Loading...
HomeMy WebLinkAbout2013-091 (2) os/�� �� lag So ao � 3 . 09 I WORK ORDER NUMBER 3 This Work Order Number 3 is entered into as of this 14th day of May , 2013 , pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15 , 20111 (the "Agreement") by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida (" COUNTY") and MASTELLER & MOLER , INC . (" 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 1 (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 1 (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 A 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 MASTELLER & MOLER, INC. OF INDIAN RIVER COUNTY By: K By: q,pggppYqqqpq Jo ph E . F escher, Chairman Title: President �Ot**oL%$ 6904MI �F,, , ? •' '9�' °•o BCC Approved Date: nC 7 * � Attest: Jeffrey R. Smith , Clerk of Court and l �o ° Comptroller 9�RNER C�� `°'ape By: a° . °" °°" Deputy Clerk Approved : Jose . Baird , County Administrator Approved as to form and legal sufficiency: pp 9 Y J I Alanolackwich , County Attorney MM File # 1305 NON -EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES " EXHIBIT 1 " (Scope of Work) • Project Description Work Order No . 3 provides for professional engineering services for the surveying , design , permitting , bidding , and construction services for the Central Regional Wastewater Treatment Plant' s Sludge Holding Tank modifications . The work to be performed as part of this Work Order will generally include providing a survey and base plans ; preparation of project design and demolitions for the proposed tank modifications , preparation of contract plans ; preparation of specifications and bid documents ; preparation and submittal of permit applications , assistance during bidding and contract administration/periodic inspection for the project . The estimated Construction Cost for the Utility Improvements covered in the Scope of Services for Work Order No . 3 is $ 400 , 000 . 00 A brief description of the scope of services and deliverables for Work Order No . 3 is provided below: • Scope of Services Task A —Surveying Services Masteller, Moler , Reed & Taylor, Inc . will perform surveying services of existing conditions covering the project area showing improvements and necessary elevations and topo . Task B - Structural Enaineerina Services Masteller & Moler, Inc . will provide for structural engineering services to inspect the existing sludge holding tanks and provide a brief written report of observations concerning the structural integrity of the tanks and design structural support system for tank truck filling pipe . i Exhibit #1 (Scope of Work) Work Order No. 3 03/122013 Page 2 Task C -- Electrical Engineering Services Masteller & Moler, Inc . will provide for electrical engineering services in connection with removal of existing electrical elements of mechanical equipment and installation of any new equipment. Task D — Civil Engineering Services Masteller & Moler , Inc , will provide civil engineering services covering the design and preparation of plans and specifications for demolition and construction of equipment and appurtenances related to the Central Plant's Holding Tanks . The project elements will generally include : • Provide specifications for emptying and cleaning sludge holding tanks and grease and septage receiving tanks . • Provide for inspection of the sludge holding tanks for structural defects and structural design services per Task B above . • Provide for specifications for preparing and coating sludge holding tank interior wall and ceiling surfaces . • Provide specifications for painting exterior of sludge holding tanks and grease and septage receiving tanks . • Provide plans and specifications for removal of existing : Grit equipment; Ozone generation equipment; Odor control system on North side of dewatering building ; and Pumps/motors/valves and piping on South and East sides of sludge holding tanks . • Fill in concrete pump pit on south side of tanks with compacted soil and provide for design of concrete slab for tank recirculation system . • Evaluate , select , and design new mixing system in sludge holding tanks . • Design new piping systems to : Allow both sludge holding tanks to be used simultaneously and permit the existing rotary drum thickeners to utilize both sludge holding tanks . • Design new dedicated pumps/motors , valves , and piping for conveying sludge to tank trucks . • Provide for design of new tank recirculation system and electrical components including , but not limited to , level alarms for tanks and H . O .A. pump control switch at loading area per Task C . • Design new piping system to facilitate sludge transfer into tank trucks including flow meter at top of filling hill . • Design of new fence to replace fence on North side of loading ramp . Exhibit #1 (Scope of Work) Work Order No. 3 03/122013 Page 3 Task E — Permitting Services Masteller & Moler , Inc . services include permitting from the Florida Department of Environmental Protection ( FDEP) . Masteller & Moler , Inc . will prepare the permit application and supporting data and submit on behalf of the County. Permit application fees are not included in this Proposal . Task F — Project Bidding Services Masteller & Moler, Inc . will work with Indian River County to allow for bidding of the proposed construction work to be described in the Construction Plans and Technical Specifications . We shall attend a Pre-bid meeting to describe the project to bidding contractors . We shall review the bids to be received by the County Purchasing Department and make a recommendation for award of the contract to the lowest qualified bidder. Task G — Periodic Construction Observation and Administrative Services Masteller & Moler, Inc . will provide periodic observation of construction of the improvements described above on an as-needed basis to observe that construction is in reasonable compliance with the Contract Plans and Permits . We will also attend meetings , review shop drawings and monthly pay estimates from the Contractor. Following successful completion of the Contract work as evidenced by as-builts and testing by the selected Contractor, we shall prepare Engineer' s Certificates confirming that the project improvements have been constructed in substantial conformance with design plans and specifications . We shall also assist to submit requests for clearances to operate the completed systems to the Florida Department of Environmental Protection . (Exhibit 1a-ScopeOfwork 0312_Rev_13=0422.doc) MM File # 1305 NON -EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES " EXHIBIT 1 " ( Fee Schedule) Method and Amount of Compensation Masteller & Moler, Inc . proposes to provide Word Order No . 3 Scope of Services based on the following lump sum fees : 1 . Prime Consultants Fee • Primary Consulting Engineering Services by Masteller & Moler, Inc . including Tasks D , and E $ 32 , 500 . 00 • Project Bidding Services per Task F $ 11500 . 00 • Periodic Construction Observation and Administrative Services per Task G $ 6 , 000 . 00 2 . Sub-Consultants Fees • Surveying Services per Task A by Masteller , Moler, Reed & Taylor, Inc . ( No Administration Multiplier) $ 31450 . 00 • Structural Engineering Services per Task B by ML Engineering , Inc . ($ 7 , 800 . 00 x 1 . 15) $ 89970 . 00 ( Note : The fee for Structural Engineering Services does not include any repair design and/or details that may be required . ) • Electrical Engineering Services per Task C by Ft Pierce Engineering , Inc . ($ 4 , 970 . 00 x 1 . 15 ) $ 51715 . 50 (Exhibit 1b-FeeSchedule_13-0312 .doc) i MM File # 1305 NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES " EXHIBIT 1 " (Time Schedule) • Time of Performance The estimated time frame for completion of services from the approval of this Work Authorization is as follows : MILESTONE TIME TO COMPLETE Tasks A, B , C , D , and E 90 Working Days Task F As Required Task G As Required (Exhibit 1c4ImeSchedule_13-0312.doc)