Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2005-034
4 WORK ORDER NUMBER 4 ORIGINAL Ibis Work Order Number 4 is entered into as of this 18th day of January 2005 �-1�3ursuant 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" ) , The COUNTY has selected the Consultant to perform the professional services set forth on Attachment 1 , 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 Attachment 1 , 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 Attachment 1 , 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 COMMISSIONERS Kimley- Horn and Associates Inc . OF INDIAN RIVER COUNTY BB� . Y � h. S l.5-('�-- � �� Vice If(SI�''�'I THOMAS S . LOWTHER � �X- � tMAN Title :�r� a ' r BCC Approved : Janus , 'pyr Attest : J . K . Barton , CI " 4� , ©eq 4, 1 R YJ B Deputy Clerk p 41 Approved : J eph A . aird , County Administrator A v as to form and legal sufficiency : ian E . FLT, Assi ant ounty A rney ATTACHMENT 1 Project Understanding The Indian River County Utilities Department currently supplies water and sewer service to the North Barrier Island via a 12 -inch ductile iron water main and a 12 -inch ductile iron force main, both of which are suspended from the underside of the Wabasso Causeway (CR 510) Bridges . There also exists a 16-inch brine line that currently discharges directly into the Indian River Lagoon under the western-most bridge . This brine line is to be abandoned within the next few months due to its ' discharge point being relocated to the Bent Pine rapid infiltration basin site . Due to the age and structural integrity of the bridge, the age and exposure of the pipes to the weather and the need for reuse water on the barrier island, Utility Services is proposing to replace the existing suspended mains with directionally drilled mains that will be placed under the lagoon bed . The existing 12 -inch water main and 12 -inch sewer main will be replaced with mains of identical size . The existing brine line main will be extended from it ' s current termination point, the western-most bridge, to the east side of the river with a 244nch main and will be converted to a reuse main. This reuse main will then serve to provide reuse water to residential developments on the barrier island, such as Sea Oaks Community, Orchid Island, Windsor and similar developments . The estimated construction cost for the above improvements is $2 . 685 million plus an additional $ 215 , 000 for design, permitting and construction services, for a total project cost of $2 . 9 million. Consultant will endeavor to have the significant portions of the water and sewer pipeline projects completed by next hurricane season 2005 , however, permitting agency responses and contractor delays are beyond our control which may delay completion of these projects beyond hurricane season 2005 . The reclaim line, which is a non critical component of the project will be scheduled to be constructed at a later date, but under the same contractor. Project Approach In general, this scope will include the permitting phase services for the proposed project and the final design construction phase services . Due to the urgency of the project, we will prepare permit applications concurrently with design and bidding phases so as to allow immediate commencement of construction once the permits have been issued . An Environmental Resource Permit (ERP) and Section 10 Permit will be applied for through a joint permit application process through Florida Department of Environmental Protection (FDEP), and the Army Corps of Engineers (ACOE) . The FDEP will ultimately authorize the proposed activity after considering potential natural resource impacts , coastal zone management consistency, potential surface water quality impacts , cultural resource involvement, if any, and the requirements for sovereign submerged land use . The Federal government through the ACOE will consider many of the same issues noted above , but they also will consider potential impacts to navigation within the federally maintained channel . Coordination of the applications will be performed separately but concurrently with each agency to expedite the process . Each agency issues separate permits . 1 I In addition to the ERP, separate constructionpermits and construction certifications are required from FDEP per Florida Administrat ve Code Chapter 62 - 555 and 62 - 604 . FDOT permit application will be submitted. Kimley-Horn will prepare the application cor riponents, submit and respond to the questions posed by state and federal agencies through the ERP permitting process . These questions are generally requests for additional information or clarification of documentation . During the permitting process s, several state and federal agencies may comment on the application. Pre-permit submittal activities critical to thisstrategy include a geotechnical analysis, natural resources assessment, cultural resources coordination and a construction sequence evaluation . The geotechnical analysis will identify the ch tracteristics of the sediments including the amount of flocculent material or "muck" that xists on the bottom and any other anomalies which may be of concern during th a. drilling process . Kimley-Horn will collect any existing geotechnical data and bo ngs , which was used to construct the existing bridge . Upon review of this data, it ill be determined if additional geotechnical data will need to be collected, including jet pr bes, soil borings, soil sampling, and limestone boring . Standard penetration tests will be provided on the landside areas in order to assess landside soil conditions . i Surveying, including bathymetry information will be collected to determine the sub- aqueous cross sections for the proposed aligm lents . Surveying will also include title searches and researching existing easements aid rights-of-way and horizontal and vertical locations of existing structures , edge of pavement, and utilities within the limits of the project. A limited environmental assessment will be p rformed at each shoreline landing location in accordance with the requirements of the ERP process . This assessment may include, but is not limited to the following : • Existing land uses within the construction area • Upland vegetation characterization • Wetland delineation (if applicable) • Submerged aquatic vegetation (if applicable) • State and Federally listed species and t eir habitat observations This information will be detailed in an existing conditions report and included with the joint ERP application to the FDEP and ACOE If impacts to natural resources are proposed as part of the construction, a description of these impacts will be included in the report . Mitigation for these impacts may be required as part of the permit conditions . The State Historic Preservation Office (SHPO is responsible for overseeing that cultural (historical) resources are not degraded by development activities . The presence of a cultural resource may require a modification i the construction methodology and/or 2 � j j placement of the proposed pipeline . Although no historic resources in the area are anticipated, SHPO coordination is required during the ERP process . The project will involve the movement/handling of sediments and the dewatering of construction areas . The disposal of the sediment and the discharge of water will require the characterization of these materials . Kimley-Horn will review the specifics of the landing and launching sites in terms of access , space, and suitability. Kimley-Horn will prepare and provide design profile and details and specifications for the 12-inch watermain, 12-inch forcemain and 244nch reuse main to be installed in separate sections for each pipe by the HDD method. This design will include (6) six separate HDD installations and the necessary underground piping that will connect each end of pipe, including the tie-in details . Kimley-Horn will provide construction phase services for this project including bidding, contract administration, and shop drawing review, coordination and meeting attendance, construction observations, turbidity monitoring, preparation of record drawings and final certification of construction completion of the project . These construction phase services cover the installation of the 12-inch forcemain, the 12-inch watermain and the 24-inch reuse main. The 244nch reuse main will be constructed last under the same contract . SCOPE OF WORK Task 1. 0 — Meetings, QA/QC, and Project Permit Coordination Kimley-Horn will attend meetings, provide project coordination and QA/QC of all deliverables , including : 1 . Attend kick-off meeting with Indian River County Utilities (IRCU) staff to discuss details and collect pertinent information for the project . 2 . Attend monthly progress meetings to discuss status of submittals, request/collect additional information, discuss and/or resolve project issues and progress of construction. 3 . Attend one pre- application meeting each with the FDEP, FDOT and U. S . Army Corps of Engineers . 4 . Provide project updates and respond to two requests for additional information from each agency regarding permit application. Task 2. 0 — Collection of Existing Data 1 . Collect existing geotechnical data and design drawings of the existing bridges and any readily available information regarding existing bathymetric data. 3 2 . Collect existing and readily available utility record drawings, survey information, (including title searches) easements and legal descriptions, and rights-of--way descriptions . Compile the bathymetric data collected as part of this task . 3 . Kimley-Horn will research readily available information regarding existing submerged fauna and flora within the project vicinity of the project alignment. 4 . Collect any bridge and/or pipe condition reports that may be used to expedite the ERP process . Task 3. 0 — Field Survey, Geotechnical Exploration, and Environmental Data Collection 1 . KHA environmental staff will conduct a limited field reconnaissance in order to characterize the existing conditions of the two landing sites . This field reconnaissance will be performed in order to complete and submit an environmental assessment in accordance with the requirements of the ERP process . This assessment may include , but is not limited to the following : o Existing land uses within the construction area o Upland vegetation characterization o Wetland delineation (if applicable) o Submerged aquatic vegetation (if applicable) o State and Federally listed species and their habitat observations 2 . Survey the planned drilling and landing sites for horizontal and vertical locations of existing features , including the implementation of available record drawing data and include channel elevations at center of bridges . . 3 . Provide up to four landside subsurface investigations . The investigations will be incorporated into the specifications in order for Bidders to account for the subsurface conditions that may be encountered during construction. Task 4. 0 - Design 1 . Kimley-Horn will prepare and provide design drawings of the proposed profile using the bathymetry data. Consultant will prepare preliminary outline of project with several alternatives to the project for discussion with IRC . 2 . Kimley-Horn will prepare design details of the proposed tie-in details to the existing watermain, forcemain, and proposed reuse main. 3 . Kimley-Horn will prepare technical specifications for the proposed piping and construction . 4 Task 5. 0 - Environmental Permitting An ERP and Section 10 permit will be required for the river crossing . These permit applications will be submitted to the FDEP and ACOE for approval subaqaueous . Coordination of the applications will be performed separately but concurrently with each agency to expedite the approval process . 1 . A detailed description of the project purpose and need and the nature of activities will be prepared to demonstrate no impacts to wetlands . This narrative will discuss the purpose of the project, the reasoning behind the chosen particular route, and outline benefits of the project which are in the best interest of the public . 2 . A description of jurisdictional activities will be prepared, as needed for the permit application. These activities include construction in, on or over wetlands, Waters of the United States and other surface waters of the state as described in 62 -340, section 404 C . W. A. , section 10 of the Rivers and Harbors Act and 62-301 F .A. C . 3 . Documentation for the use of State owned sovereign submerged lands will be prepared, if necessary. 4 . An alternative(s) analysis memo of the design considerations will be prepared. 5 . Detailed information on the construction/installation methodology for the crossing will be prepared. This description will include the type of equipment to be used, and the area of operation that will be required for the directional drilling operation. 6 . Consultant will document and prepare a disposal plan if the construction methodologies generate any type of special waste , including a description of the appropriate Best Management Practices (BMP ' s) proposed . 7 . Consultant will prepare permit drawings for the agency' s review. 8 . Consultant will provide agency coordination with the FDEP and ACOE to review outstanding items required by those agencies, and respond to two requests for further information (RFI ' s) . Task 6. 0 - Permitting and Agency Coordination 1 . Provide coordination of information with the SJRWMD and COE to review outstanding items required by those agencies . 2 . Respond to two (2) requests for additional information (RFI) , from each agency. 3 . Coordinate with the Division of State Lands and apply for a public easement for use of state lands, if required . 4 . Submit FDOT permit application, if required . 5 Task 7. 0 — Construction Permitting A construction permit will be required from FDEP for constructing the watermain, forcemain, and reuse main. Forms 62 -555 . 900( 1 ), 62 -604 . 300(7)(a) . Construction drawings will be submitted as part of the permit application. The construction drawings must reflect line size, location, construction technique, standard separation distances from sanitary and storm sewers, monitoring equipment, sample taps, color code, tie-in details, and disinfection prior to placing the line into service . Kimley-Horn will prepare tie-in details for the reuse, watermain, and forcemain and depict these on the drawings . Prior to placing the lines into service, the lines must be flushed in order to remove debris that may have been trapped within the line during construction . It is assumed that each of the new lines will be pigged in order to minimize flushing water volume . Once the project is constructed and passes the pressure and bacteriological testing, final certification and clearance will be requested from DEP . Record drawings will be prepared based on information provided by the contractor and will accompany the request for release and final clearance, which will be provided during the construction phase services task. Kimley-Horn will perform the following under this task : 1 . Identify methods for disposal for the waters generated by pigging and disinfecting the pipelines and prepare a narrative on disposal of waters generated by pigging and disinfecting the pipelines . 2 . Prepare and submit the construction permit applications including drawings and specifications . 3 . Address up to two requests for information (RFI) from DEP for each application made . Task 8. 0 — Construction Phase Services Kimley-Horn will provide construction phase services for this project, including bidding and contract administration, shop drawing review, coordination and meeting attendance, construction observation, field monitoring including turbidity monitoring, preparation of record drawings , and final certification of completion of the project . It is anticipated that the duration of construction phase (notice to proceed to final completion) will be approximately ten ( 10) months and assumes that both the East and west crossings will be drilled at the same time, i . e. , the contractor will have two boring rigs . It is assumed that part-time on-site construction observations will be provided during the drilling, reaming, and pull-back phases , which is assumed to be approximately 1 week for each of the two pipe sections . Field observations will also be conducted during the piping tie-ins to the existing water and force-main pipes, during flushing, and pressure testing of the installed piping system, including up to three days per week during significant construction 6 activity. It is estimated that 180 hours of on-site observations will be required for these activities . It is assumed that the Contractor will provide weekly monitoring and reporting will be submitted to the agencies from the Contractor through Kimley-Horn with Owner review during construction. It is assumed that turbidity monitoring will be required daily in the proximity of the work area and will be for a duration of approximately nine (9) months . This monitoring will be provided by the Contractor. Consultant will provide duplicate testing when on-site to confirm general contactors more frequent turbidity test results . Kimley-Horn will answer bidding contractor questions and prepare addenda, as needed which will be distributed to all the contract document holders . Kimley-Horn will attend a pre-bid meeting at the project site or IRCUS ' main office. Kimley-Horn will sell project manuals from our office, including drawings, specifications, and generation of all addendums . Shop drawing submittals will be reviewed for conformance with the contract documents . Shop drawings will be submitted directly to Kimley-Horn. Kimley-Horn will review the submittals and return copies to the contractor and Indian River County Utility Services . Kimley-Horn will provide coordination of project status meetings and observation of construction for the duration of the project . Kimley-Horn will also review monthly pay requests and provide recommendations for payment to Owner for the progress of the work. Construction observation will be provided by a field inspector. The field inspector will observe construction in order to determine if the project is being constructed in accordance with the contract documents . This will include witnessing pilot bore, installation of the piping, pressure testing of new piping, etc . Work that Kimley-Horn believes does not comply with the contract documents will be brought to the attention of Owner and the Contractor. Additional site visits for testing due to an unprepared contractor or failure of equipment will be considered an additional service and billed separately. Kimley-Horn will prepare record drawings of the project using information provided by the contractor and field inspector. These record drawings will be used for final clearance of the piping systems . A complete set of reproducibles, an electronic copy in AutoCADD 2004 minimum format, and five (5) sets of prints (3 full size and 2 reduced size sets) will be provided to Owner. Consultant will provide design drawings in electronic AutoCADD format, compatible with Indian River County Utilities standards . Contractor shall provide survey information in electronic format � all of which will be furnished to Indian River County Utilities as required . Record drawing information will be provided in Florida State Plane Coordinates (NAD- 86) . A request for final release of the facility will be submitted to FDEP, including certification letter, record drawings , and bacteriological analysis . 7 A punch-list will be prepared for the items that need to be completed for final closeout of the project. Kimley-Horn will provide two site visits with the contractor to review the status of the completion of these punch-list items . Kimley-Horn will prepare up to two change orders for any changes in the work that may arise during construction of the project. ASSUMPTIONS and Additional Services 1 . No hazardous conditions are found during the preliminary investigations . 2 . Permit application fees will be provided by Owner . 3 . Soil borings and additional geotechnical work conducted in the lagoon and beyond the scope listed herein can be provided as an additional service . 4 . It is assumed that ground-water, sediment quality, and surface water quality data monitoring in the project area will not be necessary and is not provided under this scope . 5 . Surveying and bathymetry outside of existing available data and beyond the scope listed herein can be provided as an additional services . 6 . No mitigation will be impacted and therefore required. 7 . Monitoring beyond what is listed herein and as defined by the DEP during the ERP process . SCHEDULE The scope described herein is anticipated to take approximately eight to nineteen months from notice to proceed. Kimley-Horn will work diligently to have the permitting scope complete within six months, and bid the project concurrently with the permitting process in order for construction to commence prior to hurricane season. However, permitting agency review, bidding, and contractor delays are beyond our control and make take longer than anticipated. Permitting : 6 — 9 months Construction : 8 — 10 months Total 8 — 19 months 8 FEES Kimley-Horn will provide these services as described herein on a lump sum basis for the following fee : Task No . Task Fee 1 Meetings, QA/QC, and Permit Coordination $ 172790 2 . Collection of Existing Data $ 109330 3 Field Survey, Geotech Exploration, and Environmental Data Collection $ 24, 000 41 Design $ 22 , 800 5 . Environmental Resources Permitting $ 4% 500 6 . Permitting and Agency Coordination $ 199800 7 • Construction Permitting $ 7, 550 8 . Construction Phase Services $ 63 ,230 TOTAL : $ 215,000 Kimley-Horn will provide these services in accordance with our non-exclusive professional Kimley-Horning agreement dated April 6, 2004. F :\Utilities\UTILITY - ENGINEERING\Projects - Utility Construction Permits\IRC - Wabasso Subaqueous Crossing - UCP#960\Kimley Horn 002 - Proposal Wabasso HDD Project-rev6.doc 9