Loading...
HomeMy WebLinkAbout2006-218 a0 1, - dlb� AMENDMENT NUMBER 2 TO WORK ORDER NUMBER I This Amendment Number 2 to Work Order Number I (project no. U .C . P. 2598) is entered into as of this 1 3th day of June , 200 6 ("Effective Date") pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 19, 2005 ("Agreement'), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY") and Schulke, Bittle, & Stoddard, L. L.C. , ("CONSULTANT'). I . The COUNTY has selected the CONSULTANT to perform the professional service set forth in existing Work Order Number I , effective date April 19, 2005 (project no. U . C. P. 2598) . 2 . The COUNTY and the CONSULTANT desire to amend the above referenced work order set forth in Attachment 1 (Scope of Work), Attachment 2 (Fee Schedule), and Attachment 3 (Time Schedule) attached to this Amendment and made a part hereof by this reference, all in accordance and provisions set forth in the Agreement. 3 . From and after the Effective Date of this Amendment, the above referenced work order 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 W REOF, the parties hereto have executed this Amendment as of the date first written above. CONSULTA BOARD OF COUNTY COMMISSIONERS Schulke, B ' e & d r , LLC OF INDIAN R VER COUNTY g fP ' BY Bv: p/ C� �/r /Zz t Josep chulke, P. E . Gary C . iheeler , Vice Ghairman Title: Ma a ng Member BCC Approved : _ June 13 , 2006 t • � `' ° (Date) T t v y , Date: May 22 , 2006 Attest: J . K. Barton, Clerk of Court , L I t 1�t t10, t+ BY ✓1/�/,-GG, Deputy Clerk Approved: B \ J seph A. acrd, County Administrator A Ip da o to n and legal ienc B ar' n . 'ell, Assistant County t rney ATTACHMENT 1 — SCOPE OF WORK To Amendment 2 To Work Order Number 1 74« Avenue Force Main Project Description The proposed project will provide for the construction of approximately 14,630 linear feet of master planned Sanitary Sewer Force Main and associated appurtenances . The Master Planned Sanitary Sewer Force Main is proposed to provide an alternate and more efficient route to transmit domestic sewage from the south central region of the county to the "West Regional Wastewater Treatment Plant". Connection shall be made on the southeast corner of 74'h Avenue and 161" Street, and extend a 12 inch diameter Master Planned Sanitary Sewer Force Main along the west side of 74"' Avenue from 16"i Street south approximately 2830 linear feet to the intersection with 12'" Street. From this intersection , a 12-inch diameter Master Planned Sanitary Sewer Force Main runs west approximately 5 ,200 linear feet along the south side of 12'h Street to the intersection with 82"d Avenue . From this intersection, a 12 inch diameter Master Planned Sanitary Force Main runs south approximately 2,600 linear feet along the east side of 82"d Avenue to the intersection of 82"d Avenue and 8d' St., where it will provide for a future connection to a 24- inch force main on 8"i St. From this intersection, a 24- inch diameter Master Planned Sanitary Sewer Force Main runs south approximately 2,600 linear feet along the east side of 82"d Ave . , to the north side of the I . R. F . W .C . D . Canal ` D '/4'" St. . From this point the 24- inch diameter Master Planned Sanitary Sewer Force Main crosses 82id Ave. and extends west along the north side of the I . R . F . W .C . D . Canal ` D ' right-of-way approximately 1 ,300 If to the south side of the I . R.C . West Regional Wastewater Treatment Plant. From this point, the 24-inch diameter Master Planned Sanitary Sewer Force Main extends north-westerly into the treatment plant site approximately 100 If, and ends with a connection to the existing 24- inch diameter Sanitary Sewer Force Main at the treatment plant site . (See Exhibit ' A ' for project sketch of improvements and Exhibit ` B ' for estimate cost of improvements). Scope of Services Schulke, Bittle & Stoddard, L. L.C . will provide services including surveying, engineering design, preparation of Construction Plans, preparation and submittal of permit applications, construction administration and periodic construction field inspection for the proposed project that will provide for the construction of approximately 14,630 linear feet of master planned Sanitary Sewer Force Main and associated appurtenances from 16" Street, south along 74" Ave. , then west along 12"i St., and then south along 82nd Avenue then west along I . R. F . W .C . D. Canal ` D' then north-westerly into the West Regional Wastewater Treatment Plant site, where it will connect to an existing force main . (See Exhibit "A" for location and Exhibit "B" for cost tabulation). The estimated construction cost of this project is $ 1 ,450,355 . 50 In order to execute this project in the most cost effective manner with the most aggressive schedule, Schulke, Bittle & Stoddard, L . L.C . is using the following sub-consultants : • Houston & Bryant, Inc . for the route survey . • KSM Engineering & Testing, Inc. for soil boring and testing information . 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 Autocad format; all surveys, maps and other documentation in the possession of or reasonably available to the County that are pertinent to the project. Services not included in this scope of services are listed as follows: Y Title Work or Research of Public Records for Determination of the existence of easements or rights-of-way along the route of the proposed sewer force main. • Excavation for Feld verification of actual locations of existing underground utilities and structures. It is requested that Indian River County provide the excavation as directed by Schulke, Bittle & Stoddard, L. L.C . Y Any services in connection with the project not otherwise provided for in this scope of services. Description of Amendment SBS has been directed to stop work, and provide a change order and revised scope of work for changes generally described as follows: 1 . Force main route has been changed. Design and survey work is complete, approved and permitted and includes 2 '/z miles of force main. Contract documents have been prepared and the project has been publicly bid. The design included a connection to an existing 24-inch force main on the south side of I.R.F.W.C .D. Canal ` D'/4d' St. However, due to a pending public works bridge construction project at 82"d Ave. and 4d' St., the connection can not be made without causing a conflict with the proposed bridge alignment. Road right-of-way and construction constraints prohibit an alternate suitable connection at this location. Therefore, it has been determined that the force main should be constructed to extend west approximately '/4mile along the north side of the I .R.F.W.C .D. Canal `D' right-of-way to the West Regional Wastewater Treatment Plant Site where a direct connection to the treatment plant can be made. The change in the route is generally described as: From : 16" Street/74 " Avenue, south on 74d' Avenue ( 12" main), west on 12th Street ( 12" main), south on 82nd Avenue ( 12" main) to 8d' Street, and south on 82"d Avenue (24" main) to 82nd Avenue/4d' Street. To: 16d' Street/74 " Avenue, south on 74d' Avenue ( 12" main), west on 12th Street ( 12" main), south on 82nd Avenue ( 12" main) to 8d' Street and south on 82nd Ave. (24-inch main) to I.R.F.W.C.D. Canal `D' (north of 4h St.) and west along I. R.F. W.C.D. Canal ` D' right-of-way to the south side of the I .R.C. West Regional Wastewater Treatment Plant site, and north-westerly into the plant site to a connection to the plant. 2. Changes to the contract will entail: Task 1 • /4 mile new route survey along I .R.F.W.C.D. Canal `D' west of 82"d Avenue, and onto the West Regional Wastewater Treatment Plant site. Task 2 • /4 mile of new route design work, geotechnical report, preparation and submittal of permit application, and preparation of specification and bid documents for the new '/4 mile force main. Task 3 • Assistance during bidding, bid evaluations, contract award, construction administration and field inspections. C �ur�rnrmrrmuu`•- __ _ _ Cuu_ rnr nnnur nunrurr�i� - oasis401111441111 111011 ��'�rrrrrrrrrrrrr urrrrrrrrrrrrr lal 74th Ave ■ r 0 . . . • - . •' ] ii I i ' I i Force i• ATTACHMENT EXHIBIT B ESTIMATED COST OF IMPROVEMENTS Item Description Estimated Unit of Unit Price Total Price Quantity Measure r41 Mobilization 1 LS $ 50 ,000. 00 $50 ,000 . 00 2 Maint. of Traffic 1 LS $20,000 . 00 $20,000 . 00 3 12" PVC F . M. 9, 890 LF $34 . 00 $336,260. 00 24" PVC F. M . 3 , 700 LF $ 115 . 00 $425,500 . 00 5 12" PE Directional 740 LF $200 . 00 $ 148, 000 . 00 Bore 6 24" PE Directional 300 LF $ 350 .00 $ 105 .000 . 00 Bore 7 12" MJGV 11 EA $4,000 . 00 $44,000 . 00 8 24" MJGV 5 EA $ 16 ,000. 00 $80,000 . 00 9 Air Release Valves 5 EA $2,200 . 00 $ 11 ,000 . 00 10 Restoration./Grading, 13 , 590 LF $5 . 50 $ 74, 745 . 00 Etc . 11 Testing 1 LS $4, 000 . 00 $4 , 000 . 00 12 Survey Lay-Out/As- 1 LS $20,000 . 00 $20,000 . 00 bunts Subtotal $ 1 ,318 , 505 . 00 Contingency @ $ 131 , 850 . 50 10% Total improvement $ 1 ,450,355 . 50 Cost ATTACHMENT 2 - FEE SCHEDULE 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: Amendment Amendment No . I No .2 Task 1 . Original Fee Additional Additional Total Surveying and preparation of Base Plans $27,475 .00 $ 18,500.00 $6,000.00 $51 ,975 .00 (Note : Surveying will include establishment of a corridor for the proposed pipeline and plan and profile of the corridor.) Includes additional cost of survey for new location of force main. Task 2. Engineering`design, preparation of Construction $68,310.00 $ 12,295 . 80 $ 5 ,000. 00 $85,605 . 80 Plans, Geotechnical report (soil borings- 1 / 750 ft + along route), preparation and submittal of Permitting Applications, and preparation of Specifications and Bid Documents utilizing Standard IRC Bid Documents. Forms, Documents and Drawings will be in electronic Format MS Word. Additional cost of engineering for new location of force main. Task 3 . Assistance during Bidding, Bid Evaluations, $35,995 .00 $0.00 $3 ,200.00 $39, 195 .00 Contract Award and Construction Administration, and Periodic Administration and Periodic Construction/Field inspections. No cost change. TOTALS $ 1319780.00 $30,795 . 80 $ 14200.00 $ 176, 775 .80 Printing 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, bidding and construction contract documents, and other pertinent items required by federal, state and local agencies from whom approval of the project must be obtained, prospective bidders, 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 11 " $ 0.25/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. Remainder of Page Intentionally Left Blank ATTACHMENT 3 - TIME SCHEDULE Time of Performance The estimated time frame for completion of services from the approval of this Amendment No 2 to Work Order No. 1 is as follows : 1 . Surveying, Engineering Design & Preparation of 1 Month Plans, specifications and Bid Documents 2 . Submittal of Permit Applications and Receipt of permits 1 Month 3 . Bidding, Contract Award & Project Construction 5 Months Remainder of Page Intentionally Left Blank