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