HomeMy WebLinkAbout2006-130 v
Board of County Commissioners
1810 25th Street
Vero Beach, Florida 32960
Telephone: (772) 567-8000 FAX: 772-778-9391
WORK ORDER NO . 4 ( Engineering)
FOR
PROFESSIONAL SURVEYING SERVICES AGREEMENT
FOR ANNUAL SURVEYING AND MAPPING SERVICES
WITH
Creech Engineers , Inc.
In accordance with Contract No . 0390 2005-2006
Project :
Fleming Street Extension , Topographic/Route/Aerial Surveying and Mapping Services .
Starting from the west end of the existing Fleming Street in the City of Sebastian to
USI , including a secondary route to Old Dixie Highway.
Indian River County Project No. 0618
April 18`h 2006
This Work Order No. 4 is in accordance with the existing AGREEMENT dated September 23 ,
2005 between Creech Engineers , Inc. (SURVEYOR) and Indian River County (COUNTY) . This
Work Order No . 4 amends the agreement as follows :
SECTION I — PROJECT LIMITS
Starting from the west end of the existing Fleming Street in the City of Sebastian to US1
and secondary route to Old Dixie Highway.
( Reference attached exhibit A) Location/Route exhibit.
SECTION II — SCOPE OF SERVICES
This Work Order No. 4 is for providing a Topographic/Route/Aerial surveying and mapping
services for the purpose of planning and design of the proposed new corridor.
Services shall include all . related field and office professional Surveying and Mapping
procedures to accomplish all tasks and COUNTY objectives as outlined in the attached
( Exhibit "A" ) project limits aerial photograph and Scope-of-Services submitted to the COUNTY
by Creech Engineers , Inc.
SECTION III - TIME FOR COMPLETION
120 Calendar days from Notice to Proceed .
SECTION IV — COMPENSATION
The COUNTY agrees to pay , and the SURVEYOR agrees to accept, a fee for services
rendered according to all the items as defined in Sections I , II , III and IV of this Work Order
No . 4 , a Lump Sum of $99 .470 . 00
>FAEngineering\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext. 06\0309 Fleming Ext. Creech IRC WO#4 -04-18-06-
mob.doc
PAGE TWO
Work Order No. 4 Creech Engineers
Survey Consultant — FLEMING STREET EXTENSION Project
April 18'h, 2006
All invoicing shall be supported with documentation (Man hours) of time and materials spent
and the following information prior to payments: invoices shall include the work order,
contract project number, invoice number related to this work order, original contract amount,
current billing amount and retainage amounts.
The AGREEMENT is hereby amended as specifically set forth herein . All remaining sections
of the AGREEMENT shall remain in full force and effect, and are incorporated herein.
IN WITNESS WHEREOF the parties hereto have executed these presents this 18th day
of April 2006.
OWNER Creech Engineers , Inc.
BOARD OF COUNTY
COMMISSIONERS
INDIAN RIVER COUNTY,
FLORIDA
( ignature) (Signature)
Arthur R. Neuberger - L � �
Chairman
(Printed name and title) (Printed name and t /e)
Approved by
BCC April 18 , 2006
ATTEST o„, '-` „a Witnessed by: Creech Engineers ,
Jeffrey K Baiton, . Clerk of Inc.
,.Circuit=�Couitrb
vbbyt Clerk;. (Prtnted name)
Appr&�{ as .to Form and Legal
Swf�jen f ' 0'P
� 4Y raWam . CII, County
Attorney
ph A. Baird, County Administrator
(Vat with Scope of services Exhibit A)
Exhibit A
(Location sketch and Scope of services)
4. eaaws
ti# n
SIC
4 . •
a x
t
5"
k . x.ay✓J ` a '' f7 c � ...oy .Fo .
a
dt Say
�''�• ' LLL iif �: , %�'�' _�. .a
-
4�
EXHIBIT " A "
>F:\Engineering\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext. 06\0309 Fleming Ext. Creech IRC WOk4 -04-1 M6-
mob.doc
C (`E E E H 4450 West 21 255 IN5434 eecn nc cccolm55- 775�a 32934
E " Ca � Ia EEI;? s
CIVILIZATION ENGINEEr2E �
April 7, 2006
23101 . 04 (00)
Michael O 'Brien, t S .M EXHIBIT l l /-�
Indian River County Surveyor
1840 25th Street
Vero Beach , FL 32960
RE : Fleming Street Extension
Route / Design Survey
Indian River County Continuing Land Survey Services Contract No. 0390
Project Specific No, 0618
Revision 2
Dear Mr. O ' Brien:
Creech Engineers, Inc . (CEI) is pleased to submit this revised proposal to Indian River County
(COUNTY) for professional surveying and mapping services.
PROJECT UNDERSTANDING
It is our understanding that the CITY of SEBASTIAN is extending Fleming Street east to U. S. Highway
1 . To help accomplish this, the COUNTY is assisting by providing Impact Fee funding and corridor
alignment surveying and mapping services for planning and subsequent preliminary design
applications .
The COUNTY is requesting professional surveying and mapping services in support of Planning and
Preliminary Engineering Design . The primary corridor limits are from 250 ' west of the existing east
end of Fleming Street to 300 ' east of the centerline of U. S. Highway I near Landings Way, for an
overall project length of approximately 7200 feet. The width of the primary corridor for surveying and
mapping is 300 feet in un-improved areas and a restricted corridor shall apply within improved
subdivisions.
There is also a secondary corridor, which extends north from the primary corridor near the proposed
concrete plant area approximately 1600 feet to the railroad crossing at Old Dixie Highway.
Additional surveying will also be performed at the existing railroad crossing and the proposed railroad
crossing 300 ' in each direction along the proposed route and the railroad line .
At the proposed route intersection with U. S. Highway I additional survey work will be performed
approximately 660 ' North & South and terminate at the Easterly Right-of-way line.
>F:\Engineering\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext. 06\0309 Fleming Ext. Creech IRC WO#4 -04-18-06-
mobAcc
SCOPE OF SERVICES
We respectfully submit the following Scope of Services and Fee Schedule for your review:
Task 1 — Meetings / Coordination
CEI will attend all meetings critical to the performance and completion of the project.
CEI will coordinate with land owners, railroad and other agencies for access to properties
Task 2 — Preliminary Survey Baseline
CEI will research local published records along with documentation provided by the COUNTY, this
information will be used along with limited field measurements to compute a preliminary baseline for
the length of the primary corridor to be used for cross sections. The preliminary baseline alignment
plot will be supplied to the COUNTY for review.
Task 3 — Primary Control
• Primary Horizontal Control — CEI will establish a Horizontal Control Network, consisting of Ten
( 10) poured concrete monuments, along the corridor using Static GPS methods. The network shall
meet or exceed the accuracy requirements for "Suburban " with the minimum relative distance
accuracy for this type of horizontal control to be 1 foot in 7500 feet ( 1 : 7500) as classified in the
"Minimum Technical Standards" for Surveying and Mapping in the State of Florida as set forth by the
Florida Board of Professional Surveyors and Mappers in Chapter 61G17-6, Florida Administrative
Code Pursuant to Section 472.027 Florida Statutes. CEI Crews will reconnoiter published horizontal
control surrounding the project corridor. New stations will be set in inter-visible pairs outside of the
corridor where there is satellite visibility, and shall be referenced to the final corridor alignment.
• Primary Vertical Control - CEI will establish a Vertical Control Network along the corridor using 3 -
wire differential leveling technique relative to the NGVD29 elevations for the benchmarks provided
by the COUNTY. The network will meet or exceed the accuracy requirements for vertical control
based on the "Minimum Technical Standards" for surveying and mapping in the State of Florida as
set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 61G17-6, Florida
Administrative Code, pursuant to Section 472-027, Florida Statutes.
• New vertical control stations will be set approximately every 1500 ' and shall be referenced to the
final corridor alignment.
• Primary control shall provide the horizontal (NAD 83/99) and vertical control (NGVD 29) values.
Task 4 — Secondary Control
Secondary Horizontal and Vertical Control — CEI will establish secondary traverse control along the
corridor using RTK GPS and conventional survey methods. The secondary control will be used to
support cross-sections and topographic mapping efforts, and shall be referenced to the final corridor
alignment.
Task 5 — Cross Sections / Supplemental Planimetrics
Cross sections every 100 ' will be located on each side of the preliminary survey baseline along the
primary corridor and along the existing road north near the proposed concrete plant. Cross sections
shall vary in length; being a +/- 300 ' corridor (estimated 150 ' +/- from baseline) in "un-improved"
areas and +/- 25 ' over existing property/subdivision lines (or as needed) into "improved" lots or lands
in an effort to supply adequate data to determine flow patterns. All home and/or structure (i.e .
detached sheds/garages) finish floor elevations (low floor) shall be obtained (see attached sketch) .
CEI will supplement aerial planimetric data within corridor for obscured areas.
CEI will locate above ground utilities within the corridor.
>F:\Engineering\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext. 06\0309 Fleming Ext. Creech IRC WO#4 -04-18-06-
mob.doc
Task 6 — Railroad Crossings / U. S. Highway I Topography
Topographic features including above ground utilities and improvements will be located within 300 '
each direction from the existing railroad crossing at Old Dixie Highway.
Topographic features including above ground utilities and improvements will be located within 300 '
each direction from the proposed railroad crossing at Old Dixie Highway.
• Topographic features including above ground utilities and improvements will be located along U. S.
Highway I approximately 660 ' each way from the intersection with the preliminary survey baseline,
within the apparent R/W.
Task 7 — Lake Cross Sections
CEI will measure three cross sections of the lake near station 80+00 at 50 foot intervals south from
the preliminary survey baseline to a point approximately 50 ' south of the southerly limits of the
corridor.
Task 8 — Areas of Environmental Concern
CEI personnel will locate the wetland flags that are set by others, within or near the corridor to sub
meter accuracy. CEI is not responsible for "flagging" the wetlands.
Task 9 — Aerial Mapping Control
• CEI will set approximately six panels in support of aerial mapping. CEI will establish horizontal and
vertical control values on the seven panels to accuracies sufficient to control aerial mapping and
establishment of one-foot contours.
Task 10 — Photogrammetry
• CEI shall contract with Pickett & Associates, Inc . to provide professional surveying and mapping
services for this project. Please see attached contract for scope items.
Task 11 — Final Corridor Alignment
• CEI will research local published records, cadastral information, along with title documentation
provided by the COUNTY. This information will be used to compute a final alignment for the length
of the primary corridor for the project and for R/Ws that cross the alignment.
• All control stations established will be referenced to the final corridor alignment.
• All final cross section drawings will reference the final alignment.
• Coordinates (NAD83/99) shall be provided on the beginning, end, PC, PT and deflection points of the
final alignmentibaseline.
• A final alignment plot over-laid on the ortho-imagery shall be supplied to the COUNTY for review
and approvals.
Task 12 — Expenses
• Expenses for primary control monumentation materials.
Expenses for aerial panel (target) materials.
Deliverables
There shall be three submittals for this project:
Preliminary - 30%: emailed submittal including preliminary alignment
Final Review - 80% : emailed submittal including final alignment with aerials
Final- 100% - CEI will provide six (6) signed and sealed hardcopy survey maps in accordance with
the proposal requirements, and with the "Minimum Technical Standards" for surveying and mapping
in the State of Florida as set forth by the Florida Board of Professional Surveyors and Mappers in
Chapter 61G17-6, Florida Administrative Code, pursuant to Section 472-027, Florida Statutes. The
electronic drawing files will be supplied in AutoCad® version 2004 or later electronic format, based
upon Florida State Plane coordinates (NAD 83/99) .
>FAEngineermg\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext. 06\0309 Fleming Ext. Creech IRC WO#4 -04- 18-06-
mob.doc
Time of Completion
• The "Preliminary — 30%" will be submitted in 30 calendar days.
• The "Final Review — 801/o ' will be submitted in 100 calendar days.
• The final product will be delivered in 120 calendar days.
Note: All schedule dates above begin upon and executed contract and Notice to Proceed from the
COUNTY.
Information and/ or Services NOT Included :
This proposal does not include any fee for:
a) Additional data formatting and submittal to agencies other than specifically stated herein.
b) Underground utility location.
FEE SCHEDULE
We will provide the services outlined in Tasks 1 through 12 as listed below for the lump sum fees as
detailed below.
TASK FEE
Task 1 — Meetings / Coordination $ 29315
Task 2 — Preliminary Survey Baseline $ 2,555
Task 3 — Primary Control $ 11 ,450
Task 4 — Secondary Control $ 5,920
Task 5 — Cross Sections / Supplemental Planimetrics $ 35 ,330
Task 6 — Railroad Crossings / U. S. Highway 1
Topography $ 9,700
Task 7 — Lake Cross Sections $ 17665
Task 8 — Areas of Environmental Concern $ 3 ,815
Task 9 — Aerial Mapping Control $ 37940
Task 10 — Photogrammetry (Sub-Consultant see attached) $ 600
Task 11 — Final Corridor Alignment $ 165010
Task 12 - Expenses $ 170
Total Lump Sum Fee $ 1 999470
Creech Engineers, Inc. is extremely pleased for the opportunity to provide the COUNTY with
professional services as outlined above, and look forward to working with you.
Sincerely,
Cree ngineers, Inc.
Patrick B. Meeds, PSM
Survey Manager
Cc: Rick Creech
Jesse Goldfarb
4) PICKETT
SUR EY1UG fi PHOTOGRAMMETFY
vlar::1 L• _').e
Nh. 3ren C. Wco1 DSV
Cre?;a =t:_e=Z£ In;
�;i0 'd'. �a Game 3iri S;a '33
lielhic—r.. FL : ?3
RE : Ftemins Strctt Extenaon .AArial Smev
Pickett a 1:476
Mr. hood
Yiikei[ S Asicunei. IC[.. is plenk1—plt-22i: ot'_ -es-..ed Iropoizl to protide pmfes!Ozal
pac•:O a=--n• E-a[ei MocinA- a k he atm:e reiwre_:ed pare::. Timis 7-4 027W by rke
adii-JO: of mayraq even.
Our eco}? a: iS mice: an-for. dkvEr;.bles Ai!I N zs folloA>:
• `2A• co:or ?.e ?7F= cta�ta_rl } r.;� iiie� rnd "=i)' to:o_iph c acd p!a_•+r�e:ric =rp
vd-I z. I ' •:arrant iuenc?l. the :c:?7 car ins ii aPTO Tur=Nr 3CCi n'.ie T: 73iJ' OU ip:us
zm zdidowd ) ' •f side e:•ae1;anij Ori is Lo.,,.-.d it. Se ions ! ?tl ?. P_ it . R3 ?E. Cart.
iha �a:;.mac iV. t<.ordprcp
• Diaz_ ielP.'e[L)<!ei A'�I �Y_ 1] ?sraclOCV ?9d ii2ZS f[•S�Its.
• n :l[riiali:�sed �:vt•e';O:iRaxRa' Sur•.�•.
Zbto3?.•yl2nq 1.Ork ±22 n}4: Or e:tieed Lie ".01W VLL7.In] Tw.ruu,:a_ Staziaris ren --s
as ie: fort: s Mille 6! G! ;. '!zJn mx flnx.es :is:b!e and '.Sen7 table p1 Le PaO: map j Ate! t2
i1161] Pr nunp i.LS zomI 6i. Cc's:ctui :n wmial•; at.maes zeas Ai:l '7e &slteC ?J1 Z...c a[t'
itarxldi •al not zplc in d:ese ar=_ri. .k-c-ai cera te- Ot- ;_ed T%U to A. bi�•_k acd •deii_snaced
v;A •.nrd_;:ard tt:a: :air af5ce nl ataF!c Lae neceisa_- - =_mml cOnrol. 11v Faced.
The tai: 'O: fiii :e.-•:; a Aetild •)e Six ILOusaad Su Haadred Dollar• kv,S4o.G0}.
B uh tau for coviieri=z cepa: Us ur=. If You Al It for =.r to pcxe>d ple?;e i!p below as vw
apemex and o; at•_ :fans mi cc•_iidos. pset cudy -. br:ri ?:s AmlLhruent
zzi r-ri= as au nd:orizz ran to to e Avrk. :z O:POIFropoeal car. to sec: ctpon cot_
:wiU sr Tte sated [ost for serf-:es is :aii 40: cG •i'.c=._ box :]ie atOF Gl:s.
ixe.e:v.
PICI,fIT t .a550cuus, m.
IT. Jefrev
Viice P:esid_[. D re;:o: of Pbaros arm --7
Amei :aarA untedBc: Dr:e
Pmca & Asionate-3• In-. • 4 -1 south Flit A:Entw • Banns. FL :1330 . 663. 53M095
e.4RTCn'. - 1'1AUCHUL.A - PALM CGAST
>F:\Engineering\Capital Projects\0390-Annual Survey Contracts\Creech\2006\Fleming Ext 06\0309 Fleming Ext. Creech IRC WO#4 -04-18-06-
mob.doc