Loading...
HomeMy WebLinkAbout2006-339 td - o3 - a (� ao � 7 AMENDMENT NUMBER ITO WORK ORDER NUMBER 5 This Amendment Number 1 to Work Order Number 5 (project no . U . C .P . 2621 ) is entered into as of this 3 day of October , 2006 ("Effective Date") pursuant to that certain Contract Agreement for Professional Services entered into as of July 12, 2005 ("Agreement"), by and between Indian River County , a political subdivision of the State of Florida ("COUNTY") and Post, Buckley, Schuh and Jernigan, Inc. Stoddard, L.L.C., ("CONSULTANT"). I . The COUNTY has selected the CONSULTANT to perform the professional service set forth in existing Work Order Number 5, effective date July 12 „ 2005 (project no . U . C . P. 2621 ). 2 . The COUNTY and the CONSULTANT desire to amend the above referenced work order set forth in Attachment 1 (Scope of Work), Attachment 2 ( Fee Schedule), and Attachment 3 (Time Schedule) attached to this Amendment and made a part hereof by this reference, all in accordance and provisions set forth in the Agreement. 3 . From and after the Effective Date of this Amendment, the above referenced work order is amended as set forth in this Amendment. 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 Amendment as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS Post, Buckley, OF Indian River . JTY By. B Obert A. Morrell, PEL DEE Arthur4R. Neuberger, a an Title: Vice President BCC Approved ` bct9b ( r '3 ; "2006 (Date) Date: September 13 , 2006 Attest: J . K . Barton , Clerk of Court By: Deputy Clerk Ap ed : BY: . eph A . B aird, County Adminis for ved as to form and legal sufficiency: Y - � Marian E . Assisfatr o my ttorney 4 of 4 Attachment 1 Amendment No. 1 to WO No. 5 Scope of Services Indian River County Department of Utility Services Additional Design Services for the West Region WWTF General PBS&J has been providing design services on the West Region WWTF for Indian River County Department of Utility Services (the County). During the course of the design, additional design services have been requested by the County. PBS&J would provide the additional design and associated construction services (shop drawing reviews, RFI , site visits) according to the following scope of services with County staff's written approval . Scope of Work The scope of services shall include the following additional items , 1 . Provide covers over the two new clarifier weirs for algae growth control and leave the manual chlorine feed system as a back-up as designed. 2 , Provide channel velocity and level measurement provisions to calculate feed flow to the chlorine contact tank and incorporate this flow signal in the chlorine feed pacing loop. 3. Demolish existing hydropneumatic tank system and design a new 20,000-gallon hydropneumatic tank system. The tank shall be located across the street from the original location and the compressor and compressor control panel will be located in the existing chlorine storage area on the wall . 4 . Provide new diffuser system for the two existing sludge holding tanks . 5. Provide covers for the two existing sludge holding tanks. 6 . Provide chemical scrubber type odor control system (similar to South County digester odor control system) for the two existing sludge holding tanks. No new building is anticipated or included in the design for the odor control equipment. Schedule The work outlined above will be completed in conjunction to the Design of the West Region WWTF and will add six (6) weeks to the final bid documents submittal from the date of written authorization to proceed with the design . Compensation Compensation for the additional structural , mechanical and electrical design and construction services associated with this amendment will be by Lump Sum method for each task as authorized in writing by County staff. Design Services $53,200 Lump Sum Construction Services $ 8 ,200 Lump Sum TOTAL $61 ,400 Lump Sum Page 1 of 1 ry F-N\ilivicsW T1GTY - EMPLOYEE FOLDERS\Lary Broxm\PB58U Admcndmrnt 1 10 WO NS.doc ATTACHMENT 2 Method and Amount of Compensation Post, Buckley, Schue, Jernigan, Inc . proposes to provide the above Scope of Services based on the following lump sum fees : Task 1 . Original Fee Additional Total Preliminary Engineering $ 35 , 000 $ 35 ,000 Task 2 . Final Design $ 560,000 $ 61 ,400 $ 621 ,400 Task 3 . Bidding Services $20,000 $ 20,000 Task 4. Permitting Services $ 3000 $305000 Task 5 . Field Survey Services $ 1500 $ 15 ,000 Task 6 . Geotechnical $ 15 ,000 not to exceed $ 157000 Task 7 . Construction Services $292,500 $292, 500 TOTALS $ 967500 $61 ,400 $ 1 ,028, 900 Remainder of Page Intentionally Left Blank ATTACHMENT 3 Time of Performance The estimated time frame for completion of services from the approval of this Work Order is as follows : 1 . Engineering Design & Preparation of 3 weeks specifications and Bid Documents 2 . Construction Plans 3 weeks Remainder of Page Intentionally Left Blank 3 of