Loading...
HomeMy WebLinkAbout2005-235 WORK ORDER NUMBER NO . 1 This Work Order Number 1 is entered into as of this 12th day of July , 2005 , pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of March 15 , 2005 ("Agreement") , by and between Indian River County , a political subdivision of the State of Florida (" COUNTY") and G . K . Environmental , 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 1A 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 G . K . Environmental , I OF INDIAN RIVER COUNTY Y B George u cz Thomas S . Lowther , Chairman Title : Pres nt Attest : 4 . K . Barton , Clerk of Court Deputy Clerk < tis ` b�jq, Approved : . '1e .tf.. aird seph b tni �ii� mtor �- •. P, go -Iv p ved as to fo�ni% •Q%fficiency : f : �llaria ounty ttorney ATTACHMENT 1 to WORK ORDER NO 1 SCOPE OF WORK The Consultant shall provide the following services for the East Roseland Stormwater Improvements Project , in accordance with St . Johns River Water Management District ( SJRWMD ) Permit Number 4 -061 -85179-2 ( included herein as Attachment 4) : 1 . Design and prepare planting specifications for a thickly planted littoral shelf in the north end of the existing East Roseland Stormwater Detention Lake . (The planting area will be approximately 200 feet long by 30 feet wide . ) 2 . Design and prepare planting specifications for a vegetated buffer strip along the entire shoreline perimeter of the pond using two rows of spartina . 3 . Provide and install the specified plants for ( 1 ) the Stormwater Detention Lake and (2 ) the Bay Street stormwater outfall shown on Sheets C3 and M1 of the East Roseland Stormwater Improvements Project Construction Contract Drawings prepared by Carter Associates , Inc . Work shall include one herbicide treatment of the shoreline sod along the Stormwater Detention Lake perimeter ( 1 , 600 ft . x 5 ft. ) , supervision of planting and quarterly monitoring by Consultant , one year plant warranty , and one year maintenance with quarterly treatment of exotic growth . Suggested plant species and the approximate numbers required to provide a dense littoral zone planting are listed below . (These plants are in addition to the spartina that will be planted along the Stormwater Detention Lake shoreline . ) Proposed Plant Species & Quantities for Littoral Zone 11600 sand cordgrass . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Spartina baked 150 leather fern , . . . . . . . . . . . . . I . . . . . . I . . . I . . I . . . P . . Acrostichum 300 yellow canna , . . , ' . . ' . . . M 0 0 0 1 . . . I . . I . . . I . . . . . . . . . . . . . . Canna flacida 800 duck potato . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Sagitteria lancifolia 400 giant bulrush , . . . . . . . . . . . I . . . . . . . . . . . . . . I . . . . . . . . . . . . . . I . . . . . . . . . Scirpus californicus 800 pickeralweed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . I . . . . . . . Pontederia cordata ** END OF ATTACHMENT 1 ** ATTACHMENT 2 to WORK ORDER NO 1 1 . COMPENSATION The COUNTY agrees to pay and the CONSULTANT agrees to accept , a fee for services rendered according to Attachment 1 of this WORK ORDER , with a maximum charge under this WORK ORDER of $ 15 , 950 . 2 . PARTIAL PAYMENTS The COUNTY shall make monthly partial payments to the CONSULTANT for all authorized work pertaining directly to this project that was performed during the previous calendar month . Each month , the CONSULTANT shall submit an invoice for services performed and expenses incurred pursuant to this Agreement during the previous calendar 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 , determined by applying the percentage of the work completed to the total amount due . 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 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 . No payment shall be made unless the Public Works Director has received and approved the work products required under the " Scope of Services Provided by the CONSULTANT , " herein . ** END OF ATTACHMENT 2 * * ATTACHMENT 3 to WORK ORDER NO. 1 1 . TIME FOR COMPLETION Time is of the essence for this Project and therefore , all work shall be completed within 45 calendar days from the date of the Notice-to- Proceed . * END OF ATTACHMENT 3 **