HomeMy WebLinkAbout2006-095 ✓JD6 � U �jS"
Amendment ]
To
Work Order Number 4
Project Description and Understanding
This Amendment Number 1 modifies the scope of work in Work Order #4 for additional survey, design,
permitting and construction phase services for the Wabasso River HDD crossing. The Florida DOT plans
on constructing sidewalk along the entire causeway (four bridges total), which will require removal of the
existing watermain, forcemain, and concentrate pipes currently being supported from all four bridges .
This scope amendment includes pipe replacement of the two other shorter span bridges which were not
included in the original scope. The short span bridges are located just west of Marsh Island development
and west of the western long bridge. The following scope includes additional survey, pot-holing for
existing utilities , and modifications to the existing permits which have already been issued . The project
has been advertised but put on hold in reaction to recent cost fluctuations in HDPE pipe due to the
volatility in the petroleum market. Re-advertisement of the project is included in this scope amendment .
The scope of work for the 24" reuse main includes the full extents of the Wabasso bridges from the
mainland to the barrier island. A demolition plan will also be prepared for removal of the existing aerial
watermain and forcemain on the existing bridges .
The existing 12" brine line will be taken out of service and used as a reuse line . Included in this
amendment is a tie-in to the existing 12" brine line on the Western side of the Western short bridge.
Limited right-of-way is available in this area . Due to limited space on the south area of the CR-510, the
reuse line will exit on the North side of the Western-most bridge . An open-cut, jack-and -bore, or research
into available right-of-way will be investigated to confine the tie-in within a 200 ft area west of the
Western bridge .
SCOPE OF SERVICES
The following amended tasks are included:
Task 1 — Survey
KHA will provide survey for two additional bridges along CR 510 causeway. The site survey will
include, topo, and other above ground information in that area . Survey the planned drilling and landing
sites for horizontal and vertical locations of existing features, including the implementation of available
record drawing data . Survey of pot-holed information of existing underground utilities will be provided
using vacuum excavation soft-surface locations with a test hole report for each location .
It is assumed that the geotechnical information collected to date is sufficient information for the extents of
this project. Additional soil borings are not included under this scope.
Pot-holing information will be provided by Ground Hound Detection Services to identify as-built
information of existing utilities . Approximately 70 holes using vacuum excavation soft-surface locations
with a test hole report for each location will be provided.
Task 2 — Design
Consultant will prepare and provide design drawings of the proposed profile. Consultant will prepare
design details of the proposed tie-in details to the existing watermain, forcemain, and proposed reuse
main. Consultant will prepare technical specifications for the proposed piping and construction . It is
P:\Utilities\UTILITY - EMPLOYEE POLDERS\Larry Brown\Wabasso HDD Proposal-Amendment I reO doc
l assumed that four (4) additional drawings will be prepared .
Deletion of the line-stops on the drawings will be included in areas where they are not warranted.
A demolition plan, including drawings of each bridge (4 total) , details including photos, and description
of demolition work will be included for the existing watermain and forcemain currently being supported
on the four (4) bridges . The existing 16" irrigation line owned by others will not be included under this
scope .
Task 3 — COE/ERP Permitting
The existing ERP FDEP joint permit will need to be modified . Consultant assumes that only a permit
letter modification will be necessary. Additional permit application fees not in excess of $500 will be
covered .
Task 4 — FDEP Permitting
The FDEP general permit application has not been submitted yet but will include the 2 additional bridge
sites, including application fees. Each bridge requires individual separate permits per FDEP since they
are not contiguous .
Task 5 — Construction Phase Services
Re-advertisement of the project will be included . Consultant will answer bidding contractor questions
and prepare addenda, as needed which will be distributed to all the contract document holders.
Consultant will attend another pre-bid meeting at the project site or IRCUS ' main office . Consultant will
sell project manuals from our office, including drawings, specifications, and generation of all addendums.
Consultant will review bids and prepare a recommendation of award .
Oversight of demolition of existing pipes will be by IRCU staff. It is assumed that a contractor different
than the HDD contractor will be procured separately by fRCU staff.
FEES
Consultant will provide these Services as described herein on a lump sum basis as follows:
Task Original Amount Revised Amount Change
Task 1 — Survey $24,000 $46,500 $22 ,500
Task 2 — Design w/ demo plan $22, 800 $359200 $ 12,400
Task 3 — COE Permitting $ 193800 $24,200 $4,400
Task 4 — FDEP Permitting $7 ,550 $ 10 ,950 $3 ,400
Task 5 — Construction/Bidding $63 ,230 $ 742030 $ 10 , 800
Total WO#4 w/Adm. 1 $2153000 $268,500 $535500
CLOSURE
Consultant will provide these services in accordance with our non-exclusive professional Consulting
agreement dated April 6, 2004
F:\Utilities\UTILITY - EMPLOYEE FOLDERS\Larry BroNVu\Wabasso HDD Proposal-Amendment I revTdoc
AMENDMENT NUMBER 1 TO WORK ORDER 4
This Amendment Number 1 to Work Order 4 ("Amendment" ) is entered into as of
this day of march 21 , 200 (" Effective Date" ) pursuant to that certain Continuing
Contract Agreement for Professional Services entered into as of April 6 . 2004
("Agreement" ) , by and between Indian River County, a political subdivision of the State of
Florida (" COUNTY" ) and Kimley-Horn and Associates Inc. (" CONSULTANT ' ) .
1 . The COUNTY has selected the Consultant to perform the professional
services set forth in Work Order Number 4 dated April 13 , 2004 .
2 . The COUNTY and the Consultant desire to amend Work Order Number 4
as set forth in Attachments 1 and 2 attached to this Amendment and made a part hereof by
this reference, all in accordance with the terms and provisions set forth in the Agreement.
3 . From and after the Effective Date of this Amendment, Work Order Number
4 is amended as set forth in this Amendment. 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 Amendment as of
the Effective Date first written above .
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Kimley-Horn and Associates Inc. OF INDIAN RIVER COUNTY
A hur R ; NeAb er, Chairm n
111. . 1 d ,
Title: �l� 4F pwi -5 k 1 � ?,,. ..
ty
" Attkst_ , J K. Barton , �Cleik of Court
By
D iity- Clerk
Approved :
seph A.V Baird , County Administrator
/AppjroVeed to form and legal sufficiency:v
/Marian E . Fell , Assistant ounty Attorney
H1044572007\Scope\Amendment Form.doc