Loading...
HomeMy WebLinkAbout2008-091EXHIBIT `I' SCOPE OF WORK WORK ORDER NO. 6 Project Description The proposed project will provide engineering design and permitting for the construction of upgrades and modifications to existing lift station no. 2058, which is located adjacent to 37" St., east of US Hwy. 1, in front of the Health South Treasure Coast Rehabilitation Hospital. Modifications and upgrades are necessary to this station because it is not operating at optimum conditions; rather it appears to be operating beyond its design capacity which is causing the pumps to cycle too frequently. Consequently, electrical components are wearing out prematurely, and I.R.C.D.U.S. is realizing increased maintenance expense and reduced station reliability. The upgrade for the lift station is anticipated to consist of replacing and upsizing the wet well, and related force main, gravity sewer and electric modifications to accommodate the new wet well. Existing pumps, electric controls/panel, generator and piping will remain, with necessary modifications. Scope of Services Schulke, Bittle & Stoddard, L.L.C. will provide services including base map preparation, engineering design, lift station calculations, preparation of construction plans, preparation and submittal of permit applications, preparation of Specifications and Bid Documents utilizing Standard IRC Bid Documents, construction administration and periodic construction field inspection for the construction required for upgrading/modifying of the existing lift station no. 2058. (See Attachment "A" for location and Attachment "B" for cost tabulation). The estimated construction cost of this project is $132,000.00 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, Schulke, Bittle & Stoddard, LLC, Inc. for necessary survey 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: • Any services associated with assisting Indian River County in review and evaluation of patent related disputes, issues, or claims including preparing to serve or serving as a consultant or witness for Indian River County in litigation, arbitration, public or private hearings, or other legal administrative proceedings involving patent related disputes, issues or claims. • Any services in connection with the project not otherwise provided for in this scope of services. EXHIBIT 1 ATTACHMENT A EXHIBIT '1' ATTACHMENT'B' ESTIMATED COST OF IMPROVEMENTS WORK ORDER NO. 6 2/1/2008 Item Description Estimated Quantity .ftit of Measure Unit Prjce. Total Price 1 Mobilization I LS $15,000.00 $15,000.00 2 Control Panel - Modification 1 LS $2,500.00 $2,500.00 3 Pumps, - Relocate/Rewire 1 LS $55000.00 $5,000.00 4 Hardware for Wet Well & Pump 1 LS $2,500.00 $2,500.00 5 Wet Well 1 LS $757000.00 $75,000.00 6 Gravity Sewer Modifications I LS $1000.00 $10,000.00 7 Force Main Modifications I LS $3,500.00 $3,500.00 8 Temp Bi -Pass Pump I EA $2,500.00 $2,500.00 9 Restoration / grading, etc. 1 LS $1,500.00 $1,500.00 10 Testing 1 LS $1,000.00 $1,000.00 11 ISurvey Lay-Out/AS-Builts 1 LS $1,500.00 $1,500.00 Subtotal $120,000.00 Contingency a, 10% $1200.00 Total Improvement Cost,$132,000.00 EXHIBIT `2' FEE SCHEDULE WORK ORDER NO, 6 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: Task 1. Preparation of Base Plans $ 500.00 (Note: Base plan created from a digital file of a survey prepared by others.) Task 2. Engineering design, preparation of Construction $69900.00 Plans, preparation and submittal of permit applications, and preparation of Specifications and Bid Documents utilizing Standard IRC Bid Documents. Forms, Documents and Drawings will be in electronic Format MS Word. Task 3. Assistance during Bidding, Bid Evaluations, $4,320.00 Contract Award and Construction Administration and Periodic Administration and Periodic Construction/Field inspections. Printing & Reproduction $ 500.00* * Estimated fee; not to exceed $500.00. 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, and other pertinent items required by federal, state and local agencies from whom approval of the project must be obtained, 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 I1" $ 0.12/sheet Blue Line Prints $ 0.333/SF 11" x 17" S 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. EXHIBIT `3' TIME SCHEDULE WORK ORDER NO. 6 Time of Performance The estimated time frame for completion of services from the approval of this Work Authorization is a follows: 1. Surveying, Engineering Design & Preparation of 2 Months Construction Plans, specifications and Bid Documents 2. Submittal of Permit Applications and Receipt of permits 1 '/z Months And Bidding/Contract Award (Done Concurrently) 3. Construction 2 Months Remainder of Page Intentionally Left Blank WORK ORDER NUMBER 6 This Work Order Number 6 is entered into as of this 18th day of March 1 2008 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6 , 2004 and amended effective April 7, 2007 (as so amended, the "Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY") and Schulke, Bittle & Stoddard, L.L.C., ("CONSULTANT"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 1 (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 2 (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 3 (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 qOMMiSSION� 8F" Pr Schulke, Bittle&Sddard, L.L.C. OF INDIAN RIVER COUNT.`r By: / 02/11/08 BY m _ Jos ph Schulke, P.E. Sa dra L. Bowden, Gh .i R} s Titlging Member Bard of County CommiXriers Attest: J.K. Barton, Clerk o6G Lrit" By Deputy Clerk proved: h m. Baird, County Administrator 'Approved as to form and legal sufficiency: j MCT' iah'E. Fe , si t nt County Attorney