Loading...
HomeMy WebLinkAbout2017-187 WORK ORDER NUMBER 5 WATER DISTRIBUTION PROJECT FOR NORTH COUNTY STUDY AREA 2 This Work Order Number 5 is entered into as of this_14 day of No'emher2012, pursuant to 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") and that certain Extension of Continuing Contract Agreement for Professional Services entered into as of this 24th day of October, 2017 (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 la (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 lb (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 lc (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. v-tyOAtMi s' F CONSULTANT: BOARD OF COUNTY COMMISSIONE•�S�'�• `� MASTELLER& MOLER, INC OF INDIAN RIVER COUNTY : : " >< •`�• • • Blizat _ :z r:=; :• . Earl H. Masteller, PE, BCEE o:eph E. Flescher, Chairman %..9;• •• > • Title: President �..... BCC App = red Date: November 14, 2017 Attest:Jeffrey R. Smith,Clerk of Court and Comptroller By: 4,-4,(th Deput Clerk OILApproved: b\--• Jason :. Bro n, County Administrator Approved as to form and legal sufficiency: rif!T. Reingold, County Attorney MM File#1422LJ October 24, 2017 NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES WORK ORDER NO. 5 "EXHIBIT 1 a" (Scope of Work) The Indian River County Department of Utility Services is recommending approval of Work Order No. 5 which provides Professional Engineering Services for Design and preparation of construction plans and permitting applications covering a proposed public potable water distribution system project. The proposed water distribution system will serve the area known as "Study Area Number 2" as designated in the "Sanitary Sewer Feasibility Study And Report For The North Sebastian Area". This project area and proposed Phased 2 water distribution system is show in red on the attached "Exhibit 2". All of the properties to be served by this project are residential in nature with the exception of • several community buildings. The majority of the residential properties obtain water from on-site private wells. A substantial number of the residences in the phase 2 project area have voiced a desire for the County to construct a public potable water distribution system at the same time as the gravity sewer project is constructed. The County Department of Utility Services has determined that the construction of a public potable water distribution system at the same time as the gravity sewers will result in substantial cost savings by not duplicating some of the construction cost items such as traffic control, street restoration, etc. In addition, it will encourage residences to connect to both water and sewer at the same time and increase the Utility's customer base. The County utility generally uses the water system usage to calculate sewer charges. Last but not least, it will provide the residences to be served with the ability to enjoy the benefits of a safe, reliable and healthy water supply along with fire hydrant protection.. This work order provides for the engineering services necessary for the design and preparation of contract plans and permitting applications covering the proposed public potable water distribution system. The addition of the water system to the Phase 2 sewer plans as proposed in this work order results in a substantial savings in the engineering design fee because the surveying and sewer system construction plans can be modified and utilized for the proposed water distribution system design. A brief description of the scope of services and deliverables for Work Order No. 5 is provided below: • Scope of Services Masteller & Moler, Inc. will engineer the project design; prepare "bid ready" construction plans, and permitting applications for this project. Our services will include obtaining field surveying services as necessary for design purposes. Services will also 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. Exhibit 2 shows the proposed Phase 2 water distribution pipeline system in red. The proposed water distribution system will consist of approximately 3,750 lineal feet of 4" diameter water Exhibit#la (Scope of Work) WO No. 5 10/24/2017 Water Distribution Project for North County-Study Area 2 Page 2 File#1422LJ main and 23,500 lineal feet of 6" diameter water main along with the necessary hydrants, valves, and fittings. It will supply potable water to approximately 284 new connections. The proposed distribution system will connect to the existing County water mains along Roseland Road, US Highway#1, and Old Dixie Highway. The estimated total construction cost of this project is $1,800,000.00. 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 Masteller, Moler, & Taylor, Inc. will perform surveying services for this project. Surveying information previously secured for design of the gravity sewer project can be utilized for the majority of the potable water system design. However, there are some instances where the design of the proposed water distribution system will involve some locations where surveying information will need to be obtained which was not needed for the gravity sewer system design. Task B covers the surveying services to secure the additional survey information needed to design the potable water distribution system. The approximate length of the survey limits is 3,850 linear feet. The scope of services for the Right-of-Way and Topographic Survey are 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. 3) Find and recover existing vertical control. Elevations shall be based upon the North American Vertical Datum of 1988 (NAVD 88). 4) 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. 5) Field locate and record existing improvements and manmade 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. 6) Field locate and identify limits of vegetation and trees, 4" or larger within the right-of- way limits. 7) Process field data and determine limits of existing rights-of-way. Prepare survey drawing in accordance with Standards of Practice for Surveying and prepare final deliverables. MM File#1422LJ October 24, 2017 WORK ORDER NO. 5 "EXHIBIT lb" (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. $ 63,140.00 2. Sub-Consultants Fees • Task B - Surveying Services by Masteller, Moler & Taylor, Inc. (No Administration Multiplier) $ 6,350.00 3. Reimbursables Expenses: • Reimbursement for payment of direct costs, including $ 150.00 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 81/2" x 11" $ 0.25 Legal 8'/2" 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. MM File#1422LJ October 24, 2017 WORK ORDER NO. 5 "EXHIBIT 1 c" (Time Schedule) Time of Performance The estimated time frame for completion of services from the approval of this Work Order No. 5 is as follows: MILESTONE COMPLETION DATE Tasks A & B 120 Calendar Days after Notice to Proceed WORK ORDER NO. 5 — EXHIBIT 2 PROPOSED PHASE 2 WATER DISTRIBUTION PIPELINE SYSTEM , -71.---':--, ::. -.."'.:-:,:,,..‘.- ' ,-' :-•. ,INDIAN RIVER COUNTY . , . N •-• '' 1': DEPARTMENT OF UTILITY-SERVICES t T.PI,GEND - 1 .,, , , . ::- ... ..,.. . - '. i - - - - - 777777 - ---• ;-- • --- --• '•*' -'! 7•T,-.: II: ,3'.. i ::•:..->. ...„. ....,_......„....__....:—_ _ - -- - .-,- -__...— .. . = PROPOSED WATERMAIN•;i1'..--r: •••! .,:, ::::•-•";?\\ ::-st _ ,,..- .._, 1 -s.:1•.,..,..;_•:,:;,:t.,\,.--:- ...., . . = EXISTING WATERMAIN 1 .- -- ;•-•-- .-_-.:.-:,.1. .' -i.,.. --• , . . ,.-.1. . : • . I -'::::, •::".- - - - - . .-.- , . • .. _-• : ,. , '.:'..-; -,Y.,-*: - • \ '. ...---..-•,-, -. ' ,, V . ,- -:‘,.2.,."_..,"?'. -,' -\;;„ `3,;;••';, -, ' . ''';:,•,• .. ;:•'...,-..! .. - , "1 ,•''' ' . - . ' : 6, ,1:::,,i. .-,,,, ;, ....v N 77.f -;,.-). 2.,',., .-- "•-.• ,-.N-.si. .,.: . , \ . . ,, ;-,:. ',.1.--1.-:,. :-,..--, • -,,,..i. ..• .. _ , . . , ‘ij';.-=-.i.:.7:-:-.41":- --._ '- * '..../.;" -, . --• : :',. , „.. , -; • . , ' / .7'' ' -.•"5 '-- „ `7:-.::;i-1:4.,, . -'-.,. ./..is%71-' . ,- •.: ', ' .-;:-N ' -. t ..-: tty *ri,:;*-;. •".' '; -;"; - -..„;r:::::--'.- ,r:::;\ :::--;::1:;"---,•.:,„,...,.....7:%'_;•. ::,.,. -_-, •,-.:< '' :-, • ,;.. .,. '-., , . 4..---%.2•A . '.::2.-•.");." -', 1:.-' --..: • .7'%:--; 71,:, ": ' ''r.: -, •.:;. - - , . [1 ,:. ; . , ,':' !?,--',,'•''4J -- • ''''• ':::.:, '•:%:- . ' :• '' ...' r -, .....„-:.--,,„, .-,, • , .....2,:l.,; -,„, -.,„ :.:, / ., ,--..,-_::.-',",- . .ft,., •,,;*•-._,,-,-:••• ;"5:,s.; . , , .,:- ..., .. . ,....•.,...-'''. :. • "''?'.c--,--''.... ' ..,-,.,:, ....., ,itr,;, •1,. •—•x*.i. -: : :2-,, ''.rf:'.'... . '..... • : :4("..::.:. • , ., •- `0-- , :..A -/ . :-... ,2,:-..-• ‘ ' ' N:::)--\ r• :. ' ...".. •-.•:,.:.... ',„,....,.." : .:.: ' ,.. ,-,&, .,*„.., . . .. ., ,O.:,„..\ \-,,,A•I:., . • • : . -4, ":•.. '‘,;‘,;....- ''. " -,---..:..—.' ., --..-- •;-.;:.--- • -',.._, ''''' - ' ,.. : .; ''- ;- j• j i'::-'"'-','' .'“,,i17. 4A1:7-1 `.It:: . -7-,c1 • .-- ;7"-,: -.', — -f-tr•,,f.ts;.: „:?:,-,--,„ ',-,-- s''' .,„ --, --- :-7 .-• .', • ••_ :. ..---•• .!...'P .',75::f.---, ..:•,,_...z''1,‘"":\,• ::::--: 7 ,.."":- •, ::•: -r----- -, :-. • ,:'• . ,,..,..; .- „ , .. ;••• _ - ••.: titi •;•:,,t' ,....:; ,.: -:: , 1 '?.., N,...:.-,-;.'‘,....2., ;', -:•-• ;:;* -"' •••••••,. • ;• ;7,7.: 7?-!_ :"4:1_';,:-;-;,.. - -:•."•_. ,-' :''' 1...,.7,-\ ::fi...,:-....:-.4-7. f-,,,-42-."-•si•iel::•,.:„.-__•;."--:,.'1 •.'-•1:z.;-.....:.-7...,,•*.-7. ,..' ,'''.-..,. •-,_•• ''--Y...f:"•::C-_:"-•;.f; \ --',:::-•__---- "i_f ::`,..:••:--"''-'•': - . ____•_1 ,,.,4r-J1.--;_ •-,-;,-.:.; ,..-_.•-___,,- . .• • :-- -.-: '7-.1- • -;:- . : - •". _•---.:-:=:.;,::. \ ..- :•-. -: .1-- •.-_-_-1:___:_t . %. • ?‘ • , A' ••••• -,i• ••••',= : - .' • ' •-.:,-. --, •- •.--• •••••.-,••..--- \:.-:,-",..- ,•,.••-,---•t ;••••• - --:- •.• •1.-- • ---••:;:--- - .- __.•- :;:! -, '..: s'.:-. • - .• ,. , t.:•,..; ..-- _--•:,-•,--- . ,,,.. '1,:- - -,..-'.2. ,--:-. '.., • • •-,: . •-• ;:,;;-`:.' '''''. :::.7-..• i';':.7-' .-.fi•-.7.'-,,•-,, , , .-, /..,:-. • - • --; . - • - :..• - ,;--:.,- --S\: •;:,-:•-•.,-— -.-A .,_, , ., .•,„ ' — ':. :• i., •".7- --.:-'•:•••:. • '-' - 7., /,._•- -.-'-.-..;!•.; : ..--.`-. - :•: •',. ...-- '-':' ,.. -.`f.;...3 k_•\•:•77:y74';•7`.-;- .1c0,..,'7".."'"'•"• •••''-,. . •-' .•'-::: •2%' ','';':'.. '4 '"•-•-....-`'. :; 1.--;-,4 ,:'.;.,-• ... '--,,,,.. _ :.. . -,..., 7.,.. -: . z ' .. \\r.,.‘,..,,..,;.:-.:?-.:-.-:-.. ... r .... : -.?-:::---..:„: -7 • ' ,...... ''''.;'• '-!.; ''' ) .:•7 '..",), , : ' . ' :::'-' ". , , . -- ..,, !,'. '., "/,, 't'..,. ••"---,21-;`:... '',2-:,-....-••;',-..:77;:..-..:;-4-•••;.•I] „..../'i•N ' •• .••••.•;::-...",.::":,' ''''• -,..-. 7 '.'••.,:.'• •' • - - -'•' . :- --',..• *•-7.,<1' •,•3•;••• -''''-' 'i7, -:7-.-. ,, . • ' • .•?'”,'' . '. ' ••ft: •• •‘t•-)',„ \:-.- .7:f-ra7'2.-,cT:-77-.'-':-A'• 1- 7 -4.••••.,:7••;'",..\77 '•, " • . -V: '• ..--: s.: • 4; - ... , . "- • * ' ' %---:•-:, Yr i' -;;1 .;:.:.:-7., 4''•: '5''• ';'".-• ! :,• :•..-c •:-: ., , .:f.:-'-;;;.:;,'• -:.:' '''':i. ''. ': ••:' \ ---- •- . ,..:.% .,... .--, :',.-. il. -,.. : -7''-•''.•'.. 7-.--: ..,; - '•-: -. •- :=,..-. •.' •-.., '-'•-: .2....-7. - •:-/: - -.::'-'''•.' • '' •----''' > _-.4'..- 1 • , •••,;:__7, ' i:2•,, -:: i.-.'" '-‘, - - •-•:. - ••• "ma to oil dectonarde ellkb beer the copplght. HMV! 1.A K'n@rii2P11-11-42 01 RiA©11, E9 [Mo i C 0 NSULTING ENGINEERS of leastallar St Malec too. Is vested astely to Idottalar Zs Molar. bc. These donna:sob are provided to the owner safety to cconactton sd133 filo project. Any other use cc reuse af Cone documents or any repictocitee.droploy.safe.or . other diganallitin of these docornarde by =psis la expreasty pfehlblited rifirteat cement of Mostagiar es Water. Inc-paraotart to the Federal Copyright Low-- CERTIFICATE OF AUTHORIZATION NUMBER 4204 1655 27th STREET, SUITE 2, VERO BEACH, FLORIDA 32960 ,. R (772) 567-5300 / FAX (772) 794-1106 ©20•16ASSELIER &MCLER, MC . _ WORK ORDER NO. 5 ATTACHMENT #1 Engineer's Construction Cost Estimate Study Area Number 2 Potable Water Distribution System Item No. Item Description Quantity Unit of Unit Price Total Price Measure 1 Mobilization 1 LS $ 60,000.00 $ 60,000.00 2 - Stakeout Survey&As-builts 27,250 LF $ 2.20 $ 59,950.00 3 4" Dia. PVC Water Main 3,750 LF $ 19.81 $ 74,287.50 4 6"Dia. PVC Water Main 23,500' LF $ 24.56 $ 577,160.00 5 Flushing Mains 27,250 LF $ 2.00 $ 54,500.00 6 Chlorination/Test Water Mains 1 LS $ 20,000.00 $ 20,000.00 7 BacT's 25 EA $ 430.00 $ 10,750.00 8 4"Gate Valve Assembly 9 EA $ 919.82 $ 8,278.38 9 6"Gate Valve Assembly 41 EA $ 1,246.95 $ 51,124.95 10 6"x12"Wet Tap 13 EA $ 3,200.00 $ 41,600.00 11 6"x16"Wet Tap 7 EA $ 4,500.00 $ 31,500.00 12 6" Fittings 3 Tons $ 20,000.00 $ 60,000.00 13 2" Blow-Off 13 EA $ 500.00 $ 6,500.00 14 Temp.Jumper 14 EA $ 3,753.83 $ 52,553.62 15 Fire Hydrant Assembly 25 EA $ 4,522.00 $ 113,050.00 16 Single Service 84 EA $ 1,587.29 $ 133,332.36 17 Double Service 100 EA $ 2,137.63 $ 213,763.00 18 Erosion&Sediment Control 27,250 LF $ 1.25 $ 34,062.50 19 Sample Points 25 EA $ 490.00 $ 12,250.00 20 Air Release Valves 6 EA $ 4,200.00 $ 25,200.00 21 Seed and Mulch 18,200 SY $ • 0.10 $ 1,820.00 22 SUBTOTAL $ 1,641,682.31 23 Contingencies (10%) 1 LS $ 164,168.23 $ 164,168.23 24 TOTAL ESTIMATED CONSTRUCTION COST $ 1,805,850.54 USE $1,800,000.00 • M File#1422LJ M (Attachment 1_W05_Rev_17-1024.xlsx) T E6 ww w O � u) LL O) oE cc N o co EE " c o U 0 o a) U Z a) O C N Q E a) U a) a o J 0_ LL < N CL a N O OW Q 17) O CD O O O O (/) o O O O O CD O O O Q 0 0 0) CO O moi' O L V N O ,— CO CO • Z d Z a vt CO � C7 C CO O) o CO CO CO CO i H H } r to ce• EA EA EA Ea U, Ea Z W O O O O O d O O O O O O ' O ' O O O O O O C �t N C) CO ✓ O CO O 1- Z t QE N N l0 CA ne 14- N d Z OOQ..EA E» E19 ea EA to to : i a) O Z Z z w `L 0_ c a) Z O O 0 �r U Z re P o 0 0 = CO � a) a Ia) L W W m-- n Q J o 0 0 CD 0 0 °) W IX WCI 1- o m 4 o - co co co a`) C C O z ce F- U E ci p tri a) .5 a CC W L N N Ce Ce H U O W C ¢ C) D a) o O d Q LL = LL p)Ef} U, EA EA U, W CJ) CC H OZ N ` O w Z Q D 0 m to coco mO 2 Cao Ch N N D < H a M o a o 0 0 0 0 Ce a Q J a`) po o p C) o H W 0- o),- 0 CO CO OOO CO o Q C6Q ri 05 N6 a re Z 15 FA U, EA E» EA H C7 0 aO CO CO N W a _O M M N CA p • Z O O O O O re W r n O O O O W Cl- O O CO N W 6 E r` rn to i s- Z_ N Q 0— U Ea Ea Ea Efl H9 ZC W a. N 0 d- LU CO CVN I cso U) oZ t O C U) Q h .0) C a) o a) 8: 4- f0 o 0 C C O U O11 C O O .O 0 Q U Q F a) CO i U (6 Q nl ~- t Q N e e c o aoo E m C) O Q a) O W 0_ 0 CO 0_ 0_ H a 14 g