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)