Loading...
HomeMy WebLinkAbout2015-003WORK ORDER NUMBER 1 Central WWTP This Work Order Number 1 is entered into as of this 6 day of January, 201;5 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 Schulke, Bittle and Stoddard, LLC ("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 2 (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 3 (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: �� Schulke, Bittle a dd Sh toddard LLC By: Title: 7 L - %i Joseph Nl. Schulke, P.E. ',Managing Member BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Wesley S. Davis, Chairman BCC Approved Date: i January 6, 2015 'Y coiiiM;ss�o'` Attest: Jeffrey R. Smith, Clerk of Court and �•"'•"F�;Comotroiler *i 0 oQ ••FRCOUNN;E:'' Approved: U Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney Deputy Clerk =se. A. Baird, County Administrator EXHIBIT '1' SCOPE OF WORK WORK ORDER NO. 1 Project Description The proposed project will provide for the evaluation and recommendation for the structural rehabilitation of the Central WWTP "Head Works" and related components and the preparation of construction plans and specifications detailing the required rehabilitation work and the preparation of bidding documents. The structure rehabilitation is necessary due to the existing deteriorated condition of the concrete head works. The coating system has failed and the hydrogen sulfide/sulfuric acid that is encountered in wasetewater treatment has severely degraded the concrete in the channels and mixing areas of the facility, and the existing screw gates used to control and divert sewage flow. Scope of Services Schulke, Bittle & Stoddard, L.L.C. will provide services including engineering evaluation, design, specifications, contract administration and inspection services for the structural rehabilitation of the Central WWTP. The services will include the field evaluation of the facility, recommend rehabilitative requirements, preparation of construction plans and specifications, construction administration and periodic construction field inspection of the construction, as required for the complete structural rehabilitation. The estimated construction cost of this project is: -Headworks Restoration $151,735.10 In connection with this project, the County will provide the Engineer with a copy of any pertinent Preliminary Data or Reports; all available drawings in electronic AutoCAD format; all plans of record, maps and other documentation in the possession of or reasonably available to the County that are pertinent to the project, including plans, reports and other documents on file at the Utility Department, building department, or other IRC offices. Services not included in this Scope of Work are listed as follows: • Any services associated with assisting Indian River County in review and evaluation of patent related disputes, issues, or claims including preparing to serve or serving as a consultant or witness for Indian River County in litigation, arbitration, public or private hearings, or other legal administrative proceedings involving patent related disputes, issues or claims. • Any services in connection with the project not otherwise provided for in this scope of services. • Design or permitting of any asbestos remediation / related work. • Design or permitting of wastewater treatment systems or modification to existing systems. • Building permit application preparation. This task will be provided by the licensed general contractor awarded the construction contract for this project. • Inspection and certification of welds and mechanical fasteners required by the IRC Building Department. The bid documents and construction specification will include this as a requirement for the contractor to provide this service. 1 of 2 In order to execute this project in the most cost effective manner, with the most aggressive schedule, Schulke, Bittle & Stoddard, L.L.C. will: - Rely on building plans and building department records obtained from the IRC utility department and IRC building department for as -built conditions of the WWTP components. - Utilize the IRC utility department standard bid documents and construction contract, which documents shall be provided in an editable format by IRC to SBS. SBS may retain consultant(s) at its discretion, which may include one or more companies whose primary occupation is providing and installing lining systems for existing utility structures. SBS has budgeted up to $1,000.00 for these services. 2 of 2 EXHIBIT '2' FEE SCHEDULE WORK ORDER NO. 1 Method and Amount of Compensation Schulke, Bittle & Stoddard, L.L.C., proposes to provide the above Scope of Services based on the following lump sum fees: 1. Preliminary plan review and evaluation: $3,000 00* A. Review the existing WWTP plans of record. On-site evaluation of the existing head works and system components, including: - On-site review — photograph and document existing conditions, where possible - Coordinate field review(s) with consultant(s) B. Prepare preliminary drawings and prepare take -off/ construction estimate based on field review, consultant's input, and consider rehabilitation options and make recommendation on repairs. 2. Final Design $2,500 00 Engineering design: preparation of Construction Plans, detailed specifications, and construction details. 3. Contractor procurement / bid documents $3,000 00 Preparation of bid documents using IRC standard forms. Assistance during Bidding, including preparation of an approved contractors bid list, coordinating and chairing a pre-bid meeting, process answers to RFI's, bid evaluation, prepare addendum (if necessary) and prepare recommendation of contract award. 4. Contract Administration and Construction Phase services $6,000 00 Coordinate and chair a pre -construction meeting, shop drawing sample review, review progress payments, prepare minor plan modifications, Construction/Field Inspections, as -built review, coordinate post construction conference and inspect structure for warranty approval, and review final documentation for close-out and prepare notice of substantial completion, final recommendation for payment upon satisfactory job completion. Inspections portion of this fee based on. Assume 3 hours / day @ 20 days 5. Reimbursable Expenses: (estimated) $1,000 00 Payment of direct costs, including Reproduction costs (prints and copies), application fees, mail and delivery, mileage during construction phase services. (See below for actual costs) *Includes up to $1,000.00 for consultants Total: $15,500.00 Grand Total $15,500.00 1 of 2 Printing and Reproduction 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, specifications, 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 the following tabulation: 8 1/2" x 11" $ 0.12/sheet 11" x 17" $ 0.50/sheet 31/2" diskette $ 2.00/each CD $ 4.00/each 2 of 2 Blue Line Prints $ 0.333/SF Reproducible Sepias $ 0.75/SF Reproducible Mylars $ 1.00/SF EXHIBIT '3' TIME SCHEDULE WORK ORDER NO. 1 Time of Performance The estimated time frame for completion of services from the approval of this Work Authorization is a follows: 1. Preliminary Plan review and field evaluation 2. Engineering Design & Preparation of Construction Plans, specifications and Bid Documents 3. Bidding/Contract Award 4. Construction Remainder of Page Intentionally Left Blank p. 1 of 1 1 1/2 months 1 '/i months 2 months 5 weeks Engineer's Conceptual Cost Estimate Central WWTP Head Works Restoration 1 Install mechanical plug and reconfigure pipes/valves to bipass headworks LS 1 $2,500.00 $2,500.00 2 Clean/pressure wash and prep channels LS 1 $5,000.00 $5,000.00 3 Restore walls/floors/ceiling SF 3354 $20.25 $67,918.50 4 Concrete restoration SF 429 $52.50 $22,522.50 5 Replace gates EA 2 $10,000.00 $20,000.00 6 Remove corrosion/clean, paint misc. appurtenances LS 1 $20,000.00 $20,000.00 $137,941.00 Contingency 10% $13,794.10 Grand Total: $151,735.10