Loading...
HomeMy WebLinkAbout2008-010WORK ORDER NUMBER 5 This Work Order Number 5 is entered into as of this 8th day of January 2007 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6 , 2004 and amended effective April 7, 2007 (as so amended, the "Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY") and Schulke, Bittle & Stoddard, L.L.C., ("CONSULTANT)'). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 1 (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 2 (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 3 (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. CO4gember BOARD OF COUNTY COMMISSIONERS Sch, L.L.C. OF INDIAN RIVER COUNTY By: JosW. Sandra L. Bowde r Chairman Board of COUniv Commissioners Titl Attest: J.K. Barton, Clerk of Court By . 0. A Deputy Clerk Approved: eph . Baird, County Administrator as to form and legal sufficiency: n E. Fel , A`ssT ant/County Attorney EXHIBIT `1' SCOPE OF WORK WORK ORDER NO. 5 Proiect Description The proposed project will provide engineering design and permitting for the construction of utility modifications to existing water mains, sewer mains and non -potable re -use water mains lying within or adjacent to SR60. Modifications are necessary to avoid conflicts with paving and drainage improvements to SR 60 proposed by the Florida Department of Transportation (F.D.O.T.) (State Project Financial I.D. No. 228627-1-52-01). In addition, a new 12" PVC water main loop connection will be made along SR 60, connecting an existing 12" water main in 82nd Avenue, east 865 ft. to an existing 12" water main on the south side of SR 60. Modifications generally consist of removing and replacing portions of the utility mains with new utility mains that have been deflected below or to the side of the location of proposed drainage inlets, pipes, or other roadway infrastructure improvements. Scope of Services Schulke, Bittle & Stoddard, L.L.C. will provide services including surveying, engineering design, preparation of construction plans, preparation and submittal of permit applications, construction administration and periodic construction field inspection for the construction required for utility modifications to existing water mains, sewer mains and non -potable re -use water mains lying within or adjacent to SR 60 (see Attachment "A" for location and Attachment `B" for cost tabulation). The estimated construction cost of this project is $1,612,270.00. In connection with this project, the County will provide the Engineer with a copy of any pertinent Preliminary Data or Reports; all available drawings in electronic AutoCADD format; all surveys, maps and other documentation in the possession of or reasonably available to the County that are pertinent to the project. Services not included in this scope of services are listed as follows: • Excavation for field verification of actual locations of existing underground utilities and structures. It is requested that Indian River County provide the excavation as directed by Schulke, Bittle & Stoddard, L.L.C. • Any services associated with assisting Indian River County in review and evaluation of patent related disputes, issues, or claims including preparing to serve or serving as a consultant or witness for Indian River County in litigation, arbitration, public or private hearings, or other legal administrative proceedings involving patent related disputes, issues or claims. • Any services in connection with the project not otherwise provided for in this scope of services. • Surveying of SR 60 right-of-way and utility facilities within the right-of-way (provided by others), except a limited amount of survey work to include GPS location of fire hydrants and valves located and flagged by Indian River County Department of Utility Services; location of driveways, culverts and several existinp� water mains not surveyed by the F.D.O.T., on the south side of SR 60, between 75' Court, and 79"' Avenue; and additional survey needed for the design of the new 865 LF 12" PVC water main loop connection. In order to execute this project in the most cost effective manner with the most aggressive schedule, Schulke, Bittle & Stoddard, L.L.C. is relying on survey and design data provided by F.D.O.T. within the contract plans, Financial I.D. 228627-1-52-01, Indian River County (88060), State Road 60. Indian River County Department of Utility Services has indicated that this data will be provided in a digital AutoCADD format. 0 250 1000 Feet EXHIBIT 1 ATTACHMENT A 3 CORRESPONDS TO NUMBERS (No.) COLUMN IN TABLE BELOW F1l1ANU:LLPR.D]EGT ID21663Td-SS�01 am ND. STA pE5C1Up{g]N 1 2423161 66.3' RT. FM 1PPJC CONFIICT W/INIET-5101- VERT3CAL Dff R ]ON 2 2423180 TO 2429+60 FM4 PCCONFuW/SYAIE5801E TO PROVIDE MIN. 3' COVFA 3 2423+62.4 55.7' LT. WM IV DIP CONFLICT W/INLET-5103 - CUT/RE40VE 201E IT DR 4 2424+70.56 5.4' LT. FM VDT CONFLICT W/24- PIPE - MPt/CE: DYR TONAL BORE 140 LF T HWE 5 242AW R.S LT. WM IV DIP CONFLICT W/INIET-5106 AND IF PIK -CUT/RmOVE 201£ IT DIP 6 2428196.056& 13 RT. FM 10"PJC COMRICT W/INFT-S102-V671I C6iKTION 7 2428+45 IT DIP CDNftla W/INLET-SIRS-CUT/REMOVE 20 LF IT DIP 8 2430+04.5393.H RT. WM 12- WC CONFLICT W/60"PIK - VERTICAL DffLKTION 9 2430160.93 MR RT. NPV IF P M CONf11CT W/68' PIPE- Y PTIGL DffId JM 10 243A02.03 4&4' IT . WM IV DIP CONFLICT WAT PIK- CUT/P OVE 20 LF 16"DIP 11 2435102.51 69.44' P.T. FM IT PJC CONFLICT W/INLET-5113 - VERTICAL DffLE(.TION 12 2436199.7250.3IT, WM16"DIPCONFLICTW1IWPIPE- OJTIR O4 EMLFWDIP 13 2437+00.9965.7'RT. FM10"PCCONFUCTWANIET5116- VERTICALMEP=ION 14 2991+60 TO 2995180 FM 10" PL OONFUCT W/NEV PAVEMENT - R@LACE: DIRECTIONAL BORE 9201E 10" PJC FM - AVOIDS (3) CONNRS 15 442+81.91 47.T LT. WM I6 DIP CONFLICT W/48' PIPE AND INET -5122 - REPLACE: OJTIP 0V8 20 ff AND 40 ff 16" DIP 16 2448+35.49.0..9' LT. WMITDIP0DNFUCTW/18"PIPE CUT)PFT40VE201FD[P 17 2453+95.4755.0'RT. WM12"NCCONFUCTW/INLET-5225-VERTICALMEP=10N 18 2459+02.1050.7 LT. WM IF DIP CONFLICT W/18"PIK -CUT/FFMOVE 20 tF DIP 19 2456100 WM 16" DIP CONFLICT W/18-PIPE-CIIT/REt90VE 20 IF DIP 20 2421+90 TO 2975+70 WM l6" DIP - NUMEROU5 CONFLICTS AND DE OPATED; REPLACE W/54301F 16" PJC WM 21 2457+09.769.0' U. W 10" DIP CONMILT W/48" PIPE -REFUGE: DIPRTION4L COPE 1901E 10"HDPE 22 2961+00 39.6' LT. M 16" DIP OONFUCTW/18" PIPE - CUT/RE140VE 201E 16- W P 23 2467+95.0341.1' LT. WM IT DIP CONFUCT W/IB"PIK CUT/KMME 201E 18' DIP 24 2472+43.7191.9' LT. IT DIP CONFLICT MIT PIK - M/KMME 201E 16 DIP 25 245113.75 42.r IT, WM I6"DIP CONFLICT W/18'PIPE-CUT/KMWE 201E IT DIP 26 NOT A AATdy (GGT WM - (12") - CONFUCT W16T PIPE 0 CITRU5 LEAGUE ORIVEVAY - VERTICAL DEP=ION 22 NOT ACCUR4T&Y LOCATE WM-(8")-CONFULT W/6T PIK O ATH AVE - VERTICAL DffL [ON 28 NOT ACCURATELY LOCAT®WM-(8')CONFUCT W/60" PIK 078TH AVE-VRTICAL Off=[ON 29 NOT ACCURATELY LOCATE WM-(6')-CONFLICT W/60" PIPE 05TH OR/CRT.- VERTICAL DEP=lDN 30 NOT AOCURATELY LOCA FM-UNIQ90WN(2-77)-CONFLICT W/W(0 MR5.6'S) 31 STA2463+60 TO 2475+90 WM 12" DIP - NUMEROUS CONFLICTS AND DETEUORATED - MPIAOEWITH 1180 U 12" NC AND I40K 32 STA 2430+0570 2938+70 NEN 8651E WM -12' NC - LOW CONNECTION PN SOUTH SIDE 9160, FIST OF 82ND AVE SCHULKE, BITTLE & STODDARD, L.L-C. CML h S7RNCR/RAL aGNEMNIG LAND PLWNING - ENIMMUMAL PERAMNG CERTIFICATION OF AUTHORIZATION NO.: 00008668 1717 INDIAN RIVER BLVD., SUITE 201 VERO BEACH, FLORIDA 32960 1 OF 4 TEL 772 / 770-9622 FAX 7721770-9496 EMAIL into@sbsengineem.com M0789 39S 3NI'IHDIV W b 30 £ V IMM21 HNI'IH31V W , U 00 o =� � - I� m� g ttt _ O 2i OfW �� i K% OO r YYx(I • ��I�. w � 1 W6 F WO a F n � ZZ j o I �..\ j r z�zCO Nn � �a \\I W �LL jLL � WN YI W '�N nn U N QO 3 T 31 0 I � VI�'� 1 U egi �w c I LLi I If z I ; i Alt I. o bmN j 3 C �.`I U .S ' �� L W Q ZO m 3A709V HHS HNIIHOS V W M0139 93S 3NIIIH31VW b 30 b V .LIHIHX3 99S HNIIHDIVW F os < 0_ y 2z¢w jr� uj N P I I: �sm ui ¢ WN it I I IN CL I r 1 0 I Fibril Yn off! 12lo r vxt — — 16 n 1 12 in •uoo I � ::� (t"I �� I i li II ��� Q F+�I W 1 a I co Ono pri 12 12 �I e 1 its V] III p; ' �W�e I m b 30 Z V .LIHIHX3 HHS 591AOgV W Q HKIIH31VK HHS 3NI7HJ,LV MO'IaH 3ilS 3KI IHO.LVN I } m u m v f L �I�y � Zmga � moo i w �s� o U� I w� 20 Oa xw W Stern 1 qp NO I I ili W Wo zo o ^ mS mLL M 3 I W >rn M o <o its It J as r N U w co g H O L~ «1 i •%� I j � 1 ^7!0' til li � ti I ` iOA�z_ssm I Emm IN O U i O Im lo ti I I I I I F �- al � E- - ps I 4— i 430£ I [asI'IHJ,LVW d EXHIBIT 1 ATTACHMENT'S' CONSTRUCTION COST ESTIMATE 1 of SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE U7TLTilf WORK SCHEDULE - SR 6D tYTILI7Y CO�{FLICTS FINANCIAL PRWECTID 228627-1-S2-01 .,December 11 2007 ITEM NO. STA. DESCRIPTION UNIT QTY. UNIT PRICE TOTAL PRICE 1 2423+61 66.3' RT. FM 10"PVC CONFLICT W/INLET-S-101 - VERTICAL DEFLECTION LS 1 $24,970.00 $24,970.00 2 2423+80 TO FM 4" PVC CONFLICT W/SWALE - REPLACE 580 LF TO PROVIDE MIN. 2429+60 TCOVER(SEEA TTACHEO PG. 3 OF 6) LS 1 $23,910.00 $23,910.00 2423+62.4 55.7' 3 WM 16" DIP CONFLICT W/INLET-S-103 - CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 2424+70.56 5.4' FM 6"DIP CONFLICT W/24" PIPE - REPLACE: DIRECTIONAL BORE 140 4 LT. LF 6" HDPE LS 1 $23,460.00 $23,460.00 2425+80 52.5' WM 16" DIP CONFLICT W/INLET-S-106 AND 18" PIPE - CUT/REMOVE 5 LT. 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 68.13' 6 2428+46.05 FM 10"PVC CONFLICT W/INLET-S-107 - VERTICAL DEFLECTION LS 1 $26,970.00 $26,970.00 7 2428+45 WM 16" DIP CONFLICT W/INLET-S-109 - CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 93.9' 8 2430+04.53 I. WM 12" PVC CONFLICT W/60" PIPE - VERTICAL DEFLECTION LS 1 §23,806.00 §23,806.00 22430+60.43 84.6' 9 NPW 16" REUSE CONFLICT W/60" PIPE - VERTICAL DEFLECTION LS 1 $39,271.00 $39,271.00 T. 48.4' 10 WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 LT35+02.03 2451 Il FM 10" PVC CONFLICT W/INLET-S-113 - VERTICAL DEFLECTION LS 1 $25,970.00 $25,970.00 64..44'44' RTRT. 2436+99.72 50.3' 12 WM 16" DIP CONFLICT W/18" PIPE -CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 65.7' 13 2437+00.99 FM 10" PVC CONFLICT WANLET-S-116 - VERTICAL DEFLECTION IS 1 $25,970.00 $25,970.00 2441+60 TO FM 10" PVC CONFLICT W/NEW PAVEMENT - REPLACE: DIRECTIONAL 14 LS 1 $59,980.00 $59,980.00 2445+80 BORE 420 LF 10" PVC FM - AVOIDS (3) CONFLICTS 2442+81.41 47.7' WM 16" DIP CONFLICT W/48" PIPE AND INLET -S-122 - REPLACE: 15 LS 1 $4,500.00 $4,500.00 LT. CUT/REMOVE 20 LF AND 40 LF 16" DIP 49.9 16 L448+35.49 WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF DIP LS 1 $1,500-00 $1,500.00 55.0' 17 WM 12" PVC CONFLICT W/INLET-S-225 - VERTICAL DEFLECTION ITS 1 $23,808.00 $23,808.00 R2453+95.47 2454+02.10 50.7' 18 WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF DIP IS 1 $1,500.00 $1,500.00 19 2456+00 WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF DIP LS 1 $1,500.00 $1,500.00 2421+40 TO WM 16" DIP - NUMEROUS CONFLICTS AND DETERIORATED; REPLACE 20 LS 1 $727,275.00 §727,275.00 2475+70 W/5430 LF 16" PVC WM (SEEA TTACHEO PG. 4 O 6) 2457+09.76 4.0' FM 10" DIP CONFLICT W/48" PIPE - REPLACE: DIRECTIONAL BORE 21 LS 1 $28,660.00 $28,660.00 RT. 140 LF 10" HDPE 22 2461+00 39.6' LT. WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1,500.00 41.1' 23 WM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF 16" DIP LS 1 $1,500.00 $1500.00 LT67+95.03 1 of SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT 1 ATTACHMENT'B' CONSTRUCTION COST ESTIMATE UTI[ i �Y WOiRK SNEI�U� ' SR Gt1 UTILITY CQNFLiCTS THE FINANCIAL Wkt-T ID, -221627-.1-52-01 December 11, 2007 ITEM NO. STA. DESCRIPTION UNITTQTY.UNJITPRICETOTAL PRICE 24 2472+43.71 41.8'WM PAVEMENT RESTORATION WHEN APPLICABLE. 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF 16" DIP LSLT. 51,500.00 25 LT75+13.75 42.TWM 16" DIP CONFLICT W/18" PIPE - CUT/REMOVE 20 LF 16" DIP LS $1,500.00 26 NOT ACCURATELY WM - (12") - CONFLICT W/60" PIPE @ CITRUS LEAGUE DRIVEWAY - LOCATED VERTICAL DEFLECTION LS 1 $18,808.00 $18,808.00 27 NOT ACCURATELY WM - (8") - CONFLICT W/60" PIPE @ 79TH AVE - VERTICAL LOCATED DEFLECTION LS 1 $16,370.00 $16,370.00 28 NOT ACCURATELY WM - (8") CONFLICT W/60" PIPE @ 78TH AVE - VERTICAL LOCATED DEFLECTION LS 1 $16,370.00 $16,370.00 29 NOT ACCURATELY WM - (6") - CONFLICT W/60" PIPE @ 75TH DR./CRT. - VERTICAL LOCATED DEFLECTION LS%$71,080.00 16,370.00 30 NOT ACCURATELY FM - UNKNOWN 2" » - ( -.) CONFLICT W/60" (@ MR5.8'S) LS$5,000.00 LOCATED SFA 2463+60 TO WM 12" DIP - NUMEROUS CONFLICTS AND DETERIORATED - 31 2475+40 REPLACE WITH 1180 LF 12" PVC AND HDPE LS55,150.00 SEEATTACHED PG. 5 OF 6 STA 2430+05 TO NEW 865 LF WM - 12" PVC - LOOP CONNECTION ON SOUTH 32 2438+70 SIDE SR 60, EAST OF 82ND AVE LS1,080.00 SEE ATTACHED PG. 6 OF 6 SUB TOTAL 1 375 700.00 33 SURVEY STAKE-OUT/AS-BUILTS LS 1 $300000.00 $30,000.00 34 MOBILIZATION LS 1 $60,000.00 $60,000.00 SUBTOTAL -465(700.00 CONTINGENCY @ 10% 146 570.00 TOTAL CONSTRUCTION COST 1 612 270.00 1. ALL VERTICAL DEFLECTIONS, DIRECTIONAL BORES, AND PIPE REPLACEMENT INCLUDES: DBL LINE STOPS, PIPE, (2) GATE VALVES, DEWATERING, FITTINGS, TESTING AND RESTORATION. OTHER REQUIREMENTS VARY PER CONFLICT/SITUATION, INCLUDING M.O.T., REPAVING, AIR RELEASE VALVES (F.M. ONLY), PUMP -OUT (F,M. ONLY). 2. CUT/REMOVAL OF 20 LF TO AVOID CONFLICTS IS INCIDENTAL TO THE GROUTING WORK - CONTRACTOR MUST OPEN PIPE IN INTERVALS TO FULLY GROUT PIPE. THE $1,500.00 ESTIMATE IS TO COVER M.O.T. COSTS, AND PAVEMENT RESTORATION WHEN APPLICABLE. 2 of SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT 1 ATTACHMENT 'B' CONSTRUCTION COST ESTIMATE Page 3 of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE UTILITY WORK SCHEOULE - SR 60 UTILITY CONFLICTS XTIEM,Nt3 2 - � IFM REP ; CEFORC,M/fIN„ BELOW'NEW SWALE ,3,' FIN%INCIA .PROJECT ID 2286241-1=52.01 ITEM NO DESCRIPTION UNIT QTY UNIT PRICE TOTAL 2-A 4" PVC LF 580 $20.00 $11,600.00 2-B ARV EA 2 $2,500.00 $5,000.00 2-C PUMP OUT EA 1 $1,000.00 $1,000.00 2-D VALVES EA 2 $750.00 $1,500.00 2-E MJ FITTINGS 4X4 TEE EA 11 1 $300.001 $300.00 6X4 RED. EA 1 1 $250.00 $250.00 411900 EA 1 $200.00 $200.00 2-F RESTORATION LS 580 $7.00 $4,060.00 TOTAL = $23,910.00 Page 3 of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT 1 ATTACHMENT'B' CONSTRUCTION COST ESTIMATE Page 4 Of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT 1 ATTACHMENT 'B' CONSTRUCTION COST ESTIMATE Page 5 of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE UTILITY WORK SCHEDULE SR 60 UTILITY CONFLICTS ITEM NO. 31 � 12" PYC W.M. - REPLACEMENT FOR 124* DIP FIN V'PtO]E�T ID 2286,24-1-52-01 ITEM NO, DESCRIPTION UNIT QTY UNIT PRICE TOTAL 31-A 31-B STA 2463+60 TO 2475+40 DIRECTION BORE LF 1030 $45.00 $46,350.00 POINTE WEST LF 100 $95.00 $9,500.00 31-C 75TH DRIVE 12" MJGV LF EA 50 3 $95.00 $2,500.00 $4,750.00 $7,500.00 31-D FIRE HYDRANT STA 2469+60 (FH7) EA 1 $3,500.00 $3,500.00 STA 24675+40(FH8) EA 1 $3,500.00 $3,500.00 31-E GROUT EXISTING 12 DIP WM LF 1180 $18.00 $21,240.00 31-F CONNECT TO EXISTING AT 12" PVC, STA 2463+60 LS 1 $11,450.00 $11,450.00 AT 12" PVC, STA 2466+30 (POINTE WEST) LS 1 $10,500.00 $10,500.00 AT 6" PVC, STA 2471+25 (75TH CRT) LS 1 $8,650.00 $8,650.00 AT 12" WM, STA 2475+40 LS 1 $11r450.001 $11,450.00 31-G RESTORATION LF 1180 $7.00 $8,260.00 31-H WATER SERVICES - RELOCATE/REPLACE AS NEEDED LS 1 $5,000.00 $5,000.00 31-I TESTING LS 1 $3,500.00 $3,500.00 TOTAL = $155,150.00 Page 5 of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT 1 ATTACHMENT V CONSTRUCTION COST ESTIMATE Page 6 of 6 SR 60 UTILITY CONFLICTS CONSTRUCTION COST ESTIMATE EXHIBIT `2' FEESCHEDULE WORK ORDER NO. 5 Method and Amount of Compensation Schulke, Bittle & Stoddard, L.L.C., proposes to provide the above Scope of Services based on the following lump sum fees: Task 1. Surveying: A. Establish state plain coordinates on water main $ 15900.00 Fixtures located and painted by Indian River County Utility Department, along SR 60 from Sta.2424+00 to Sta.2476+00. Deliver coordinates with description in ASCII Format B. Location of driveways, culverts, and existing water mains, not $ 5,000.00 Surveyed by F.D.O.T., on the south side of SR 60, between 75°i Court and 79i' Avenue (approximately 6 locations). C. Route survey — south side of SR 60, from 82nd Avenue, east $ 31000.00 Approximately 865 LF (south of I.R.F. W.C.D. right-of-way). Task 2. Engineering design, preparation of Construction Plans & $51,867.50 Specifications, preparation and submittal of permit Applications. Preparation of bid documents. Assistance during Bidding, bid evaluation, contract award. Task 3. Construction Administration (Pre -con, shop review, pay requests, $29,705.00 change orders, minor plan modifications, Periodic Construction/Field Inspections, As -Built review, final documentation for close-out and final certifications.) Printing and Reproduction The County shall make direct payment to our office for the cost of printing project plan sheets required for utility coordination and for copies of reports, drawings, specifications, and other pertinent items required by federal, state and local agencies from whom approval of the project must be obtained, material suppliers, and other interested parties, but may charge only for the actual cost of providing such copies based on the following tabulation: 8 1/2" x 11" $ 0.12/sheet Reproducible 11 " x 17" $ 0.50/sheet Reproducible 31/2" diskette $ 2.00/each CD S 4.00/each Blue Line Prints $ 0.333/SF Reproducible Sepias $ 0.75/SF Reproducible Mylars $ 1.00/SF Application Fees The county shall make direct payment to our office for the actual cost of all construction permit application fees paid to jurisdictional agencies, including but not limited to: F.D.E.P., I.R.C. Engineering (Right -of -Way), I.R.F.W.C.D., S.J.R.W.M.D., F.D.O.T. EXHIBIT `3' TIME SCHEDULE WORK ORDER Nn_ 5 Time of Performance The estimated time frame for completion of services from the approval of this Work Authorization is a follows: 1. Surveying, Engineering Design & Preparation of 2 Months Construction Plans, specifications and Bid Documents 2. Submittal of Permit Applications and Receipt of permits 2 Months And Bidding/Contract Award (Done Concurrently) 3. Construction Remainder of Page Intentionally Left Blank 3 % Months Our File #0773 December 12, 2007 NON-EXCLUSSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES ATTACHMENT • Prosect Description The State of Florida Department of Transportation glans to construct a four -lane to six -lane roadway expansion project along SR 60 between 66 Avenue and 82"" Avenue in Indian River County. Said project requires that Indian River County Utilities relocate certain existing potable water and wastewater improvements in advance of the FDOT project in order to eliminate conflicts with the State roadway design. The existing 16" potable water main along the north side of SR 60 will be replaced with a new potable water system. The existing 12" potable water main on the south side of SR 60 west of 70 Avenue will be replaced with a new potable water system. Adjustments will be made to the existing wastewater force main system. The estimated Construction Cost for the Utility Improvements Scope of Services for Work Order No. 11 is $ 1,661,620.00. In order to expedite the Project Scope and to not duplicate acquisition of route survey information previously prepared by the FDOT, County has provided Consultant with copies of the FDOT's Roadway Improvements Plans, both hard copy and AutoCadd format. These documents include route survey information and proposed roadway construction details. It is understood that the information provided reflects the final design of the FDOT roadway project improvements. Furthermore, it is understood that the County has obtained authorization from the FDOT to allow said information to be used by Masteller & Moler, Inc. in the performance of the Scope of Services described herein. In order that Indian River County may construct the required utility adjustments as described above, Masteller & Moler, Inc. proposes to perform the following scope of services; • Scope of Services Task A — Design & Permitting: Potable Water & Sewer Force Main "Utility" Adjustments The County Utilities Department will locate, expose at the ground surface, and place a stake by all existing potable water valves, wastewater valves, and fire hydrants between Stations 2470+00 and 2534+00 along the SR 60 project limits. Once the County has performed the above described work, we shall locate each valve and fire hydrant with GPS equipment to identify State Plane Coordinates for each valve/hydrant located. Valves and hydrants located will be shown on the base plans to be provided by the FDOT for incorporation into the proposed Utility Adjustment Plans to be prepared under this Scope of Service. Attachment #1 12/12/2007 Page 2 Design & Permitting: Masteller & Moler, Inc. will utilize the route survey and base plans prepared by the FDOT's roadway consultant. We shall use these base plans for design and preparation of construction plans for a new 16" PVC potable water main and the wastewater force main adjustments in the existing system between Stations 2470+00 and 2534+00 along the SR 60 project limits. Plans and specifications shall include requirements for connection of the new utilities to existing systems to remain. Plans and specifications will also include the requirements for abandonment of portions of the system replaced by new mains. The designs shall be supported by maintenance of traffic standards consistent with FDOT Specifications. We shall secure permits for the proposed work from the following agencies: • Florida Department of Transportation — Utilities Permit • Florida Department of Environmental Protection (Potable Water General Permit) Indian River County Utilities — Utilities Permit Permit application fees are not included in this proposal. Using IRCUD standard bid documents, we shall prepare Contract Plans and Bid Documents to allow the Indian River County Purchasing Department to advertise and bid the proposed Utility Adjustment work. Task B — Construction Services Masteller & Moler, Inc. will provide assistance during bidding and periodic observation of the potable water and wastewater improvements construction project on an as -needed basis to confirm that construction is in reasonable compliance with the Construction Plans and Permits. We will also attend meetings, review shop drawings and monthly pay estimates from the Contractor. The Contractor will be required to provide as-builts upon completion of the construction improvements. We shall review the as-builts to confirm the format is in compliance with County Utility Standards. Our File #0773 December 12, 2007 NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES ATTACHMENT Method and Amount of Compensation Masteller & Moler, Inc. proposes to provide the Scope of Services based on the following lump sum fees: Task A Location of Utilities System Components, Engineering Design; Preparation & Submittal of Permit Applications; Preparation of Specifications & Bid Documents Utilizing Standard IRC Bid Documents. Forms, Documents & Drawings will be in electronic format. Fee for Task A - Land Surveying $ 31000.00 Fee for Task A - Design & Permitting $ 79,730.00 Task B: Assistance during Bidding, Bid Evaluation, Contract Award & Construction Administration; Periodic Administration and Periodic Construction Observation Fee for Task B — Construction Services $ 19,960.00 b C E E U 0 0 0 0 O o 0 0 o ci m m b o r w m 1�- U ri a of ai r w w w w m 0 0 0 0 0 0 0 0 L6 c o 0 0 o a o N o m m w 0 E of ni mi N E .. Q G n O O a £ Q Z LL—. 9 M 9 W W . m b 4 o N O O OO O oz d d r 0 m m m r `o £ 0 0 it; Q m f9 m Vf m i9 G. _ y O O O O c O N N U Q M m �j m 12 OK 0 0 0 0 yo 0 0 0 0 t `c c o 0 Cu>> o m m o N m r W E r v N Q t7 V cm w w w m b b 0 12 O m Om ir0 O N N a x � 8 � W w Z C m y Om C A C € N L 1 p m � W U m Our File #0773 December 12, 2007 NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES ATTACHMENT #3 • Time of Performance The estimated time frame for completion of services from the approval of this Work Order is as follows: MILESTONE Land Surveying, Engineering Design & Preparation of Construction Plans Submittal of Permit Applications And Receipt of Permits Project Construction Services TIME TO COMPLETION* 45 days 105 days In accordance with Construction Schedule `From receipt of Notice to Proceed from the Board of County Commissioners. WORK ORDER NUMBER 11 This Work Order Number 11 is entered into as of this 8th day of January 2008 ("Effective Date") pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004 ("Agreemenf'), and amended effective April 7, 2007 (as so amended, 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 Attachment 1 (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 Attachment 2 (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 Attachment 3 (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: BOARD OF COUNTY COMMISSIONERS Masteller & Moler, Inc. OF INDIAN RIVER COUNTY By: By: Stephen E. Moler, P.E. Sandra L. B den, Chairman Title: Vice President BCMAOmoved -Date: Date: Jari(rary, s,` 2008 Attest: J. K. Baron, Clerk of Court By. N��- Deputy Clerk Approved: By: as to form and legal sufficiency: E. FelffAssistant County Attorney Attachment 5