Loading...
HomeMy WebLinkAbout2005-195bWORK ORDER NUMBER 1 This Work Order Number 1 is entered into as of this 7th day of June 2005, pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of March 15, 2005 ("Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY") and Environmental Consulting & Technology, 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 2, 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 3, 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 Environmenta ting & F INDIAN RIVER COUNTY Technolog c By t =gT; •E. Thomas a. owt'h 4,0h airman i it Attest: J K4 Qp.,, Clerk of Court ByeM. !c Deputy Cle '•:; e 4. ,: �, •• �� Approved: Tseph A. Baird, County Administrator form and legajsuffipiency: E. cell, AssistanWou`nty Attorney Date Approved: 1 PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc June 7, 2005 cCi Environmental Consulting & Technology, Inc. TTACHMENT 1 to WORK ORDER NO. 1 I. PURPOSE This Work Order shall include those services associated with the engineering design, preparation of construction drawings, development of technical specifications and construction contract documents, preparation of environmental permitting documents, and other support services for the proposed Egret Marsh Regional Stormwater Park, including coordination with the Engineer responsible for the design and supply of the proposed Managed Aquatic Plant System (MAPS), specifically the Algal Turf Scrubber® (ATSTM) or ("ATSTM Project"). Portions of this project are described in general in the document entitled "Egret Marsh Regional Stormwater Management Facility", which is DEP Agreement No. G0143 for a 319(h) program grant. The concept for the facilities is described in the "Final Preliminary Engineering Report - Egret Marsh Regional Stormwater Park" (Preliminary Engineering Report), prepared by Carter & Associates, Inc. and the CONSULTANT in September 2004. It is assumed that the site for the treatment facilities will be a 35 -acre parcel in Indian River County at the southeast corner of 74th Avenue and 4th Street. It is further assumed that no further consideration will be given to the water storage needs of a Calpine Corporation electrical generating plant potentially planned for that area. 2. CONSULTANT'S SERVICES The CONSULTANT shall complete final design, develop construction documents as applicable, prepare permit application documents, and provide construction administration services for all of the facilities included in the Egret Marsh Regional Stormwater Park, except those facilities and design services provided under a separate contract between the COUNTY and Hydromentia, Inc. or project services provided by the COUNTY. The scope of services below details the required work. In general, the stormwater treatment system may include the following facilities and site improvements: A. Influent Pumping Station and Force Main B. Pretreatment settling pond C. Intermediate lift station to the ATSTM Project D. ATSTM Project (by others) E. Polishing pond F. On-site conveyance piping G. Earthwork associated with the ponds, and support areas exclusive of the ATSTM Project H. Access and internal roads I. Littoral zone design associated with the two pond elements J. Treatment wetland design (by others) K. Site stormwater management L. Site lighting, electrical distribution, communications, site plan, etc. No water quality monitoring services included. 2 PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc landscaping, J Ci Environmental Consulting & Technology, Inc. 3. SCOPE OF SERVICE The CONSULTANT's work shall include the following tasks: Task 1 The CONSULTANT shall prepare a design memorandum that will verify the unit processes that comprise the treatment train and revise (if necessary) the preliminary engineering layout as presented in the Preliminary Engineering Report. Task 2 The CONSULTANT shall prepare construction drawings and technical specifications for an influent delivery system to be located downstream of the Lateral C water control structure, which may include a pump station and a force main to the influent settling pond. Task 3 The CONSULTANT shall prepare construction drawings and technical specifications to convert one of the existing ponds on the project site into an influent settling pond, including control structures and littoral zone. Task 4 The CONSULTANT shall prepare construction drawings and technical specifications for a lift station and piping to convey the discharge flow from the settling pond to the ATSTM Task 5 The CONSULTANT shall prepare construction drawings and technical specifications for a polishing pond, including piping from the ATSTM and any control structures. Littoral zone, and/or discharge piping. Task 6 The CONSULTANT shall use G. K. Environmental, Inc. to help prepare construction drawings and technical specifications for a treatment wetland, including any control structures and/or piping. Task 7 The CONSULTANT shall prepare construction drawings and technical specifications for site improvements such as site stormwater management facilities, parking, internal roadways, landscaping, etc. Task 8 The CONSULTANT shall assemble all construction documents (plans and technical specifications), including the engineering drawings and specifications for the ATSTM unit as prepared by HydroMentia, and prepare and submit a St. Johns River Water Management District (SJRWMD) Environmental Resource Permit (ERP) application, and provide any additional information required. The CONSULTANT shall prepare and submit an application for review of an Indian River County site plan, including concurrent review of a COUNTY stormwater management plan permit application. The CONSULTANT shall respond to any requests for additional information and address any comments. PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc CC7 Environmental Consulting & Technology, Inc. Task 9 The CONSULTANT shall prepare draft and final construction cost estimates, including a list of construction cost items to be used for the bid process. Task 10 The CONSULTANT shall assist the COUNTY with a public bidding activity, including answering questions from prospective bidders, conducting a pre-bid meeting on the site, reviewing submitted bids, and recommending the lowest cost / responsible contractor for the project. Task 11 The CONSULTANT shall provide assistance during construction of the improvements including the review of shop drawings, conducting a pre -construction meeting, visiting the site during construction fifteen (15) times including any progress meetings, conducting substantial and final completion meetings, preparing record drawings from red- lined construction plans provided by the contractor, and preparation of a certification of completion for the SJRWMD. Task 12 The CONSULTANT shall coordinate with the surveyor, geotechnical engineer, electrical engineer, structural engineer (if needed), and landscape architect, and with start-up of the treatment system. 4. LIST OF PROJECT DELIVERABLES A. Verification of preliminary engineering design memorandum. B. 20% completion construction drawings. C. 50% completion construction drawings. D. 90% completion construction drawings and draft technical specifications, including draft construction cost estimate. E. 100% completion construction drawings and final technical specifications, including final construction cost estimate. F. SJRWMD permit application and supporting documentation using 90% drawings. G. Indian River County site plan review and concurrent stormwater management permit application using 90% drawings. H. Recommendation of lowest cost, responsible bidder. I. Site visit and progress meeting notes during construction. J. A certificate of completion to be submitted to the SJRWMD. 5. COUNTY RESPONSIBILITIES COUNTY will be responsible for providing surveys, geotechnical data, and payment for permit application fees. COUNTY will prepare the front-end construction contract and bidding documents. COUNTY will contract with G. K. Environmental, Inc. to help prepare construction drawings and technical specifications for the treatment wetland. **END OF ATTACHMENT 1** PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc CCA7 Environmental Consulting & Technology, Inc. ATTA 1 COMPENSATION RK The COUNTY agrees to pay and the CONSULTANT agrees to accept, a fee for services rendered according to Attachment 1 of this WORK ORDER, with a not -to -exceed charge under this WORK ORDER of $97,500. This maximum fee is itemized as follows: Task 1 - $4500.00 Task 2 - $9600.00 Task 3 - $8100.00 Task 4 - $5500.00 Task 5 - $6750.00 Task 6 - $5250.00 Task 7 - $11125.00 Task 8 - $10000.00 Task 9 - $3000.00 Task 10 - $1900.00 Task 11 - $15275.00 Task 12 - $5000.00 Direct Expenses — $1500.00 Structural Engineer Allowance - $1500.00 Electrical Engineer Allowance - $5000.00 Architect Allowance - $2500.00 Landscape Architect Allowance - $1000.00 2. PARTIAL PAYMENTS The COUNTY shall make monthly partial payments to the CONSULTANT for all authorized work pertaining directly to this project performed during the previous calendar month. The CONSULTANT shall submit invoices monthly for services performed and expenses incurred pursuant to this Agreement during the prior month. The CONSULTANT shall submit duly certified invoices in duplicate to the Director of the Public Works Department. For lump sum line items, the amount submitted shall be the prorated amount due for all work performed to date under this phase, determined by applying the percentage of the work completed as certified by the CONSULTANT, to the total due for this phase of the work. For time and material line items, the amount submitted shall be based on the actual hours worked and expenses incurred for the billing period. The amount of the partial payment due the CONSULTANT for the work performed to date under these phases shall be an amount calculated in accordance with the previous paragraph, less ten percent (10%) of the invoice amount thus determined, which shall be withheld by the COUNTY as retainage, and less previous payments. Per F.S. 218.74(2), the COUNTY will pay approved invoices on or before the forty-fifth day after the COUNTY receives the CONSULTANT's invoice. PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc Environmental Consulting & Technology, Inc. Per F.S. 218.74(2), the ten percent (10 Yo) retainage withheld shall be paid in full to the CONSULTANT by the COUNTY, on or before the forty-fifth day after the date of final acceptance of the Work by the Public Works Director. The Agreement is broken into deliverable units. No payment shall be made unless the Public Works Director has received and approved the work products required under the "Scope of Services Provided by the CONSULTANT," herein. **END OF ATTACHMENT 2** 6 PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc AA' Ci Environmental Consulting & Technology, Inc. ATTACHMENT 3 to WORK ORDER NO. 1 1. TIME FOR COMPLETION The following schedule is presented as a guide to the timeline for completion of this project. This schedule will be reviewed as part of Task 1, design memorandum preparation. Because this project includes the use of sub -consultants, some of which are not directly responsible to ECT for performance of their services, and requires environmental permitting by SJRWMD, it is recognized that this schedule may be modified as the project proceeds. Task 1, Design Memorandum — To be completed within 30 days following receipt of Notice to Proceed (NTP). Tasks 2 through 7, 20% Completion — To be completed within 45 days following acceptance by the COUNTY of the design memorandum. Tasks 2 through 7, 50% Completion — To be completed within 45 days following acceptance by the COUNTY of 20% Completion drawings. Tasks 2 through 7, 90% Completion — To be completed within 45 days following acceptance by the COUNTY of 50% Completion drawings. Task 8 — Permit applications to be completed within 30 days following acceptance by the COUNTY of 90% Completion drawings. Tasks 2 through 7, 100% Completion — To be completed within 30 days following approval of SJRWMD ERP and COUNTY site development and stormwater management permits. Task 9 — To be completed during the prosecution of Tasks 1 through 7. Task 10 — Schedule to be determined by the COUNTY. Task 11 — Schedule to be determined by the COUNTY. Task 12 — To be completed during the prosecution of Tasks 1 through 7. **END OF ATTACHMENT 3** 7 PA2004\P1404-0037-1400 IRC Continuing Services\ECT - Work Order #1 - Draft.doc cCi Environmental Consulting & Technology, Inc.