HomeMy WebLinkAbout2007-321 7
WORK ORDER NUMBER 4- RR
PROFESSIONAL ENGINEERING SERVICES for REVISIONS to the
ROCKRIDGE SUBDIVISION SURGE PROTECTION PROJECT
This Work Order Number 4- RR is entered into as of this IM day of
5zotgInIner , 2007 , pursuant to that certain Agreement for Professional Services
entdr�ed into as of February 21 , 2006 ("Agreement') , by and between Indian River
County, a political subdivision of the State of Florida ( "COUNTY") and Malcolm Pirnie ,
Inc . ("CONSULTANT') .
The COUNTY has selected the CONSULTANT to perform the professional
services set forth on Attachment 1 , 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 Attachment 2 , 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 Attachment 3 , 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 .
CO NSU ANT BOARD OF COUNTY COMMt$SIANERS
MAL M PIRN , INOF INDIAN RIVER COUNTY
By : By
� 1 Gary C heeler, Chairman
Title :
Attest: J . K. Barton , Clerk.^of .. CRur't• ', `
By 265�ti /A�%�
Deputy Clerk
Approved :
v
Jose . Baird , County Administrator
Apr 9d as to form and legal sufficiency:
rian E . Fell , Assistant ounty Attorney
1
G:\2240018 Rockridge Design\REDESIGN\Scope & Fee\Work Order N4-RR - August 9, 2007.doc
ATTACHMENT 1 to WORK ORDER NO . 4-RR
PROFESSIONAL ENGINEERING SERVICES for REVISIONS to the
ROCKRIDGE SUBDIVISION SURGE PROTECTION PROJECT
INTRODUCTION/OVERVIEW
Indian River County (the "County" ) has requested that Malcolm Pirnie , Inc. (the
"CONSULTANT" ) prepare revisions to the final design specified in WORK ORDER NO .
3-RR, including estimate of probable construction costs , necessary construction
drawings and specifications , and permitting documents for implementation of the
stormwater system improvements for the Rockridge Subdivision Surge Protection
Project . The revisions are required because the pump station site has been relocated .
The relocation was initiated by the City of Vero Beach and agreed upon by the County
to accommodate the development plans for the former post office property/site . The
action of the relocated site was approved on June 28 , 2007 at a meeting of the City
Council of the City of Vero Beach .
The purpose of this project, and as outlined in WORK ORDER NO . 3-RR, is to provide
flood protection features along Indian River Boulevard to include sluice gates and flap
gates on nine different existing storm drainage structures , provide a tilting weir
arrangement at the canal adjacent to 14th Street, and a pump station arrangement in the
16th Street canal . The pump station site will be located at the southwest corner of the
City of Vero Beach property, which is located at the southwest corner of the intersection
of 17th Street and Indian River Blvd . The project revisions also include potential for
culverting the 16th canal from the pump station site to the west right-of-way of Indian
River Blvd . , together with required canal and embankment improvements to the 16th
Street canal east of Indian River Blvd . to the Indian River Lagoon , and the north/south
residential canal adjacent to and south of the 16th Street canal south of the relocated
pump station site . The project also includes the installation of earth berms along Indian
River Boulevard to prevent flood waters from crossing west across the highway. The
pro�ect limits along Indian River Boulevard are just south of 12th Street to approximately
20t Street.
The proposal assumes that the project will be designed , permitted , bid , and constructed
as a single project . The proposal outlined below presents the scope of work, estimated
fees , and completion schedule for the necessary engineering services related to the
preparation of the final design contract documents , and providing permitting and bidding
services for the proposed stormwater system improvements. Other work pertinent to
bidding and constructing this project is included in Work Order No . 3-RR, dated October
24 , 2006 .
1. 0 PROJECT KICKOFF MEETING
Attend project kickoff meeting for discussion of the design revisions , subsequent to the
City of Vero Beach approval of the site location . The meeting will include
representatives of the County and City of Vero Beach , as necessary, to discuss scope
2
F1Public WorWKeithM\Stomwater ProjectslRockridge SubdivisionMork OrderslWork Order #4%Work Order #4-RR - August 9.
2008.doc
of work, deliverables , schedule and responsibilities . The CONSULTANT will prepare
minutes of meeting and distribute .
2. 0 PROJECT COORDINATION ACTIVITIES
2. 1 Coordination of Topographic Survey Services
The CONSULTANT will provide and coordinate the services of a qualified land surveyor
to perform the additional detailed topographic survey needed at the 16TH Street canal
east and west of Indian River Blvd .
2 .2 Coordination of Geotechnical Services
The CONSULTANT will provide and coordinate the services of a qualified geotechnical
subconsultant to perform the additional , detailed geotechnical investigations needed at
the revised pump station location . The results of the investigation will be summarized in
a report that will include :
A. Soil boring logs and classifications ;
B . Existing groundwater levels and estimated seasonal high water levels ;
C. Other concerns as appropriate .
The CONSULTANT will submit one copy of the report to the County and an unbound
copy will be included with the unbound technical specifications submitted for bidding
purposes .
2.3 Grant Application Reporting and Documentation
The CONSULTANT will prepare the required quarterly reports and closeout report for
submittal to the state Department of Emergency Management ( DEM ) . The
CONSULTANT will provide the following Phase 1 deliverables (Task 3 . 0 itemized
below) required by FEMA as specified in WORK ORDER NO . 3- RR.
3. 0 FINAL DESIGN SERVICES
3. 1 Design
The CONSULTANT will prepare the revised pump station design drawings and
technical specifications . The final submittal will also include the bid schedule , drawings
in electronic AutoCAD format, technical specifications in electronic Microsoft Word
format, and two printed sets of the drawings and specifications. The CONSULTANT will
prepare and submit an Engineer's Opinion of Probable Construction Cost for the
project. Perform coordination with the City's architect regarding positioning of the pump
station footprint to allow for the least impact and beneficial use of the common space .
3
G A2240018 Rockridge Design\REDESIGMScope & Fee\Work Order #4-RR - August 9, 2007.doc
3 . 2 Preparation of Permit Applications
The CONSULTANT will revise the previously prepared documentation and submit the
necessary permit application packages and supporting documentation . The
CONSULTANT will respond to all requests for additional information from permitting
agencies . The CONSULTANT will attempt to expedite the permitting process by working
closely with all permitting agencies .
In addition , the CONSULTANT will work with the agencies to determine the impact of
the recent dredging and vegetation removal activities within the 16th Street Canal . The
proposed mitigation plan may require provisions to address inclusion of the previously
removed vegetation and therefore will require additional wetlands treatment.
Coordination will be required with the County to develop a combined mitigation plan .
3 . 3 Meeting Assistance
The CONSULTANT will prepare a presentation board of the stormwater project to use
at a single public meeting and at two additional meetings with pertinent City of Vero
Beach and County staff. The CONSULTANT will attend the meetings and prepare the
minutes of the meetings. Meeting minutes will be distributed .
'* END OF ATTACHMENT 1 "
4
G :\2240018 Rockridge Design\REDESIGN\Scope & Fee\Work Order #4-RR - August 9, 2007.doc
ATTACHMENT 2 to WORK ORDER N0. 4-RR
PROFESSIONAL ENGINEERING SERVICES for REVISIONS to the
ROCKRIDGE SUBDIVISION SURGE PROTECTION PROJECT
1 , COMPENSATION
The COUNTY agrees to pay and the CONSULTANT agrees to accept, a not-to-
exceed fee of $98, 652.80 for services rendered according to Attachment 1 of this
WORK ORDER . Work will be billed at the hourly rates set forth in the Agreement.
These fees will be in addition to those specified in WORK ORDER NO . 3- RR .
2, PARTIAL PAYMENTS
The COUNTY shall make monthly partial payments to the CONSULTANT for all
authorized work pertaining directly to this project performed during the previous
calendar month . Using the form contained herein as Attachment 5 , the CONSULTANT
shall submit invoices monthly for services performed and expenses incurred pursuant to
this Work Order during the prior month .
The CONSULTANT shall submit duly certified invoices in duplicate to the
Director of the Public Works Department. For lump sum line items , the amount
submitted shall be the prorated amount due for all work performed to date under this
phase , determined by applying the percentage of the work completed as certified by the
CONSULTANT, to the total due for this phase of the work. For time and material line
items , the amount submitted shall be based on the actual hours worked and expenses
incurred for the billing period .
The amount of the partial payment due the CONSULTANT for the work
performed to date under these phases shall be an amount calculated in accordance
with the previous paragraph , less ten percent ( 10%) of the invoice amount thus
determined , which shall be withheld by the COUNTY as retainage , and less previous
payments. Per F . S . 218 . 74(2) , the COUNTY will pay approved invoices on or before
the forty-fifth day after the COUNTY receives the CONSULTANT's invoice .
Per F. S . 218 . 74(2) , the ten percent ( 10%) retainage withheld shall be paid in full
to the CONSULTANT by the COUNTY, on or before the forty-fifth day after the date of
final acceptance of the Work by the Public Works Director.
" END OF ATTACHMENT 2"
G :\2240018 Rockridge Design\REDESIGN\Scope & Fee\Work Order #4-RR - August 9, 2007.doc
ATTACHMENT 3 to WORK ORDER NO. 4-RR
PROFESSIONAL ENGINEERING SERVICES for REVISIONS to the
ROCKRIDGE SUBDIVISION SURGE PROTECTION PROJECT
1, TIME FOR COMPLETION
Time is of the essence for this project. The CONSULTANT shall complete the
final design of this project within 150 calendar days from the COUNTY'S Authorization to
Proceed .
** END OF ATTACHMENT 3 **
G :. 2240018 Rockridge Design\REDESIGMScope & Fee\Work Order k4-RR - August 9, 2007.doc