HomeMy WebLinkAbout2019-184CCNA2018 WORK ORDER 7
437717 8TH STREET 24" FM RELOCATION
This Work Order Number 7 is entered into as of this S day ofNovember2019, pursuant to that certain
Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17' 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 Masteller & Moler, Inc. ("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 A
(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 A
(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:
MASTELLER & MOLER, INC.
Print Name: Earl H. Masteller, PE, BCEE
Title: President
BOARD OF COUNTY COMM) ... ,
OF INDIAN RIVER COUNTY
Bob Solari Chairman '
BCC Approved Date: November 5, 2019
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
(& ada
epu y Clerk
Approved:
Jason E. Bro n, County Administrator
v
Approved as to form and legal sufficiency:
Dy an T. Reingold, County Attorney
EXHIBIT "A"
WORK ORDER 7
81h Street 24" Force Main Relocation
Masteller & Moler, Inc. is pleased to present you with Work Order Number 7 which provides Professional
Engineering Services for design, permitting, and specifications with bidding services.
Proiect Description
The State of Florida Department of Transportation, along with Indian River County plans to construct a bridge
replacement project for the 8th Street bridge over the Lateral "C" Canal at 74th Avenue in Vero Beach, Florida.
Said project requires that Indian River County Utilities relocate certain existing wastewater improvements in
advance of the referenced project in order to eliminate conflicts with the bridge replacement design. The
existing 24" force main on the south side of 8th Street will need to be relocated and replaced with a new force
main system. Any adjustments necessary to the existing potable water main system and related accessories,
including gate valves, etc. are not included as part of this Work Order Number 7.
The estimated Construction Cost for the Utility Improvements Scope of Services for Work Order No. 7 is
$440,000.00.
In order to expedite the Project Scope and to not duplicate acquisition of survey information previously prepared
by the FDOT, County has provided Consultant with copies of the FDOT's Roadway Improvement Plans, both hard
copy and AutoCAD format. These documents include route survey information and proposed roadway and
stormwater improvements construction details. It is understood that the information provided reflects
"Preliminary" design of the project improvements, and that changes to the current Plans may occur.
Furthermore, it is understood that the County has obtained authorization from the FDOT to allow said
information to be used by Consultant in the performance of the Scope of Services described herein.
In order that Indian River County may construct the required utility replacements as described above, Consultant
proposes to perform the following scope of services;
Scope of Services
Task A — Surveying Services
The drawings provided by County to Consultant in AutoCAD format represent raw survey data acquired by the
FDOT's roadway consultant and/or their sub -consultants. The data, in its current format, is not usable in the
preparation of the Construction Plans. The raw data will need to be converted into a final product that will be
used as the Base Plans for the project. Consultant will utilize the services of our survey sub -consultant, Masteller,
Moler, & Taylor, Inc. to convert the raw data into a Route Survey and Base Plans.
Task B — Engineering Design & Preparation of Construction Plans
Consultant shall use the aforementioned Base Plans for design and preparation of Construction Plans for a new
24" PVC wastewater force main including a directional bore underneath the Indian River Farms Water Control
District's (IRFWCD's) Lateral "C" Canal. Consultant shall prepare plans and specifications which shall include
requirements for connection of the new utilities to existing systems to remain. Plans and specifications will also
Exhibit A — Page 1
include the requirements for abandonment of portions of the system replaced by new main, and demolition of
certain existing fixtures. Due to the "Preliminary" nature of the FDOT Project Plans, we shall coordinate with
the FDOT as needed to ensure the Roadway Improvements and related Stormwater Improvements and the
Utility Relocation Plans are not in conflict. Additionally, the designs shall be supported by maintenance of traffic
standards consistent with FDOT Specifications.
The following information is requested from the Utilities Department:
1. Existing Maximum Pump Flow Condition for County Lift Station #89;
2. Existing system pressure in the 24" Force Main at the Project location;
3. Further information on a possible bypass of the existing 24" Force Main to the South WWTP so as to
possibly eliminate costly wet tapping of the existing force main.
Task C — Quality Assurance / Quality Control EnIzineering Review
Consultant shall use the services of our directional boring engineering sub -consultant, Jim Williams, PE of
Brierley Associates, to perform Quality Assurance and Quality Control engineering review services throughout
the design phase as follows:
• 60% Plans review
• 100% Plans review
Consultant will coordinate with Jim Williams, PE of Brierly Associates to ensure that the proposed directional
bore results in the best design and force main route with the lowest construction, operational, and maintenance
cost to the County.
Task D — Soils Engineering Services
Consultant shall use the services of our soils engineering sub -consultant KSM Engineering & Testing to provide
soil engineering services for the project along the proposed route corridor as follows:
• Perform two (2) soil borings to a depth of 45' on either side of the Lateral "C" Canal along the
directional bore route; and
• Provide a report detailing all findings and conclusions as to the suitability of the subsurface soils for
the project.
Task E — Permitting
We shall secure permits for the proposed work from the following agencies:
• Indian River Farms Water Control District
• Indian River County Public Works:
1. Road Crossings
2. Soil Borings
Permit application fees are not included in this Work Authorization.
Exhibit A — Page 2
Task F — Bidding Services and Specifications
Using IRCDUS standard bid documents, we shall prepare Contract Plans and Specifications with Bid Documents
to allow the Indian River County Purchasing Department to advertise and bid the proposed Utility Replacement
Project. Additionally, we will provide engineering services during the project's bidding process generally
including but not limited to 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. Revise and/or amend Contract Plans and Specifications and prepare written addendum / addenda
during bidding to reflect any comments and/ or requirements by permitting agencies.
3. Research and responses to bidders' questions to be incorporated into written addenda during the
bidding process.
4. Review submitted bids, evaluate for correctness and completion, compile bid comparison by line
item for each bidder, contact references (if applicable), and provide Letter of Findings and
Recommendation of Contract Award.
Deliverables—The ENGINEER shall provide the COUNTY:
a. 60% Construction Plans and Preliminary Specifications - 2 Sets
b. Final Construction Plans - 2 Sets + PDF
c. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work
d. Related digital AutoCAD, DOC, and PDF files
TIME SCHEDU
Project shall be completed as follows:
Engineering Design & Preparation of Construction Plans (after NTP Receipt) 40 Working Days
Submittal of Permit Applications (after NTP Receipt) 50 Working Days
FEE SCHEDULE
Consultant proposes to provide the outlined Scope of Services based on the following lump sum fees:
• Task A — Surveying Services $ 1,500.00
• Task B — Engineering Design & Preparation of Construction Plans $ 30,800.00
• Task C — Quality Assurance / Quality Control Engineering Review $ 3,800.00
• Task D — Soils Engineering Services $ 5,900.00
• Task E — Permitting $ 5,320.00
• Task F — Bidding Services and Specifications $ 6,220.00
Total Lump Sum Fee
File#1943
(1943_WorkOrder.docx)
Exhibit A — Page 3
$ 53,540.00