Loading...
HomeMy WebLinkAbout2016-208 WORK ORDER NUMBER 3 NORTH COUNTY SEWER SYSTEM — PHASE ONE BIDDING & CONSTRUCTION SERVICES This Work Order Number 3 is entered into as of this 2.Oth day of Der ember 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 COMMISSIONERS MASTELLER & MOLER, INC OF INDIAN RIVER COUNTY By: L_ BY: E I"H. M�r PE, osep . Flescher, Chairman Title: President BCC Approved Date: December 20, 2.016 _ ,.. 'con14i 8 Attest:Jeffrey R. Smith, Clerk of Court and Comptroller By. L2,_5�7 Deputy Clerk ''•LFRcourir Approved: Jason E. ro n, County Administrator Approved as to form and legal sufficiency: _ an T. Reingold, County Attorney MM File#14221LH November 8, 2016 NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES "EXHIBIT 1a" WORK ORDER NO. 3 (Scope of Work) The Indian River County Utilities Department has decided to move forward with bidding and construction of Phase One of the North County Sewer System A previous Work Order provided for Engineering Services in connection with the design and preparation of construction plans and permitting applications for a gravity sanitary sewer collection and conveyance system to serve commercial areas in the North County and the City of Sebastian known as Study Area Number 1 Masteller & Moler, Inc has completed this part of the project. The County has been successful in securing grant funding for construction and the County wishes to construct the project. This Work Order provides for Engineering Services necessary for the project's bidding and construction The estimated construction cost of this project is $ 1.967.394.70 A brief description of the scope of services and deliverables for Work Order No 3 is provided below- SCOPE OF SERVICES Task A—Contract Specifications & Bid Documents Task A provides for professional engineering services in order to prepare contract specifications and bid documents to be used along with the construction plans to bid and construct the project. Task B— Bidding Services Task B provides engineering services during the project's bidding process generally including the following 1 Preparation for and attendance at a mandatory pre-bid meeting and preparation of a letter of response to include in an addendum 2 Research and responses to bidders' questions to be incorporated into written addenda during the bidding process 3 Review submitted bids, evaluate for correctness and completion, contact references (if applicable), and provide Letter of Findings and Recommendation of Contract Award Task C —Construction Administration /Observation Task C provides engineering services during the project's construction and completion process generally including the following Construction Administration/Certifications 1 Upon issuance of the Notice to Proceed, schedule and conduct a pre-construction conference with involved/affected parties and record and maintain minutes of meeting Exhibit 1 —Page 1 Exhibit#1a (Scope of Work) WORK ORDER No 3 2 Review/evaluate Contractor's Maintenance of Traffic Plan and critical path schedule 3 Process (catalog) and review shop drawing and material submittals and provide recommendations to Utilities Dept. 4 Conduct periodic progress meetings (record and maintain meeting minutes) 5 Interpret the project documents (contract, plans and specifications) to help facilitate the construction activities and to respond to issues raised by the Contractor • Analyze and address problems that arise (trouble-shoot). • Evaluate value engineering change order proposals and provide recommendations to Utilities Dept. for their direction • Evaluate change orders and time extension requests 6 Review Contractor pay requests and provide recommendations to Utilities Dept. to prevent delays and to facilitate prompt process by the County. • Contractor's pay request will be submitted to the County with appropriate backup and recommendations for payment and/or withholding of payment. 7 Process (catalog) and review RFIs and provide recommendations to Utilities Dept. 8 Coordinate and conduct punchlist procedures beginning with Initial Walkthrough (IW) within five (5) days of Substantial Completion 9 As-built reviews 10 Project close-out procedures and Engineer's Certifications as required Upon satisfaction that items of work have been completed in substantial conformance with the project documents, a construction completion package will be prepared and submitted to the Utilities Dept. The package will include inspection reports, field survey data provided by the Contractor; testing data provided by the Contractor; final as-built plans provided by the Contractor; meeting documentation, documentation of field changes, progress and final payment documentation, Contractor RFIs and change order requests, approved change orders, and final project punchlists Construction Observation & Start-Up 1 Conduct a pre-work walk through to document existing conditions with an emphasis on minimizing interruption of Utilities Dept. operations and vehicular traffic. 2. Observe the Contractor's construction activities and materials incorporated into the work during periodic site visits • Prepare and maintain written reports of the Contractor's progress and of significant events affecting the work. • Record noteworthy incidents or events with video and/or still photography 3 Observe and document construction testing activities — including materials testing, utility testing, and other related activities 4 Observe start-up of pumping systems to verify proper operation Exhibit 1 — Page 2 MM File#14221-1-1 November 8, 2016 WORK ORDER NO. 3 "EXHIBIT 1b" (Fee Schedule) Method and Amount of Compensation Masteller& Moler, Inc proposes to provide the outlined Scope of Services based on the following fees Task A. Preparation of Contract Specifications $ 17,400 00 & Bid Documents (Lump Sum Fee) Task B Services during Project Bidding (Lump Sum Fee) $ 7,925.00 Task C Project Construction Administration $ 99,945 00 & Observation Services (Not to Exceed Fee - See Attached Estimated Fee Breakdown) Exhibit 1 — Page 3 MM File#1422LH November 8, 2016 WORK ORDER NO. 3 "EXHIBIT 1c" (Time Schedule) Time of Performance The estimated time frame for completion of services from the approval of this Work Order No 3 is as follows: MILESTONE COMPLETION DATE Tasks A 90 Calendar Days after Notice To Proceed Tasks B & C 412 Calendar Days after receipt of Notice to Proceed Exhibit 1 — Page 4 INDIAN RIVER COUNTY NORTH COUNTY SEWER SYSTEM PHASE ONE - BIDDING &CONSTRUCTION SERVICES WORK ORDER NO. 3 ESTIMATED FEE BREAKDOWN FOR TASK C BASED ON 230 WORKING DAYS OR 322 CALENDAR DAYS Professional Engineer Project Mana er Pro ect Inspector Administration $ 17500 $ 11000 $ 8500 $ 6000 Total Costs Hours I Amount Hours Amount Hours Amount Hours Amount Pre-Construction 16 $ 2,80000 10 $ 1,10000 9 $ 76500 10 $ 60000 $ 5,26500 Meeting Review Critical Path 10 $ 1,750.00 4 $ 440.00 $ 8 $ 480.00 $ 2,67000 Maintenance of Traffic Shop Drawings 10 $ 1,75000 20 $ 2,200 00 $ 6 $ 36000 $ 4,31000 Address Issues 10 $ 1,75000 $ $ - 40 $ 2,400.00 $ 4,15000 Change Orders Periodic Progress 12 $ 2,10000 $ 12 $ 1,02000 12 $ 72000 $ 3,84000 Meetings Pay Requests 12 $ 2,10000 $ $ 40 $ 2,400.00 $ 4,500.00 RFI 20 $ 3,50000 10 $ 1,100.00 $ 10 $ 60000 $ 5,200 00 Punch List/Walkthru 12 $ 2,10000 $ - 12 $ 1,020.00 4 $ 240.00 $ 3,36000 As-Built Review 8 $ 1,40000 12 $ 1,32000 $ - 4 $ 24000 $ 2,96000 Construction 150 $ 26,250 00 $ 300 $ 25,500 00 30 $ 1,800.00 $ 53,550.00 Observations Start-Up 8 $ 1,40000 $ 16 $ 1,36000 $ - $ 2,76000 Project Close-out/ 12 $ 2,100.00 20 $ 2,200.00 8 $ 680.00 40 $ 2,40000 $ 7,380.00 Certifications Total(hrs/cost) 280 $ 49,000.00 76 $ 8,360.00 357 $ 30,345.00 204 $ 12,240.00 $ 99,945.00 File#1422 Fee Breal,di—i 16-1108 A- Exhibit 1 —Page 5 WORK ORDER NO. 3 NORTH COUNTY SEWER SYSTEM PHASE ONE - BIDDING & CONSTRUCTION SERVICES PREPARATION OF SPECIFICATIONS, BID DOCUMENTS AND CONSTRUCTION ADMINISTRATION /OBSERVATION SERVICES MANHOUR BREAK DOWN 11/8/2016 Princi al/PE Project Manager Project Inspector Administration $ 17500 $ 11000 $ 8500 $ 6000 Total Costs Comments Hours Amount Hours Amount Hours Amount Hours Amount Task A- Contract 72 $ 12,600 00 $ - $ - 80 $ 4,80000 $ 17,400 00 Specifications & Bid Documents Task B- Bidding 35 $ 6,12500 $ - $ - 30 $ 1,80000 $ 7,92500 Services Task C - Construction 280 $ 49,000 00 76 $ 8,36000 357 $ 30,345 00 204 $ 12,240 00 $ 99,945 00 Administration/ Observation Total (hrs/cost) 387 $ 67,725 00 76 $ 8,36000 357 $ 30,345 00 314 $ 18,840 00 $ 125,270 00 NOTE Task C is a"Not To Exceed" amount and is based on an estimated timeframe of(230)working days or (322) calendar days According to a reputable utility contractor, the portion of the project along U S #1 will require approximately (130)working days to construct due to the limited construction area and conflicts with existing storm sewer, gas pipeline, and potable water pipeline This portion of the project will require more time and more frequent on-site engineering visits by the Engineer-of-Record as part of construction observation File#1422 1422LH manhours 16-1108 xlsx