HomeMy WebLinkAbout2018-093WORK ORDER 1
WEST REGIONAL WWTP BLOWER BUILDINGS
This Work Order Number 1 is entered into as of this 15 day of MaY '2018, pursuant to that certain
Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day
of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a
political subdivision of the State of Florida ("COUNTY") and SCHULKE, BITTLE & STODDARD, LLC
("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit A (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 B
(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 C
(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�jTY COdi •
CONSULTANT: BOARD OF COUNTY COMMISO( i11ERIg
SCHULKE, BITTLE & DD D OF INDIAN RIVER COUNTY ( '
By: By: • ��.
.\gyp .•
J seph Vochulke, P.E. Peter D. O'Bryan, Chair an . o�Nn,'�o?.••
Title: Mana g Member
BCC Approved Date: May 15, 2018
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
deputyBy: (Ohada �J - i��"
Approved:
Jason E% Brown, County Administrator
v
Approved as to form and legal sufficiency:
D an T. Reingold, County Attorney
EXHIBIT `A'
SCOPE OF WORK
WORK ORDER NO. 1
Project Description
The proposed project will provide for the evaluation and recommendation for the replacement of
blowers for the sludge holding tank and enclosure at the Indian River County West Regional
Wastewater Treatment Plant. Replacement of the blowers is necessary due to:
1. Blowers are old, inefficient and significantly oversized for the current and future needs
2. The deterioration of the metal building containing the blowers. The roof has failed
allowing water intrusion into the building affecting the mechanical and electrical
equipment
The blowers were originally sized to accommodate a much larger system. Under today's
operations, the size of the blowers and the motors can be reduced in size. Three different types of
enclosures structures will be evaluated and considered for housing and protection of the new
blowers. Based on cost benefit analysis, one of the options would be selected and final plans
prepared for mechanical, electrical and structural systems.
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
mechanical, and electrical replacement of the blowers and enclosures for the Indian River County
West Regional Wastewater Treatment Plant. The services will include the field evaluation of the
facility, preparation of preliminary plans and preliminary cost estimates, evaluation of various
options, and preparation of construction plans and specifications, construction administration and
periodic construction field inspection of the construction, as required for the complete
replacement.
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.
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 electrical engineering and wastewater treatment plant
design. SBS has budgeted up to $8,500.00 for these services.
EXHIBIT `B'
FEESCHEDULE
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:
$10,500.00
A. Review the existing plans of record. On-site evaluation
of the existing blowers, building and system components, including:
- On-site review — photograph and document existing conditions, where possible
- Coordinate field review(s) with consultant(s)
B. Prepare preliminary structural, electrical, and mechanical drawings and prepare take -off /
construction estimate based on field review, consultant's input, and consider rehabilitation
options and make recommendation on reconstruction and repairs for three (3) options:
a. Replace the metal building with a new building on the same foundation
b. Construct a new concrete block building at a new (presumable adjacent) location
c. Specify a pre -fab "cabinet" that will house the blowers only (cabinets and blower
skid designed by others)
2. Final Design
$5,500.00
Engineering design: preparation of Construction Plans, detailed specifications,
and construction details for one (1) of the above listed three (3) options.
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
$9,000.00
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)
Total:
$29,000.00
Grand Total
$29,000.00
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 Blue Line Prints $ 0.333/SF
11" x 17" $ 0.50/sheet Reproducible Sepias $ 0.75/SF
31/2" diskette $ 2.00/each Reproducible Mylars $ 1.00/SF
CD $ 4.00/each
EXHIBIT`C'
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 1 '/z months
2. Engineering Design & Preparation of 1 '/2 months
Construction Plans, specifications and Bid Documents
Bidding/Contract Award 2 months
Construction 5 weeks
Remainder of Page Intentionally Left Blank