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