HomeMy WebLinkAbout2009-148 WORK ORDER NUMBER 10
This Work Order Number 10 is entered into as of this day of
2009 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 .
CONSULTANT BOARD OF COUNTY CO .i1MISSIONERS
Schulke , Bittle & S ard , L . L . C . OF INDIAN RIVER COUNTY
4�By : BY/
JoskW/,, chulke , P . E . TnTP , PV _ nav ; Chairman
Board of County Commissioners
Title�M Waging Member
Attest : J . K . Barton , Clerk of Court
By
Deputy Clerk
proved : r
J)
seph A . laird , County Administrat r
J�7
v . as to form and legal suff pency :
Marian E . Fel , Ass ant ltotrf ty Attorney
U
EXHIBIT ` 1 '
SCOPE OF WORK
WORK ORDER NO. 10
Project Description
Schulke, Bittle and Stoddard, LLC will provide Construction Engineering and Inspection services for
the construction of a new 12 " and 16 " Master Planned Water Main extension on 66` ' Ave, from SR60
to 16Th St. , and on 16 'h St. , from 66`h Ave to 74'h Ave (IRC project no . 9920), and the relocation of
a
portion of a 6 " force main on 16` ' St .
Scope of Services
Schulke, Bittle & Stoddard , L . L . C . will provide Construction Engineering and Inspection services,
including the Project Management, construction administration, and periodic construction inspections
for the construction required for utility main extensions within the 66`h Ave and 16`h St. right-of-ways .
(IRC project no 9920) . The project management services are more specifically described in
Attachment A - "Utility Construction Management Services" . The location of the work is depicted in
Attachment B — "Project location" .
The estimated construction cost of this project is : $ 5619305 . 86 .
See Attachment C — "Itemized Bid Schedule " for IRC project no . 9920 .
The construction time frame for the entire road construction project project (road and utilities) has
been estimated by IRC engineering to be 240 days from notice to proceed to final completion ; and it is
estimated that the utility portion of the work will be completed in approximately 70 days .
The estimated Construction Engineering and Inspection services fees are : $ 22 ,000. 00
(see exhibit 2 for details of cost and services .
In connection with this project, the County will provide the Engineer with a copy of any pertinent
Preliminary Data or Reports ; three sets of construction Bid documents for IRC project No . 9920, all
itemized construction cost/ bid schedules, and copies of all construction permits for the project, 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 :
• 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 .
• Design or permitting services , except normal field directives when dealing with
unknown or atypical circumstances during construction that may create minor
changes or deviations to the approved plans ; in which case the engineer of record
will be consulted .
• Surveying services .
• Any services in connection with the project not otherwise provided for in this scope
of services .
Exhibit 1
Attachment A
Utility Construction Management Services Outline
A . Award Phase of Project
1 . Contractor is Issued Notice of Award of Project by IRCDUS Engineer
2 . Indian River County Department of Utility Services ( IRCDUS ) Sends Contractor
4 copies of Contract for Execution
3 . Contractor returns Contracts , Recorded Copies of Bonds & Insurance
4 . Project Manager Prepares Contract
a. Project Manager replaces Bid Form , Bond & Insurance Sections
b . Project Manager makes Copy of Contract
c . Project Manager inserts Original Agreements in Contract
d . Project Manager routes Contract for Signature
Be Construction Phase of Project
1 . Project Manager Schedules Preconstruction Meeting with Contractor,
Inspectors, Utility Providers, Permittees, etc .
a . Project Manager Reviews Project Costs , Schedule, Materials,
Specifications and any other Useful Information Related with the
Project
b . Project Manager Assigns Construction Manager (Inspector)
i . Inspector will then become Liaison between Contractor and
Project Manager
ii . Inspector will then monitor materials, pay items and
schedule, based on Contract Approval
iii . If pay items, or approved material list is exceeded, or is
anticipated that it will be exceeded , the Inspector will need
to coordinate a Change Order between the Contractor and
Project Manager for approval by the BCC
iv . Inspector will review and approve all pay requests
v . Inspector will inspect the installation of utilities, monitor
materials used, pay items installed , and track and record the
daily completion of work, and witness all required testing.
vi . Inspector shall monitor progress of as- built preparation by
contractor.
c . Project Manager will review and approve all pay requests
d . Project Manager will schedule progress meetings to review project
status
e . As- built Drawings submitted by Contractor
i . As- builts reviewed by Inspector
ii . As- builts reviewed by Project Manager
iii . As-builts accepted by IRCDUS
f. Inspector to schedule Final Walk-thru Meeting
g . Inspector will provide signed-off Checklist to Plans
Reviewer/IRCDUS Engineer upon acceptance of Field Review
h . Plans Reviewer/IRCDUS Engineer will collect all remaining
Checklist Items associated with UCP
L Plans Reviewer/IRCDUS Engineer will issue Utility Acceptance
upon receipt of all UCP Checklist Items
P . 1 of I
10 w
_
I
- toIto
.:.
7
-- r _
at
al :I1
ST
i• i • J ` � V — � _ F _ .., ._ .-- e m -e®..- ®� _ _ r .. _ � — . tt...�.,.� y
.�...Tr.� _
` _ — ..._ . —_ -
. 0TH STR ET - S "CITE OAD 60
-- — —
� .. 4 1I
i = -
IT
I(( at LI...irnj I C1
y
� I
I .. rH�
TAIL_ box _ „� , _
— ( 12 " WA ERMAI
x Y
al
IT
€ 44
I i 1 . (�
�,1
JI.
r Q
.. 130 4 ' q„ A ...L- a .-.
It _
Tr(act
c It
Ia
T, Sal
ou �.s',
'0 1 I"I'l 0 1 :
30czct, au
91,
TPA
I C4 .0 _ r' LnxE v t[ W.Ctc
-` 2i _k PROJECT LOCATIO
99.1 1
la� rag
It
1�c
� a
a..,, -
k cn
a b FEATtt7tfa IS,
dIrIt I,
L al
ar
T _ Z
.,,a Ty TI 16TH STREET F. :7 ,
Ir
2 2 a..
16 " WATERMAIN
TT a1r7
TIP
AND 6 " FORCEMAIN
RELOCATION °`
'.i3C.72 179647
lA �
_ IAS L) — —
„r;001
San00nol
EXHIBIT I ATTACHMENT B SCHULKE , BITTLE & STODDARD , L . L . C .
PROJECT LOCATION CML & STRUCTURAL ENGINEERING LAND PLANNING ENVIRONMENTAL PERM IMIC1
INDIAN RIVER COUNTY , FL CERTIFICATION OF AUTHORIZATION NO . 00008668
1717 INDIAN RIVER BLVD . , SUITE 201 VERO BEACH , FLORIDA 32960
I . R . C . PROJECT NO . 9920 TEL 772 / 770-9622 FAX 772 1770-9496 EMAIL info@sbsengineers . com
EXHIBIT 1 - ATTACHMENT C
� gtvER
z �
�'�'LORtaQ`
INDIAN RIVER COUNTY
PUBLIC WORKS DEPARTMENT
180127 1h Street — Vero Beach , Florida 32960
TELEPHONE : (772) 2264986 FAX : ( 772 ) 778 - 9391
April 29 , 2009
Indian River County Utilities
1801 27th Street
Building "A"
Vero Beach , Florida 32960
Re :
Project #9920 — 16th Street From 66th Ave . to 74th Ave . ,
66th Ave . From 16th St. to S . R . 60
Attention : Mike Hotchkiss , P . E . , Capital Projects Manager
Dear Mr . Hotchkiss :
Please find attached : 1 copy of completed Itemized bid schedule , which includes the
16th Sta portion , as well as the 66th Ave . portion of the proposed utility work .
Please review the itemized bid schedule and let us know if it is acceptable , so that we can
move forward with the construction phase of this project .
Please contact me at (772 ) 226- 1585 or Michael Nixon at 226- 1986 if you have any questions .
Sincere 1w ,
Michael L . Heller
Autocad Operator
MLH
cc : Christopher J . Kafer , P . E . , County Engineer
Arjuna Weragoda , P . E . , Project Engineer
Michael D . Nixon , P . E . , Roadway Production Manager
D . Howard , Construction Coordination Manager
File
SHEET 1 OF 4
EXHIBIT 1 - ATTACHMENT C
ITEMIZED BID SCHEDULE ADDENDUM #2 3 -30-2009
PROJECT NAME. 16TH STREET FROM 74TH AVE TO 66TH AVENUE
AND 66TH AVENUE FROM 16TH STREET TO S. R. 60
PROJECT #9810-A" #9920, #0545 ]BID #2009037
BIDDER'S NAME :
*
REVISED LINE ITEMS
Item No. Description Unit Qtjantity Unit Price Amount
700• 12 SIGN SINGLE POST - LESS THAN 12 Rt -1 STOP EA 2 203.00 $408.0
1700-2, .', 2 PAVEMENT ENDS SIGN 8-3 EA 1 172 .00 Xt0
i
1700-21 -12A SIGN ULTI -POST 7W0 DIRECTION ARROW SIGN 7 - EA X 307.00 I 5307.00
RETRN-RECTIVE PAVEMENT MARKER MONO-DIRECTIONAL OF706-3 WHITEA 43 3. 65 $ 156.95
RETRO-REFLENTIAVEMENT MARKER BI-DIRECTIONAL706.3-A AMBER/AMBE4 .65 $2t244 .75
RETRO-REFLECTIVE PAVE T MARKER BI-DIRECTIONAL
706-3-B iWHITFJRED EA ' 121 3.65 441 .85
711 -11 - 17 SOLID WHITE TRAFFIC ARROW EA 58 .00 $3 364 . 00_-_-_
*
711 -11 -121 SOLID TRAFFIC STRIPE 6" WHITE THERMOP IC LF X897 0.55 101943-35
* t
i
711 . 11 -125 24" WHITE (THERMOPLASTIC) STOP BARS) A900 LF 416 2.50 $ 1 ,040.00
711 - 11 - 131 SKIP TRAFFIC STRIPE 6" WHITE THERMOPLASTIC) (6-lclly LF 1 417 1 0-55 $779.35
711 -11 -131 -A SKIP TRAFFIC STRIPE 6" WHITE THERMOPLASTI -4' L 54 0.55 $29.70
711 -11 -160 THERMOPLASTIC STANDARD WHITE M /AOE (BIKE) LF 2 78 .00 $156.00 _
711 -11 -221 SOLID TRAFFIC STRIPE ITYELL THERMOPLASTIC LF 55, 754 0.553, 164.70
711 - 11 -221 -A SOLID TRAFFIC STRIPE /ELLOW THERMOPLASTIC (DOUBLE) LF 5 824 1 , 10 $6. 406.40
711 -11 -224 SOLID TRAFFIC RIPE 18" SOLID YELLOW THERMOPLASTIC) LF 419 1 .80 $754 .20 _
711 -11 -241 SKIP T FIG STRIPE 6"YELLOW THERMOPLASTIC 10'-30 LF 61560 0.55 53 619.00
711 .11 -241 ZIPAFFIC STRIPE 8" YELLOW THERMOPLASTIC 6'-10 rLF
548 0.55 $301 .40
711 -11 - SKIP TRAFFIC STRIPE 6"YELLOW THERMOPLASTIC -4 2' 160 0.55
SIGNING AND PAVEMENT MARKINGS SUB TOTAL 36,976.
ROADWAY IMPROVEMENTS TOTAL 31202,937.99
UTILITY IMPROVEMENTS
1000.6 FUTILIWWORK SERVICE TAP 6" EA 3 31973.W $ 11 919. 00
t000-6A UTILITY WORK SERVICE TAP 8 EA 2 4J49.3100 $8 986.00
*
1050-11 -224 UTILITY PIPE 12" PVC I . LF � 2 503 18.20 $45 554 .60 - -�
1050-11 -224A I UTILITY PIPE 6" PVC LF 80 6 , 80 $544 . 00
*
1050-11 -2248 UTILITY PIPE 8' PVC LF 265 25.50 $7 ,26750
1050 1
1 -224CC UTILITY PIPE 16" PVC LF 4 .600 27 .75 _� $t 27 650 .00
SHEET 2 OF 4
EXHIBIT 1 - ATTACHMENT C
ITEMIZED BID SCHEDULE ADDENDUM #2 3-30 -2009
PROJECT NAME_ 16TH STREET FROM 74TH AVE TO 66TH AVENUE
AND 66TH AVENUE FROM 16TH STREET TO S. R. 60
PROJECT #9810-A, #9920 , #0545 /BID #2009037
BIDDER'S NAME : � ' �"� ' L c .. j py ,.�, y LL �-
x
REVISED LINE ITEMS
Rem � No. - Description Unit Quantity Unit Price Amount
x
1050- 11 -2240 INSTALL 16 18" HOPE DIRECTIONAL DRILL WATER MAIN LF 800 118.40 594.720 .00
RELOCATE 6" FORCE MAIN (OFF•SETS CONSTRUCTED WITH
1050-14.223 6" HDPE) LF 280 49. 40 $130832 .00
x
1050-19-223 UTILITY PIPE 6" PVC FORCE MAIN (TEMPORARY JUMPER EA 3 t 072. 00 S31216. 00
1055-11 -294 UTILITY FITTINGS SPECIAL 12" NIPPLE EA 1 474 ,00 $474,00
I
7055-11 -294-A UTILITY FITTINGS SPECIAL 16" NIPPLE EA 2 67$.00 $ 1 ,352 .00
x
1055-11 -014 UTILITY FITTINGS 45 DEGREE BEND 1 EA 10 385,00 $3, 850,00
x
1055-11-414A ' UTILITY FITTINGS 45 DEGREE SENO ( Ifn EA 5 754 .00 534770, D0
x
t055-11 -4148 UTILITY FITTINGS 90 DEGREE BEND i EA 4 864.00 _-_ $3 456.00
I
1050-11 -424 UTILITY PIPE 16' DIP LF 185 45.85 $8p482 ,25
x
1050-11 -424A UTILITY PIPE 12" DIP LF 130 2925 $3, 802.50
x j -
105D-11 -4246 UTILITY PIPE 6" DIP LF 65 15.60 $ 1 014.00
1055-111324 UTILITY FITTINGS 12"X6" ANCHORING TEE EA 6 526.00 $3 156 .00
x
1055-11 -424A UTILITY FITTINGS 16'X6" TEE EA 2 11004.00 S21008, 00
1055-11 -4248 UTILITY FITTINGS 16"X8' TEE EA 5 11056,00 $5t280,00
1055-11 -424C UTILITY FITTINGS 16"X20" TEE EA 1 3,952.00 $3 952 .00
x
105511 -434 UTILITY FITTINGS 8"x6" REDUCER EA 2 198.00 1 $396.00 _ _ I
x 1055- 11 -434A UTILITY FITTINGS 10"x8" REDUCER EA 1 271 .00 $271 ,00
1055- 11 -454 UTILITY FITTINGS 16" M,J , PLUG EA 2 364.00 $728 .00
1055-11454-A UTILITY FITTINGS 12" M.J . PLUG EA 1 177.00 5177.00
1602 .00 __ _.. __ .. . _ . _ _ _ $1602 .00
x
1080-000 ITESTING AND INSPECTION LS 1 51637-00 S5107 . 00
x j
108011 UTILITY FIXTURES SPECIAL (TEMPORARY JUMPER CONNECTION EA 2 1098.00 $2 196 .00
x
1080-11A UTILITY FIXTURES SPECIAL BACTERIOLOGICAL SAMPLE POI EA 7 5 359 .00 S2,513-00
I
x '
1060 11 -44 UTILITY FIXTURES 12" M.J. GATE VALVE EA 3 1 758 .00 551274. 00
1080- 11 -44A UTILITY FIXTURES 16" M .J . GATE VALVE EA 13 3 333 . 00 $43 .329 . D0 _
1080. 11 -448 UTILITY FIXTURES M.J . GATE VALVE _ EA 6 1 004. 00 $6 024 . 00
x
1080- 11 -448 UTILITY FIXTURES 6" M.J . GATE VALVE EA 3 697.00 $2 . 091 - 00
SHEET 3 OF 4
EXHIBIT I - ATTACHMENT C
ITEMIZED BID SCHEDULE ADDENDUM #2 330-2009
PROJECT NAME : 16TH STREET FROM 74TH AVE TO 66TH AVENUE
AND 66TH AVENUE FROM 16TH STREET TO S. R. 60
PROJECT #9810-A, #9920 , #0546 /BID 92009037
BIDDER'S NAME : C-
,r
REVISED LINE ITEMS
Item No. - Description Unit cmantity Unit Price Amount
I
1080-11 -45 UTILITY FIXTURES Cr BLOW-OF EA 1 11451 .00 $1 451 .00_
1080-11 -46 UTILITY FIXTURES AIR RELEASE VALVE E.A 11 6 .090.00 $66990.00
1080-11 -49 UTILITY FIXTURES SPECIAL 16" JOINT RESTRAINERS) EA 42 609. 00
1080- 11 -49-A UTILITY FIXTURES SPECIAL 12" JOINT RESTRAINERS EA 32 390.00 512F480 .00
1643-700 VALVE BOXADJUSTMENT EA 8 364.00 $2 ,912 . 00 _
1844-133-06 FIRE HYDRANT ASSEMBLY (WI ANCHORING FITTINGS) EA 12 2117 .00 525 404 .00
i
1644-800 FIRE HYDRANT ASSEMBLY RELOCATION EA 1 1124.00 $ 1 , 124, 00
1615-600 WATER METER RELOCATION EA 1 843.00 $843.00
UTILITY IMPROVEMENTS TOTAL sal ,3as.a6
ISCELLANEOUS
800 PAYMENT BOND mm , LS 1 .00 514 000 .00
601 PERFORMANCE BOND L 1 13 000.00 s13 000.00
I
802 TRENCH SAFETY COMPLIANCE OVER 6 SEE SE 1 1 040.00 $1 .040 . 00
1803 rTRENCH SAFETY COMPLI HORING SEE SEC. 00454 LS 1 2 080.00 $2, 080.00
M aedANEOlus TOTAL 30, 120.00
OVERALL PROJECT TOTAL 3 ,794,363 .84
L000000
LS = lump Sum LF = Linear Foot EA = Each SY = Square Yard TN = Ton CY = Cubic Yards
AS= Assembly LSS = Pounds NM = Net Miles PI = Per Intersection MH = Man Hours
NOTE :-IF-THERE IS-A DICCREPPNCY-RFTWEEN- THE- PLANS- (SUMMARY- OF- PAY- ITEMS)
AND THE ITEMIZED BID SCHEDULE THE 131D DOCUMENTS WILL GOVERN .
SHEET 4 OF 4
EXHIBIT ` 2 '
FEESCHEDULE
WORK ORDER NO, 10
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 :
1 . Project CEI review : $ 1500.00
Obtain and review construction bid documents and permits, project costs,
construction schedule, schedule of bid items ; create and organize project
management tile ; meet and coordinate with IRCDUS engineer, contractor and
IRC Public works/ Engineering staff, to discuss schedule, permit conditions and
other mise . requirements .
2 . Construction Administration : $ 19,500.00
- Project management : The project manager shall be the primary liason between
the contractor and the IRCDUS engineer; schedule and attend meetings ( Pre-
construction , progress meetings, other as needed) ; review and approve materials
and shop drawings ; coordinate with contractor, engineer of record and inspector;
review and process pay requests ; review and process change orders; review as-
built surveys for conformance with IRCDUS requirements ; and coordinate
contract close- out requirements with contractor and IRCDUS .
- Inspections : The inspector and shall be the liason between the contractor and the
project manager, and secondary liason with the contractor and IRCDUS engineer.
The inspector( s ) shall attend all utility related construction meetings, monitor
materials used , pay items installed and daily completion of work; shall inspect the
installation of the utilities for conformance with IRCDUS requirements, and
witness required testing ; perform final walk-thru /prepare punchlist of
discrepancies and coordinate the completion of same with the contractor; and
assist project manager in the review of as- builts .
3 . Reimbursables : $ 1000. 00 (estimated )
Reimbursement for payment of direct costs, including
Reproduction , printing, copies, and application fees . ( See below for actual costs)
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, 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 Blue Line Prints $ 0 . 333/SF
1 1 " x 17 " $ 0 . 50/sheet Reproducible Sepias $ 0. 75 /SF
31 /2 " diskette $ 2 . 00/each Reproducible Mylars $ L00/SF
CD $ 4 . 00/each
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 . , LR . C . Engineering ( Right- of= Way) , LR . F . W . C . D . , S . .I . R . W . M . D . , F . D . O . T .
2
EXHIBIT ` 3 '
TIME SCHEDULE
WORK ORDER NO. 10
Time of Performance
The estimated time frame for completion of services from the approval of this Work Authorization is a follows :
1 . Project CEI review : 2 weeks
Construction Plans, specifications and Bid Documents
2 . Construction Administration : 70 to 80 days
It is estimated that the substantial completion of the
utility work will be complete within 60 days,
and additional final inspections / close-out work
( 10 to 20 days +- ) will be necessary at the end of the
overall 240 day project time line . There will also be
some minor interim inspection work needed between
substantial completion of utilities and close-out when
other work (drainage/ road ) is completed near the
utilities .
Remainder of Page Intentionally Left Blank
3