HomeMy WebLinkAbout2016-002A WORK ORDER NUMBER 2
GRAVITY SEWER PROJECT FOR NORTH COUNTY - STUDY AREA 2
This Work Order Number 2 is entered into as of this 12th day of z nijar ,
201 6 , pursuant to that certain Continuing Contract Agreement for Professional Services dated
November 15, 2011, and that certain Extension and Amendment of Continuing Contract
Agreement for Professional Services entered into as of this 4th day of November, 2014 (collectively
referred to as 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 1a (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 1b (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 1c (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 1.4 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 COMMISSION* ,Zl ea"4V" 4
••o ,�,. ••.off.,,
MASTELLER& MOLER, INC OF INDIAN RIVER COUNTY �' j.•' ✓F�
By: 1- �li � r?7"� By:
Earl H. Masteller,PE, BCEE Bob Solari, Chairman •���. ;cl`;
Title: President
ss n
•aL��QU�� O
BCC Approved Date: Januaxy 12 201
Attest:Jeffrey R. Smith, Clerk Court and Co roller
By:
euty Jerk
Approved: Ql-",n 121. � nj
o eph A. aird, ounty Administrator
Approved as to form and legal sufficiency:
n T. Reingold, County Attorney
MM File#1422LE
December 29, 2015
NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT
CONTINUING CONSULTING SERVICES
"EXHIBIT 1a"
WORK ORDER NO.2
(Scope of Work)
Project Description
Masteller & Moler, Inc. (MM) is pleased to present you with Work Order No. 2 which provides
professional engineering services for design and preparation of construction plans, and permitting
applications covering the proposed sanitary sewer collection and conveyance project. The project
covers areas addressed in the "Sanitary Sewer Feasibility Study and Report for the North
Sebastian Area" prepared by Masteller Moler Inc. and dated November 2013. The feasibility study
provided the preliminary design of a gravity sanitary sewer collection and conveyance systems
along with project cost estimates.
Indian River County recognizes the numerous benefits to be gained by the construction of sanitary
sewer gravity collection and conveyance systems as proposed by this project. One benefit of
constructing a public sewer system is the elimination of numerous existing and future septic
systems which result in pollution of the groundwater table and ultimately pollution of the Indian
River Lagoon to the east and St. Sebastian River to the north. Also, in many cases these septic
systems represent inconvenience and expense to the users for repair or replacement due to their
malfunction.
A brief description of the scope of services for this Work Order is provided below:
• Scope of Services
Masteller & Moler, Inc. will complete the project design, prepare "bid ready" construction plans,
and permitting applications for this project. Our services will include obtaining field surveying
services, and soils engineering services as necessary for design purposes. The project plans
will follow the preliminary design provided in the "Sanitary Sewer Feasibility Study and Report
for the North Sebastian Area" designated "Study Area 2" and utilize all existing information
available to us from Indian River County Utilities. Our services will include preparation of
permit applications to FDEP, FDOT, and County Right-of-way Access in order to construct the
project. Application fees are estimated at $1,750.00 for permits and are not included in our
project fee. Communication will be maintained with Indian River County Utilities Staff during
the execution of this project.
The Phase 2 project areas are shown as shaded areas on Exhibit 2 and will provide public
gravity sewer availability to residential areas presently served by septic systems and without
access to public gravity sewer services for the following:
• The residential area along North Central Avenue (Old Dixie Highway) from the
Sebastian Cemetery north to Roseland Road;
• The residential area along Ruffner Drive from the cul-de-sac north to Bay Street;
• The western portion of Ercildoune Heights along the Saint Sebastian River; and
Exhibit#1a (Scope of Work) WO#2
12/29/2015 Gravity Sewer Design For Study Area 2
Page 2 File#1422LE
• The area of Roseland between Roseland Road and the Saint Sebastian River from
Kelso Place to 128th Court.
The project will increase flows into two (2) of the existing County Utilities' pump stations along
Indian River Drive. Our services will include evaluation of these pump stations and, if
necessary, design of required modifications. In addition, our services will include design of an
interconnection of the Indian River Drive force main and the railroad force main in the vicinity of
Truman Street. This will improve the Indian River Drive force main system performance.
The estimated number of existing and future Equivalent Residential Units (ERUs) which can be
connected to this proposed project is 332 and 58, respectively.
The estimated total construction cost of this project is $1,990,000.00.
A specific list of tasks and their brief description is presented as follows:
Task A—Civil Engineering Services
Masteller & Moler, Inc. will provide final design, prepare construction plans and permit
applications for the project as described in the "Scope of Services" section of this proposal.
Task B—Surveying Services
The approximate length of the right-of-way limits is 21,100 linear feet (3.98 miles).
Masteller, Moler& Taylor, Inc. will perform surveying services for the project as follows:
1) Project initiation, including review of existing deeds and surveys, files and field notes,
preparation of work orders and field crew folders.
2) Find, recover and measure field ties into existing survey control along the route to
establish the rights of way and baseline of survey. Tie Horizontal Control to Florida
State Plane Coordinate System, Florida East Zone, NAD '83.
3) Find and recover existing vertical control. Elevations shall be based upon the North
American Vertical Datum of 1988 (NAVD '88) with a conversion to the National
Geodetic Vertical Datum of 1929 (NGVD `29) provided. Perform bench run and
establish benchmarks along the survey corridor at maximum 1,000 foot intervals.
4) Field monument baseline control at maximum 1,000 foot intervals. Control points shall
consist of iron rod and cap or nail and disk. Control points shall be designated on
survey with station/offset and NAVD `88 elevation.
5) Field locate and record vertical ground elevations sufficient to generate a center line of
road profile for the main corridor and side streets and all distinct locations (inverts,
retention areas, swales, ditches etc.) and changes in contour along the right of way
corridor. Obtain ground elevation on each property in center of lot if vacant or near
existing septic location to the best of our abilities. If septic location not obtainable,
obtain ground elevation near existing main building.
6) Field locate and record existing improvements and man-made features within the right
of way, including but not limited to, roads, swales, driveways, culverts, signage and
mailboxes, visible utilities, fences etc. within the existing right-of-way.
Exhibit#la (Scope of Work) WO#2
12/29/2015 Gravity Sewer Design For Study Area 2
Page 3 File#1422LE
7) Field locate and identify limits of vegetation and trees, 4" or larger within the right of
way limits.
8) Locate and obtain ground elevation at approximately fourteen (14) soil borings
locations as determined by the engineer.
9) Process field data and determine limits of existing right-of-ways. Prepare survey
drawing in accordance with Standards of Practice for Surveying including cover sheet
with location sketch, related title and project number, notes, legend, abbreviations and
plan view sheets. Prepare final deliverables.
10) Research property descriptions, deeds, plats, etc. for proposed easements and
prepare up to six (6) legal descriptions with sketches as applicable. Location to be
determined by the engineer.
Task C —Soils Engineering Services
KSM will perform soil engineering services for the project as follows:
Perform fourteen (14) soil borings, thirteen (13) to a depth of 10', and one (1) to a depth of
25' below existing grade in order to classify the soils in accordance with the unified soil
classification system and specify the groundwater water table and normal estimated
seasonal high groundwater table at each location. The locations will be as indicated on the
aerial provided by Masteller& Moler, Inc.
December 29, 2015
NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT
CONTINUING CONSULTING SERVICES
"EXHIBIT 1 b"
WORK ORDER NO.2
(Fee Schedule)
Method and Amount of Compensation
Masteller & Moler, Inc. proposes to provide the outlined Scope of Services based on the following
lump sum fees:
1. Prime Consultants Fee
• Task A - Primary Consulting Engineering Services by
Masteller& Moler, Inc. $ 149,295.00
2. Sub-Consultants Fees
• Task B - Surveying Services by Masteller, Moler
& Taylor, Inc. (No Administration Multiplier) $ 32,900.00
• Task C - Soils Engineering Services by KSM
(3,800.00 x 1.15) $ 4,370.00
3. Reimbursables Expenses:
• Reimbursement for payment of direct costs, including $ 1,500.00 est.
reproduction, copies, prints, mail, Fed-Ex, etc.
(See below for actual costs)
Note: est. = estimated amount. Actual cost will vary depending on quantity provided.
Printing and Reproduction, Mail and Delivery
The County shall make direct payment to our office for the cost of printing project plan
sheets required for utility coordination and for copies of reports, drawings, specification,
and other pertinent items required by federal, state, and local agencies from whom
approval of the project must be obtained, material suppliers, and other interested parties,
but may charge only for the actual cost of providing such copies based on EXHIBIT "2" -
CONSULTANT'S BILLING RATE of the "Master Agreement" as follows:
Letter 8Y2" x 11" $ 0.25
Legal 8'h" x 14" $ 0.35
Oversized 11" x 17" $ 0.50
Black Line Plans 24" x 36" $ 1.00
Mylar 24" x 36" $4.00
The County shall make direct payment to our office for the actual cost of mail, Fed-Ex, or
similar costs for delivery of plans and documents to jurisdictional agencies, contractors, etc.
Application Fees are to be paid directly to jurisdictional agencies.
December 29, 2015
NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT
CONTINUING CONSULTING SERVICES
"EXHIBIT 1c"
WORK ORDER NO.2
(Time Schedule)
Time of Performance
The estimated time frame for completion of services from the approval of this Work Order
is as follows:
MILESTONE COMPLETION DATE
Tasks A, B, and C 240 Calendar Days after Notice To Proceed
Note:
The time for completion of the 60% design drawings, permit applications and Engineer's
Opinion of Probable Construction Cost for the project shall be four (4) months from notice
to proceed. Once permits are received, 100% design drawings shall be completed in thirty
(30) calendar days thereafter.
WORK ORDER NO. 2
ATTACHMENT #1
Sanitary Sewer For North Sebastian Area
Indian River County Department of Utilities Services
Phase 2 Gravity Sewer
Item No. Item Description Quantity Unit of Unit Price Total Price
Measure
1 Mobilization 1 LS $ 60,000.00 $ 60,000.00
2 Maintenance of Traffic 1 LS $ 7,500.00 $ 7,500.00
3 Stakeout Survey&As-builts 1 LS $ 34,000.00 $ 34,000.00
4 Standard Manholes 0'-6' 71 EA $ 2,600.00 $ 184,600.00
5 Standard Manholes 6'-8' 21 EA $ 3,000.00 $ 63,000.00
6 Standard Manholes 8'-10' 10 EA $ 3,200.00 $ 32,000.00
7 Standard Manholes 10'-12' 1 EA $ 3,500.00 $ 3,500.00
8 Standard Manholes 12'-14' 2 EA $ 4,100.00 $ 8,200.00
9 1 Drop Manhole 6'-8'(Outside Drop) 2 EA $ 3,100.00 $ 6,200.00
10 Drop Manhole 8'-10'(Outside Drop) 2 EA $ 3,300.00 $ 6,600.00
11 Pump Station#1 1 LS $ 150,000.00 $ 150,000.00
12 Pump Station#2(Small Grinder) 1 LS $ 25,000.00 $ 25,000.00
13 Pump Station#5(Small Grinder) 1 LS $ 30,000.00 $ 30,000.00
14 2.5"Dia. Force Main 645 LF $ 7.50 $ 4,837.50
15 4"Dia. Force Main 770 LF $ 10.00 $ 7,700.00
16 Testing force main 1 LS $ 1,500.00 $ 1,500.00
17 8"PVC Sewer 0'-6' 9,470 LF $ 17.00 $ 160,990.00
18 8"PVC Sewer 6'-8' 7,055 LF $ 19.00 $ 134,045.00
19 8"PVC Sewer 8'-10' 3,020 LF $ 21.00 $ 63,420.00
20 8"PVC Sewer 10'-12' 915 LF $ 25.00 $ 22,875.00
21 8"PVC Sewer 12'-14' 635 LF $ 28.00 $ 17,780.00
22 Testing(TV of Mains) 21,095 LF $ 2.00 $ 42,190.00
23 Dewatering 7,490 LF $ 12.00 $ 89,880.00
24 ISingle Lateral 197 EA $ 250.00 $ 49,250.00
25 Double Lateral 89 EA $ 450.00 $ 40,050.00
26 10"Directional Bore 350 LF $ 100.00 $ 35,000.00
27 Erosion&Sediment Control 1 LS $ 15,000.00 $ 15,000.00
28 Paved Restoration(Open Cut) 10,345 LF $ 30.00 $ 310,350.00
29 1 Un-Paved Road Restoration(Open Cut) 12,165 LF $ 10.00 $ 121,650.00
30 Sod 1,015 LF $ 5.00 $ 5,075.00
31 SUBTOTAL $ 1,732,192.50
32 Contingencies(15%) 0.15 % $ 259,828.88
33 TOTAL ESTIMATED CONSTRUCTION COST $ 1,992,021.38
USE---- $ 1,990,000.00
File#1422LE
(Bid Form—Gravity Sewer_Ph2_15-1215.xlsx)
CR .�
N.T.5.
INDIAN RIVER LAGOON
/, �' ���L•---}---�3:.'. . ,/ A;' /"`�` MVV
- PROPOSED PHASE 2 SEWER AREAS
[rv]La�1fL ddGGo3 � .,e•r..�rr..,.�-w-r°.`�...;rrr.wreed r
LEGEND:Migno nm@a EXSTING a QaQ a QQ
SEWER tE°matlg Oslo
M CONSULTING ENGINEERS PROPOSED SEWER pmopo@99 ( maw,Qvv
CERTIFICATE OF AUTHORIZATION NUMBER 4204 PROP. FORCE MAIN
PROPOSED �
1655 27th STREET, SUITE 2, VERO BEACH, FLORIDA 32960 02015. Maw WC. PUMP STATION
(772) 567-5300 / FAX (772) 794-1106