Loading...
HomeMy WebLinkAbout2020-088CCNA2018 WORK ORDER 9 NORTH COUNTY SEWER & WATER SYSTEM — PHASE TWO PLANS UPDATE. SPECIFICATIONS & BIDDING SERVICES This Work Order Number 9 is entered into as of this 5th day of May , 20_20_, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of the 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. By: By: Print Name: Earl H. Masteller, PE, BCEE Title: President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER C •Goti�Missro;�F„ Su n Adams, Chairman : Q= BCC Approved Date: M.. S9 2020 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: �aj, De uty Clerk Approved: Jason,t. 134own, County Administrator Approved as to form and legal sufficiency: �f Dylan T. Reingold, County Attorney FXHIRIT "A" WORK ORDER NUMBER 9 NORTH COUNTY SEWER & WATER SYSTEM — PHASE TWO PLANS UPDATE, SPECIFICATIONS & BIDDING SERVICES GENERAL INFORMATION The Indian River County Utilities Department has decided to move forward with bidding and construction of Phase Two 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 and potable water distribution system to serve residential areas in the North County known as Study Area Number 2. Masteller & Moler, Inc. has completed the Design, Contract Plans and Permitting Applications for the project. Phase 2 for this project is generally defined as follows: The residential area along Ruffner Drive from the cul-de-sac north to Bay Street; the western portion of Ercildoune Heights along the Saint Sebastian River; and the area of Roseland between Roseland Road and the Saint Sebastian River from Kelso Place to 128th Court. 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 plan update, contract specifications / bid documents, and bidding services. A brief description of the scope of services and deliverables for this Work Order is provided as follows: SCOPE OF SERVICES Task A — Update Project Plans Task A provides for professional engineering services to review and update the Construction Plans used for project permitting and update the plans with final checklist so they are suitable for bidding. Task B — Contract Specifications & Bid Documents Task B 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 C — Bidding Services Task C 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. Exhibit "A" - 1 Deliverables—The ENGINEER shall provide the COUNTY: a. Update Plans b. Preliminary Specifications c. Final Specifications with Contract Documents TIME SCHEDULE 1 Hard Copy & 1 Electronic 1 Hard Copy Set 1 Hard Copy Set & 1 Electronic The estimated time frame for completion of services from the issuance of the Notice To Proceed: Task A — Update Plans (after NTP Receipt) 30 Calendar Days Task B — Contract Specifications & Bid Documents (after NTP Receipt) 45 Calendar Days Task C — Bidding Services As Required FEE SCHEDULE Masteller & Moler, Inc. proposes to provide the outlined Scope of Services based on the following fees: Task A— Update Project Plans Task B — Preparation of Contract Specifications & Bid Documents Task C — Services During Project Bidding Exhibit "A" - 2 $ 12,050.00 $ 13,000.00 $ 10,770.00