Loading...
HomeMy WebLinkAbout2005-135 y _ 41Iglo5 WORK ORDER NUMBER 1 11 SUPPLEMENTAL VALUE ENGINEERING AND QUALITY CONTROL REVIEWS OF r� THE VORTEX TREATMENT SYSTEM DESIGN FOR THE NORTH , MAIN , AND SOUTH RELIEF CANALS This Work Order Number 1 is entered into as of this 19th day of Apri 1 2005 , 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 Malcolm Pirnie , 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 MALCOL PIRNIE , INC . OF INDIAN RIVER COUNTY I � f r By . By Thomas S . Lowthgr, Chaij nan , Chairman Title : �� t� -- /� �.x � , ° ' � • • F� •b Attest : J . K . Bal Qri Clerk rt ByZ " Deputy Clerk, / r ` Approved : r. . J ph aird , County Administ ator p d to fo and legal su ' ' n : a I , Assis orne ATTACHMENT 1 to WORK O&DER NO. 1 SUPPLEMENTAL VALUE ENGINEERING AND QUALITY CONTROL REVIEWS OF THE VORTEX TREATMENT SYSTEM DESIGN FOR THE NORTH , MAIN , AND SOUTH RELIEF CANALS 1 . PROJECT UNDERSTANDING The County is continuing to have a design prepared by Carter Associates , Inc . and its design sub-consultants ECT , Inc . and CDS Technologies , Inc . for pollution control systems in the Main Relief Canal , South Relief Canal , and North Relief Canal . The major components of the design for each canal includes floating boom system , tilting weir (South and North Canal only) , secondary bar screen , climber screens , wash down system , debris removal system , dewatering system , canal stabilization and erosion control , prefabricated building , and vortex units . 2 . BACKGROUND The County is interested in expanding the current scope of work of the independent analysis in the form of a value analysis and constructibility review of the design contract documents . The current authorization accounts for reviews at the 30 percent and 75 percent complete submittal packages . As requested by the County , the additional scope of work will include a value analysis and constructibility review activity that will be performed on both the 50 percent and 90 percent complete contract documents (drawings and technical specifications ) . The value analysis activity will provide both potential construction and life cycle cost savings by developing alternative approaches to construction details , specifications and material selection . The value analysis and constructibility review will be performed on the following specialty design disciplines : Civil Mechanical Electrical Instrumentation/Process Control The value analysis and constructibility review will not be performed on the structural design discipline . The constructibility review will identify those areas in the documents , which could potentially cause field problems and delays during the construction phase . The constructibility review comments will potentially improve the quality of the contractors ' bids on this project . 3. SCOPE OF WORK TASK NO . 1 — Meeting with County and Design Team Attend two meetings with the County and the Design Team . The purpose of these meetings will be to discuss review comments from the previous submittals . Also includes 12 hours for technical assistance outside the formal meeting format . TASK NO . 2 — Letter Response for 50 % Design Completion Prepare and submit a letter report to provide comments concerning issues associated with the value analysis and constructibility review of the 50 percent submittal package . Activities 2 . 1 Review contract drawings to identify potential changes that could provide savings in both capital and life cycle costs through an evaluation of each specified design discipline of the project . 2 . 2 Review technical specifications to identify potential changes that could provide savings in both capital and life cycle costs . 2 . 3 Review the Design Consultant' s opinion of probable construction cost . 2 . 4 Prepare value analysis and constructibility review letter report identifying the potential cost savings . TASK NO . 3 — Letter Response for 90% Design Completion Prepare and submit a letter report to provide comments concerning issues associated with the value analysis and constructibility review of the 90 percent submittal package . The activities associated with this Task will be similar to those for Task No . 2 . 4 . DELIVERABLES Five copies of the value analysis and constructibility review letter report will be submitted to the County for both the 50 percent and 90 percent submittal packages . ** END OF ATTACHMENT 1 * * ATTACHMENT 2 to WORK ORDER NO. 1 SUPPLEMENTAL VALUE ENGINEERING AND QUALITY CONTROL REVIEWS OF THE VORTEX TREATMENT SYSTEM DESIGN FOR THE NORTH , MAIN , AND SOUTH RELIEF CANALS 1 . COMPENSATION The COUNTY agrees to pay and the CONSULTANT agrees to accept , a lump sum fee of $9 , 895 for services rendered according to Attachment 1 of this WORK ORDER . 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 . Per F . S . 218 . 74 (2 ) , the ten percent ( 10 % ) 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 . ** END OF ATTACHMENT 2 ** ATTACHMENT 3 to WORK ORDER NO. 1 SUPPLEMENTAL VALUE ENGINEERING AND QUALITY CONTROL REVIEWS OF THE VORTEX TREATMENT SYSTEM DESIGN FOR THE NORTH , MAIN , AND SOUTH RELIEF CANALS 1 . TIME FOR COMPLETION The CONSULTANT will complete its review and provide comments on each progress package on or before the 14th day after it receives the progress package from the COUNTY . ** END OF ATTACHMENT 3 **