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 **