to twelve months following the
notice of award. Construction phase services will include the tasks as defined below.
Page 3 of 8
Exhibit A 0"AtkinsRealis
Work Order 9
4.1 Construction Management
AtkinsRealis will provide construction project management services following
Contractor Award, through close of project to successfully deliver the project to
expected standard of quality, scope, and function. Project manager will facilitate
communication and planning among all stakeholders including IRCDUS,
subconsultants and the Contractor.
Project manager will coordinate with IRCDUS and the Contractor to ensure all
project documentation is completed, including substantial and closeout
documentation.
AtkinsRealis will assist the Contractor with maintaining the project schedule,
Project Risk Register and Asset Management Register throughout construction,
with regular check -ins during progress meetings. Additionally, a Project Action
Item (PAI) list will be maintained throughout.
Contractor's pay requests and variance analyses will be reviewed and submitted
to IRCDUS with comments or recommendations for approval.
4.2 Conformed Documents
AtkinsRealis will incorporate into the Contract Documents any revisions and
clarifications that occurred during the bidding phase. Indian River County front
end documents and executed construction contract shall be provided by the
County. Final conformed documents will be released for construction.
4.3 Pre -construction Meeting
AtkinsRealis will organize and conduct an in-person pre -construction meeting
attended by up to two (2) project staff. This meeting will cover all project
expectations and requirements to set a framework for the Construction Phase.
Discussions will include the scope of work, roles, responsibilities, communication
plan, schedule, budget, payment procedures, risk management, asset
management, documentation requirements and submittal procedures, safety,
site conditions and restrictions and project closeout. The Contractor's
construction schedule and forecasted earned values will be reviewed
beforehand and then baselined at this meeting. Agenda and meeting minutes
will be distributed to all attendees.
4.4 Shop Drawing Submittal Review
AtkinsRealis shall track and perform shop drawing and product submittal reviews
for up to 24 shop drawing submittals, including revised submittals. Shop
drawings will only be reviewed for conformance with the Contract Documents
and compatibility with the design concept. AtkinsRealis will provide a list of
additional submittals for the contractor, as necessary.
4.5 Request for Information (RFI)
AtkinsRealis will review and respond to and/or issue up to ten (10) RFIs,
clarifications or supplemental instructions consistent with the Construction
scope. The proposed budget for this task is based on ten RFIs.
Page 4 of 8
Exhibit A
Work Order 9
4.6 Change Orders
IXAtkinsRealis
AtkinsR6alis will support up to two (2) change orders. Services associated with
change orders will include review of Contractor's request and pricing/quotes,
submittal of written justification for the change order to IRCDUS for approval and
issuance of change directives.
4.7 Progress Meetings and Site Visits
AtkinsR6alis will attend up to twelve virtual monthly progress meetings, facilitated
by the Contractor. AtkinsR6alis will assist the Contractor with maintaining the
project schedule, Project Risk Register and Asset Management Register
throughout construction, with regular check -ins during progress meetings.
In addition to progress meetings, AtkinsR6alis will conduct up to six (6) site visits
to review progress of construction, confirm adherence to design criteria, evaluate
site conditions relating to any RFI's or Change Orders, and record relevant
documentation of construction progress. Details of each site visit will be
documented in a Site Inspection.
4.8 Substantial and Final Completion Activity
AtkinsR6alis will conduct a substantial completion site visit to review progress of
construction and prepare associated punch list. A final completion walk-through
will be performed to verify the completion of all substantial completion punch list
items. AtkinsR6alis will assist IRCDUS and the Contractor to ensure that all
Substantial and Final Completion requirements, along with all other project
documentation mandated by the Contract, are fulfilled. The final completed Asset
Management Register and Risk Register will be provided to IRCDUS.
4.9 Permit Closeout
Upon acceptance of completion of the punch list items, AtkinsR6alis will prepare
the FDEP Notification of Completion of Construction for Wastewater Facilities or
Activities for IRCDUS execution and submittal to FDEP.
4.10 Record Drawings
AtkinsR6alis will develop the Record Drawings from the As -built Drawings
supplied by the Contractor. AtkinsR6alis will identify any substantive deviations
from the original design documents and certify whether the deviations are such
that the original engineering design intent has or has not been materially
accomplished by the finished construction.
AtkinsR6alis shall submit stamped Record Drawings, consisting of one full-size
set and one electronic copy in PDF format.
Task 04 Deliverables: Conformed Contract Documents, Shop Drawing Submittal Reviews, RFI
Responses, Pay Request and Variance Analysis Reviews, Change Order
Reviews and Directives, Meeting Agendas and Minutes, Project Action
Item List, Site Inspection Reports, Punch List, Final Risk Register, Final
Asset Management Register, FDEP Notice of Completion, and Record
Drawings.
Page 5 of 8
Exhibit A O"AtkinsRealis
Work Order 9
SUMMARY OF DELIVERABLES
Task No. Task Title
Deliverable
Pre -Award Project
Project Status Reports,
1 Management
Project Schedules,
Meeting Agendas and Minutes
Draft Risk Register,
Draft Asset Management Register,
Bid Checklist,
Draft and Final Bid Documents (Drawings &
Specifications),
2 Pre -Bid Preparation
Updated County Div 0 Documents,
Review Workshop Agenda,
Compiled Comments with Responses,
Updated OPCC,
Bid Form, and
FDEP Permit
3 Bid Support Services
Bid Addenda,
Recommendation of Award
Project Action Item List
Conformed Contract Documents,
Shop Drawing Submittal Reviews,
RFI Responses,
Pay Request and Variance Analysis Reviews,
Construction Phase
Change Order Reviews and Directives,
4 Services
Meeting Agendas and Minutes,
Site Inspection Reports,
Punch List,
Final Risk Register,
Final Asset Management Register,
FDEP Notice of Completion, and
Record Drawings
Page 6 of 8
Exhibit A
Work Order 9
SCHEDULE
0"AtkinsRealis
Task Weeks From Kick -Off
Draft Risk Register & Asset List
12
Updated Construction Documents
12
Review Workshop
14
Final Bid Documents
18
FDEP Permit
18
Bid Phase
20
Contractor NTP
TBD
Construction Completion
NTP + 52 weeks
Record Drawings
NTP + 12 weeks
QUALITY CONTROL
AtkinsRealis will be responsible for the professional quality of all deliverables. This shall include
an internal Quality Assurance Plan that, as a minimum, provides review of all deliverables and
significant calculations by another qualified professional that was not responsible for project
execution.
ASSUMPTIONS
The following assumptions have been made in the development of this scope of work, schedule,
and fee:
1. DEP Minor Modification Permitting fees will be provided by Indian River County.
2. Survey, subsurface utility engineering or geotechnical services are not required.
3. Neighborhood/community meetings are not needed.
4. Review Workshop will be focused on updated documents only.
5. Project will comply with all federal, state, and local codes in effect when NTP is given.
6. Contractor is responsible for all materials testing for compliance with the specifications.
7. County Purchasing will provide contract terms, general and supplemental conditions to
be updated by AtkinsRealis and IRCDUS.
8. Management of bid phase services will be completed by IRCDUS's Purchasing
Department including advertising, contract preparation and review, bidder coordination,
and facilitation of the pre-bid meeting and site visit.
9. Full-time on-site construction services are not required for this project and are not
included in the scope and fee.
Page 7 of 8
Exhibit A
Work Order 9
U AtkinsRealis
10. IRCDUS will provide all information requested by bidders or the contractor regarding
any existing facilities located outside of the project's design area. AtkinsRealis will not
be obligated to produce content beyond the scope of the Construction Plans.
COMPENSATION
The AtkinsRealis Team proposes to perform all services within this scope of work on a Lump
Sum basis. Project will be billed monthly according to percent complete. All invoices must
include a detailed progress report supporting the progress requested in the invoice.
The estimated total engineering fee including all labor and expenses associated with the
scope of work is not to exceed $279,650.00, as presented below and detailed in Exhibit B
and Exhibit C.
Task No. Task Title
1 Project Management
Fee
$ 34,424.00
$ 74,836.00
$ 19,226.00
2
Pre -Bid Preparation
3
Bid Support Services
4
Construction Phase Services
$ 147,164.00
Expenses
$ 4,000.00
Total
$ 279,650.00
Page 8 of 8
Exhibit B. Cost Detail
1*:/:11:11110
Cost Detail
CrAtkinsRealis
AtkinsRealis
IRC Cdor Control SCC
Indian River County
Total Price by Resource $ 30,740.00 $ 10,400.00 $ 12,104.00 $ 21,952.00 $ 47,684.00 $ 16,245.00 927.00 $ 139,125.00 S 136,525.00 $ 4,000.00 $ 279,650.00
Bill Rate: $
290.00 $
208.00 $
178.00 $
196.00 $
131.00 $
95.00
c
Y
m m
=
c
c
w
-
>.
Subcontract
&
Total
Task#
Description
F
rn
t'-
w
LM
v `o a
a
a
Total Hours
Labor
Consultants
Expenses
S
w
c
❑ N
m
Price
a c
W>
E o
c c
o t7
V
w
a
01
Pre -Award Project Management
01.01.1
Pre -Award PM Labor
40.00
0.00
0.00
0.00
44.00
44.00
128.00
$ 21,544.00 $
- $
- $
21,544.00
01.01.BEC
PM BEC
0.00
0.00
0.00
0.00
0.00
0.00
0.00
$ - $
12,880.00 $
- $
12,880.00
02
Pre -Bid Preparation
02.01.1
Construction Document Updates
6.00
20.00
4.00
24.00
48.00
8.00
112.00
$ 18,944.00 $
- $
- $
18,944.00
02.02.1
Bid Documents
2.00
6.00
0.00
16.00
16.00
24.00
64.00
$ 9,340.00 $
- $
- $
9,340.00
02.03.1.
FDEP Permit
2.00
0.00
0.00
16.00
12.00
4.00
34.00
$ 2,532.00 $
- $
- $
2,532.00
02.S.BEC
Pre -Bid Preparation BEC
0.00
0.00
0.00
0.00
0.00
0.00
0.00
$ - $
44,020.00 $
- $
44,020.00
03
Bid Support Services
03.01.1
Pre -Bid Meeting
8.00
0.00
0.00
0.00
8.00
0.00
16.00
$ 3,368.00 $
- $
- $
3,368.00
03.02.L
RFI/Addendum
2.00
4.00
0.00
8.00
16.00
16.00
46.00
$ 6,596.00 $
- $
- $
6,596.00
03.03.1
Recommendation of Awa rd
2.00
0.00
0.00
0.00
2.00
0.00
4.00
$ 842.00 $
- $
- $
842.00
03.S.BEC
Bid Support Services BEC
0.00
0.00
0.00
0.00
0.00
0.00
0.00
$ - $
8,420.00 $
- $
8,420.00
04
Construction Phase Services
04.01.E
Construction Management
0.00
0.00
0.00
0.00
20.00
20.00
40.00
$ 4,520.00 $
- $
- $
4,520.00
04.02.E
Conformed Documents
2.00
0.00
0.00
8.00
16.00
16.00
42.00
$ 5,764.00 $
- $
- $
5,764.00
04.03.1
Pre -construction Meeting
10.00
0.00
0.00
0.00
16.00
4.00
30.00
$ 5,376.00 $
- $
- $
5,376.00
04.04.E
Shop Drawing Submittal Review
4.00
0.00
4.00
0.00
40.00
12.00
60.00
$ 8,252.00 $
- $
- $
8,252.00
04.05.E
RFI
4.00
0.00
0.00
20.00
20.00
5.00
49.00
$ 8,175.00 $
- $
- $
8,175.00
04.06.1
Change Orders
4.00
12.00
8.00
4.00
20.00
4.00
52.00
$ 8,864.00 $
- $
- $
8,864.00
04.07.E
Meetings and Visits
9.00
0.00
40.00
0.00
60.00
8.00
117.00
$ 17,590.00 $
- $
- $
17,590.00
04.08.1
Substantial and Final Completion Activity
2.00
0.00
8.00
0.00
8.00
8.00
26.00
$ 3,812.00 $
- $
- $
3,812.00
04.09.1.
Permit Closeout
1.00
0.00
0.00
0.00
2.00
4.00
7.00
$ 552.00 $
- $
- $
552.00
04.10.E
Record Drawings
4.00
0.00
4.00
24.00
8.00
4.00
44.00
$ 8,004.00 $
- $
- $
8,004.00
04.S.BEC
Construction Phase Services BEC
2.00
8.00
0.00
8.00
8.00
2.00
28.00
$ - $
71,205.00 $
- $
71,205.00
04.QC.L
Quality Control
2.00
8.00
0.00
8.00
8.00
2.00
28.00
$ 5,050.00 $
- $
- $
5,050.00
99
Expenses
99.EX
Expenses
0.00
0.00
0.00
0.00
0.00
0.00
0.00
$ - $
- $
4,000.00 $
4,000.00
Total Hours by Resource
108.00
58.00
68.00
136.00
372.00
185.00
Total Price by Resource $ 30,740.00 $ 10,400.00 $ 12,104.00 $ 21,952.00 $ 47,684.00 $ 16,245.00 927.00 $ 139,125.00 S 136,525.00 $ 4,000.00 $ 279,650.00
Exhibit C. Bailey Engineering Proposal CrAtkinsRealis
Exhibit C
Bailey Engineering Consultants Proposal
March 25"', 2025
Ms. Yvonne Picard, PE
ATKINS North America, Inc.
482 South Keller Road
Orlando, FL 32810-6101
E4:/ C � A'
,11W W M_-•
Re: Indian River Central WWTF Sludge Tank Odor Control Facility
Additional Engineering Services
Vero Beach, Florida
Dear Ms. Picard:
We are pleased to submit our proposal for additional electrical and instrumentation
engineering services for the above project. The following provides an overview of the
engineering services Bailey Engineering Consultants, Inc. (BEC) intends to furnish to
Atkins. Our work scope shall include the following:
Task 01 - Project Management
1. Meet on site to discuss and identify the additional services requested by Atkins
and Indian River County (IRC).
2. Attend 2 additional Teams meetings to review the project progress with Atkins
and IRC.
Task 02 - Pre -Bid Preparation
2.1 Construction Document Updates / Final Design
1. Task 1 — Additional Base Bid Work
a. Provide remote 1/0 panels in the sludge building area and main electrical
room.
b. Pick up 1/0 for rotary drum thickeners, Plant Lift Station, polymer system and
sludge feed flow meter.flow meter replacement 8" flowmeter.
2. Task 2
a. Replace Main Breaker in sludge thickening building (800 amps)
b. Replace site lighting with LED fixtures.
c. Provide new lighting in sludge building electrical room.
d. Re feed power in thickener area, Lift station control panel, air compressors
and sludge pumps.
e. Provide 120V feeds for polymer system and future flowmeter.
10620 GRIEEIN ROAD, SUITE 202 • COOPER CITT, FFG • 33328
POONE: 954-448-7930 • TAX: 954-713-9959
Ms. Yvonne Picard, PE Page 2 March 25th, 2025
3. Task 3
a. Provide new VFDs for reuse water pumps. No.1 and No.2. VFD's to be
mounted next to existing double doors.
b. Add a FPP next to RIO to connect RIO -1 and RIO -2 to PLC -2A.
4. Deliverables:
a. 90% Submittal. BEC shall submit electronic copies of the plans (in AutoCAD
format and PDF), specifications (in MS Word and PDF) and cost opinion (in
PDF) to Atkins. Additional reproduction by others.
b. 100% Submittal. BEC shall submit electronic copies of the plans (in AutoCAD
format and PDF), specifications (in MS Word and PDF) and cost opinion (in
PDF) to Atkins. Additional reproduction by others.
2.2 Construction Document Review Workshop and Bid Documents
1. Attend one (1) meeting as requested to review status and design requirements.
2.3 FDEP Permit
1. BEC shall assist during the permitting process and answer questions resulting
from building department review.
Task 03 - Bid Support Services
3.1 Pre -Bid Meeting
1. Attend Pre -Bid meeting.
3.2 RFI/Addendum
1. BEC will respond to questions from bidders as related to this project and prepare
any necessary addenda.
3.3 Recommendation of Award
1. Review the bid submittals and make a recommendation as related to electrical
and I&C.
Task 04 - Construction Phase Services
1. BEC will provide construction phase services for up to eighteen months following
the notice of award. Construction phase services will include the tasks as defined
below.
Ms. Yvonne Picard, PE Page 3 March 25th, 2025
4.1 Conformed Documents
1. BEC will incorporate into the Contract Documents any revisions and clarifications
that occurred during the bidding phase.
4.2 Pre -construction Meeting
1. BEC will attend a pre -construction meeting.
4.3 Shop Drawing Submittal Review
1. BEC shall perform shop drawing and product submittal reviews for up to 24 shop
drawing submittals, including revised submittals. Shop drawings will only be
reviewed for conformance with the Contract Documents and compatibility with
the design concept. BEC will provide a list of additional submittals for the
contractor as necessary.
4.4 Request for Information (RFI)
1. BEC will review and respond to and/or issue ten RFIs, clarifications or
supplemental instructions consistent with the Construction scope. The proposed
budget for this task is based on ten RFIs.
4.5 Change Orders — By others.
4.6 Progress Meetings and Site Visits
1. BEC will attend up to twelve monthly progress meetings, facilitated by the
Contractor. In addition to progress meetings, BEC will attend up to six site visits
to review progress of construction, confirm adherence to design criteria, evaluate
site conditions relating to any RFI's or Change Orders, and record relevant
documentation of construction progress.
4.7 Substantial and Final Completion Activity
1. BEC will conduct a substantial completion site visit to review progress of
construction, prepare the necessary punchlists. A final completion walk-through
will be performed to verify completion of all substantial completion punchlist
items.
4.8 Permit Closeout — By others.
4.9 Record Drawings
1. BEC shall prepare record drawings incorporating changes made during
construction based on as -built information furnished by the Contractor; and
Ms. Yvonne Picard, PE Page 4 March 25th, 2025
provide one (1) set of electronic construction record drawings and electronic files
of the record drawings in AutoCAD 2019 format.
SUPPLEMENTAL SERVICES - Any work requested by the City that is not included in one
of the items listed in any other phase will be classified as supplemental services.
Travel to and from the site and other direct costs are included in the overhead rate and
will not be billed as a separate line item. Our fee for this work shall be lump sum and
shall be billed monthly based on percentage of completion. Our fee shall be payable as
follows..
Task 01 - Project Management
$
12,880.00
Task 02 - Pre -Bid Preparation
$
44,020.00
Task 03 - Bid Support Services
$
8,420.00
Task 04 - Construction Phase Services
$
71,20500
Total:
$
136,525.00
Sincerely,
ACCEPTED DATE
ATK-25-001 DGrev1