Loading...
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