HomeMy WebLinkAbout2014-154 (2) WORK ORDER NUMBER 8
BLUE CYPRESS NEW REPLACEMENT PACKAGE WWTF
This Work Order Number 8 is entered into as of this 21 day of Octobel-
201 4, pursuant to that certain Continuing Contract Agreement for Professional Services
entered into as of November 15, 2011, (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 serviCE s within
the timeframe more particularly set forth in Exhibit 1 (Time Schedule), attache to this
Work Order and made a part hereof by this reference all in accordance with the to ms and
provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agr ement,
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 Wok 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 & MOILER, INC. OF I N RIV R COUKY
By:. By:
L"dir M W Wst , E, E Peter D. O'Bryan, Cha man
Title: President BCC Approved Date: October 21 014
ti,
�0�•' �sso. Attest: Jeffrey R. Smith, Clerk of Court and
Comptroller
By:
Deputy Clerk
✓�,�,`c.�i tai' •�oQ,
.�couii� .- Approved:
;rya
h A. Baird, County Administrat r
m ale uff'ci ncy:
[�yaan Reingold, County Attorney
Our File#1341
September 9, 2014
"EXHIBIT 1"
WORK ORDER NO. 8
(Scope of Work)
• Project Description
Work Order No. 8 provides for professional services for the FDEP permit revision, a gineering,
design, preparation of construction plans, specifications/bid documents, construction observation,
and soils engineering for the Blue Cypress Lake new replacement package concrete Wastewater
Treatment Plant and modification of the effluent disposal system. The services will include a plan
and criteria for abandonment and demolition of the existing plant.
The existing Blue Cypress Wastewater Treatment Plant is a steel package plant which provides
tertiary treatment and serves a small fishing resort located along the shore of Blue Cypress Lake.
The resort is fully developed and consists of small houses or trailers some of which are occupied
full-time and others are used on occasions for recreational activities on Blue Cypress Lae primarily
bass fishing. Domestic wastewater is generated by approximately (84) dwelling units and a small
commercial fishing tackle shop.
The existing steel package wastewater treatment plant has deteriorated badly with the steel tanks
rusted and corroded beyond repair. It is estimated that the existing plant was purchased new
sometime around 1975 and has been moved several times to different locations at various
development projects. The plant was installed at its present location around 1992 to serve the Blue
Cypress Lake Resort. Recently, Masteller & Moler, Inc. was authorized by the Indian River County
Utilities Department to prepare plans to remove and repair the severely corroded steel sections of
the plant in an attempt to salvage the existing plant tankage. During this assignment an J based on
continued fact gathering, it became evident that it would be impossible to provide easonable
assurance that the repairs would provide satisfactory results. A contractor was requested to
evaluate the plant and provide a cost estimate to perform the construction work anticipated by the
project design. The construction estimate was in excess of $325,000.00. Based on the cost and
inability to repair the plant, the Indian River County Utilities Department has decided to a oandon the
existing steel package plant and replace the plant with a new 17,000 GPD package concrete
tertiary wastewater treatment plant. It is anticipated that the new package plant will utilize the
existing modified effluent disposal facilities, provide reliable future service and cost less to construct
than to attempt to salvage the existing plant.
The work to be performed as part of this Work Order will generally include preparation of an FDEP
permit revision application package; preparation of contract plans; preparation of specifications and
bid documents for a new replacement package concrete wastewater treatment plant; modification
of the effluent disposal system; assistance during bidding and contract administration/periodic
construction observation for the project. Our services will also include a plan and criteria for
abandonment and demolition of the existing plant.
The estimated project cost for the New Replacement Package Concrete Wastewater Treatment
Plant and abandon / demolish the existing plant covered in the Scope of Services for Work Order
No. 8 is $ 300,000.00.
A brief description of the scope of services and deliverables for Work Order No. 8 is provided
below:
Work Order#8
Exhibit#1 (Scope of Work)
Page 2
• Scope of Services
Masteller & Moler, Inc. will prepare and submit the FDEP permit revision application package and
complete project design, construction plans, specifications and bid documents, and provide
services during bidding and construction. Our services will include obtaining soils engineering
services as necessary to produce a bid ready project and prepare an abandonment plan and
criteria for demolition and removal of the existing steel package wastewater treatment plant.
Task A— Permitting Services
Masteller & Moler, Inc. will prepare the FDEP permit revision application package to provide for the
construction of a new 17,000 GPD replacement package tertiary treatment plant. We will prepare
an Abbreviated Preliminary Engineering Report as part of the permit revision application package
and submit the application to FDEP along with the Indian River County application fee check in the
amount of$600.00.
Task B— Engineering Services
Masteller & Moler, Inc. will provide engineering design services of a new replacement 17,000 GPD
package concrete wastewater treatment plant on the existing site without disturbing the existing
plant. Our services will include preparation of construction plans and specifications with bid
documents showing and describing the new plant which will include surge tank, duplex aeration
tanks, dual final clarifier tanks, aerated digester tank, dual cell tertiary filters, and duplex chlorine
tanks. The new plant process will be extended aeration with Class 3 reliability and be cesigned to
meet existing FDEP effluent requirements. The plans and specifications will include related
treatment plant equipment and piping such as pumps, blowers, bar screen with splitter ox, and a
hypochlorination system. The existing effluent disposal facilities will be utilized. ThE plans will
include modifications to the effluent disposal system as required by the FDEP.
Task C— Project Biddinq Services
Masteller & Moler, Inc. will work with Indian River County to allow for bidding of thE proposed
construction work to be described in the Contract 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 fora and of the
contract to the lowest qualified bidder.
Task D— 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. 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.
As part of our services related to the new plant start-up, we shall include in the specifications a
narrative describing the transition of the flow and "seeding" the new plant as part of taking the
existing plant off-line.
Work Order#8
Exhibit#1 (Scope of Work)
Page 3
Task E— Soils Engineering Services
Masteller & Moler, Inc. will provide for soil borings and a report of findings and recomme dations to
support the design and construction of the new replacement wastewater treatment plant.
Task F—Abandonment Plan
Masteller & Moler, Inc. will prepare and include in the project bid package specification an
Abandonment Plan (AP). The AP will present the procedures for closing the existing wastewater
treatment plant that will be removed from the site once operation is discontinued. This plan will also
include sequential steps of action for wastewater and solids removal, cleaning and disi fection of
tanks, demolition and removal of the existing steel package wastewater treatment plarit, and the
time frames associated with the cleaning and demolition procedures.
"EXHIBIT 1"
WORK ORDER NO. 8
(Fee Schedule)
Method and Amount of Compensation
Masteller& Moler, Inc. proposes to provide the above Scope of Services based on the follow ng lump
sum fees:
Basic Engineering Services: Fee Amount
Task B— Engineering Design, Preparation of Construction $ 16,840.00
Plans, Specifications, & Bid Documents
Task D— Periodic Construction Observation $ 8,800.00
&Administrative Services
Subtotal $ 25,640.00
Supplemental& Subconsultant Services: Fee Amount
Task A— Permitting Services $ 6,000.00
Task C— Project Bidding Services $ 1,500.00
Task E —Soils Subconsultant Services $ 2,200.00
Task F—Abandonment Plan Preparation $ 3,980.00
Task G — Reimbursement for payment of direct costs, $ 1,000.00 est.
including reproduction, copies, prints, mail,
Fed-Ex, etc. (See below for actual costs)
Subtotal $ 14,680.00
Total $ 40,320.00
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 pr ject
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 W/2" x 11" $ 0.25
Legal 8'/" 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 sim lar costs for
delivery of plans and documents to jurisdictional agencies, contractors, etc.
Application Fees are to be paid directly to jurisdictional agencies.
"EXHIBIT 1"
WORK ORDER NO. 8
(Time Schedule)
Time of Performance
The estimated time frame for completion of services from the date of Notice To Proceed (NTP) is as
follows:
Milestone Estimated Time After NTP
Task A— Permitting Services Completed
Tasks B, E & F — Design, Plans, Specs, Bid Docs (12)Weeks
Task C— Bidding (6)Weeks
Task D—Construction Observation /Administration (26)Weeks