HomeMy WebLinkAbout2020-017CCNA2018 WORK ORDER 8
ROSELAND ROAD 6" FORCE MAIN EXTENSIONS &
WASTEWATER FACILITIES FOR DALE WIMBROW & DONALD MCDONALD PARKS
This Work Order Number 8 is entered into as of this 4 day of February2020, 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 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.
2Z FURVAf 1ZN05
Print Name: Earl H. Masteller, PE, BCEE
By:
BOARD OF COUNTY COMMISSIONE
Title: President BCC Approved Date: 02/04/2020
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: �(" u
Deputy Clerk
Approved:
CA—
Jason E413roWn, County Administrator
Approved as to form and legal sufficiency:
Nan n T. Reingold, County Attorney
EXHIBIT "A"
WORK ORDER 8
ROSELAND ROAD 6" FORCE MAIN EXTENSIONS &
WASTEWATER FACILITIES FOR DALE WIMBROW & DONALD MCDONALD PARKS
Masteller & Moler, Inc. is pleased to present you with Work Order 8 which provides Professional Engineering
Services for preparation of a Preliminary Engineering Study and Report, design and construction plans with
specifications, permitting, bidding, and construction administration / observation for the extension of the
existing force main system in Roseland Road, and wastewater collection and conveyance facilities to serve
Wimbrow and Donald McDonald Parks. We will use our innovative skills and experience to design the most
efficient system with the lowest construction, operational, and maintenance costs. Masteller and Moler Inc. will
provide for outside consulting services including surveying and soils engineering for the project.
PROJECT DESCRIPTION
The Indian River County Department of Utility Services and the County Parks and Recreation Department have
determined that a substantial environmental benefit to the St. Sebastian River will result from the construction
of wastewater facilities along Roseland Road and within the two (2) aforementioned parks. This project will
include a wastewater force main conveyance system along portions of Roseland Road between Rivers Edge and
the Kashi Village. The project will also involve the necessary wastewater collection and conveyance systems to
eliminate the existing septic systems serving the Dale Wimbrow and Donald McDonald parks.
The estimated construction costs for the utility improvements for Work Order 8, including both the Roseland
Road wastewater force main system and the collection and conveyance systems to service Dale Wimbrow and
Donald McDonald Parks, is at this time unknown and will be addressed as part of Task A as described below in
the Scope of Services.
In order that these wastewater facilities can be constructed and to accurately estimate their associated costs,
Masteller & Moler, Inc. proposes to perform the following Scope of Services:
SCOPE OF SERVICES
Task A — Preliminary Engineering Report
Masteller & Moler, Inc. will study the project areas and prepare a Preliminary Engineering Report (PER). The
PER will present alternatives and recommend the most cost benefit solution. A Conceptual Layout Plan of the
proposed force mains and a construction cost estimate will be prepared and included for the proposed 6" force
main extensions including valves, fittings, restoration, etc.
Another section of the PER will discuss the location and proposed facilities in order to eliminate the existing
septic tank systems located at Dale Wimbrow and Donald McDonald parks. The proposed collection and
conveyance system for the parks will not only consider the lowest construction cost but also environmental
concerns, including minimizing or eliminating impacts to the existing, densely -wooded conditions. A Conceptual
Sketch of the proposed collection and conveyance system layout to eliminate the existing septic systems will be
included in the Report. In addition, we will prepare and include a construction cost estimate of the proposed
wastewater improvements.
Exhibit A — Page 1
The following information is requested from the Utilities and Parks & Recreation Departments:
1. As -Built Plans of the existing force main systems in Roseland Road.
2. Pressures in the Roseland Road force mains at Rivers Edge and Kashi Village.
3. As -Built Plans of the potable water pipeline in Roseland Road between Rivers Edge and Kashi Village.
4. Two (2) years -worth of flow data for Dale Wimbrow and Donald McDonald Parks.
5. Maximum (actual or estimated) daily number of people (per park) using Dale Wimbrow and Donald
McDonald Parks.
6. Details on dump station — the quantity and frequency the drain field is pumped out, etc.
Task B — Surveying Services
Masteller & Moler, Inc. will use the services of our survey sub -consultant Masteller, Moler & Taylor, Inc. to
provide a Route Survey for the Roseland Road force main extensions and a survey showing the location of the
existing septic systems in the Dale Wimbrow and Donald McDonald parks. The survey will show all visible
improvements and other information as needed for Engineer to design the project. Elevations will be taken
based on NAVD 1988 datum as required for the project design.
Task C — Desien & Construction Plan Services
Masteller & Moler, Inc. will provide design and engineering services in order to prepare Construction Plans and
Specifications suitable for the project's permitting and construction, showing and describing the proposed 6"
force main system, as well as the collection and conveyance system to serve and eliminate the septic systems in
Dale Wimbrow and Donald McDonald parks. Construction Plans and Specifications will be prepared for the force
main and collection & conveyance systems in the parks based on the assumption that the project will be bid as
one (1) project. We will also prepare an estimate of construction cost based on the bid ready Construction Plans.
Task D — Permitting Services
The above-described project will require the preparation of three (3) separate FDEP permit applications for
construction of the force main system and for construction of the collection and conveyance system in the two
(2) parks. In addition, a County Right-of-way permit will be required for construction of the Roseland Road force
main system. A City of Sebastian Right-of-way permit may be required for construction of a portion of the
Roseland Road force main system. Our services will include preparing applications to secure the FDEP permits
and the Indian River County Right-of-way permit, along with the necessary plans and supporting data. Our
services will also include coordination with the City of Sebastian (CoS) to determine if a Right-of-way permit is
required and preparation of the application to secure the CoS Right-of-way permit, if necessary. No other permit
applications are included. Permit application fees associated with the permits which we are securing are not
included in our fees.
Task E — Soils Engineering Services
Masteller & Moler, Inc. will use the services of our soils engineering sub -consultant KSM Engineering & Testing
to provide soils engineering services for the project along Roseland Road and within the parks. The soils
Exhibit A — Page 2
engineering services will include the performance of necessary soil borings as well as a report detailing all the
findings and conclusions regarding the soil information and water table levels.
Task F — Electrical Engineering Services
Masteller & Moler, Inc. will use the services of our electrical engineering sub -consultant Treasure Coast
Engineering to provide electrical engineering services for the project for the pumping station sites. The electrical
engineering services will generally include the evaluation of existing power to the sites (if any) to determine the
suitability for this project's needs, interfacing with the power utility to ensure adequate power is delivered to
the lift station sites, and furnishing of electrical plans and diagrams as necessary.
Task G — 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 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.
Task H — Construction Administration / Observation
Masteller & Moler, Inc. will provide 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.
2. Review/evaluate Contractor's Maintenance of Traffic Plan, SWPPP, and critical path schedule.
3. Process (catalog) and review shop drawing and material submittals and provide recommendations to
departments.
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).
Exhibit A — Page 3
• Evaluate value engineering change order proposals and provide recommendations to departments
for their direction.
• Evaluate change orders and time extension requests.
6. Review Contractor pay requests and provide recommendations to departments 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 departments.
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 departments.
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 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.
Deliverables—The ENGINEER shall provide the COUNTY:
a. Preliminary Engineering Report - 6 Copies + PDF
b. 60% Construction Plans and Preliminary Specifications - 2 Sets
c. 90% Construction Plans, Preliminary Specifications, and Permit Applications - 2 Sets
d. Final Construction Plans - 2 Sets + PDF
e. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work
f. Related digital AutoCAD, DOC, and PDF files
Exhibit A — Page 4
TIME SCHEDULE
Project shall be completed as follows:
Preliminary Engineering Study (after NTP Receipt)
60% Construction Plans & Preliminary Specifications (after NTP Receipt)
90% Construction Plans & Permit Application Submittals (after NTP Receipt)
Final Construction Plans (after NTP Receipt)
FEE SCHEDULE
60 Calendar Days
120 Calendar Days
140 Calendar Days
160 Calendar Days
Consultant proposes to provide the outlined Scope of Services based on the following lump sum fees:
The total lump sum fees will be invoiced to the Utilities Department. The fee breakdown between the Utilities
Department and Parks & Recreation Department is provided to facilitate intergovernmental transfers of funds
related to our engineering services.
Exhibit A — Page 5
Total
Consultant
Fee
Utilities
Parks &
Recreation
Task A — Preliminary Engineering Study & Report
$
9,080.00
$
2,270.00
$
6,810.00
Task B — Surveying Services
$
12,000.00
$
8,930.00
$
3,070.00
Task C— Design & Construction Plans Services
$
48,300.00
$
28,700.00
$
19,600.00
Task D — Permitting Services
$
12,520.00
$
5,220.00
$
7,300.00
Task E — Soils Engineering Services
$
5,750.00
$
2,760.00
$
2,990.00
Task F — Electrical Engineering Services
$
4,890.00
$
0.00
$
4,890.00
Task G — Bidding Services & Specifications
$
6,220.00
$
3,730.00
$
2,490.00
Task H — Construction Admin/Observation/Certifications
$
18,120.00
$
10,770.00
$
7,350.00
Total Lump Sum Fee
$ 116,880.00
$
62,380.00
$
54,500.00
The total lump sum fees will be invoiced to the Utilities Department. The fee breakdown between the Utilities
Department and Parks & Recreation Department is provided to facilitate intergovernmental transfers of funds
related to our engineering services.
Exhibit A — Page 5