Loading...
HomeMy WebLinkAbout2011-106 050311 1 zor . INDIAN RIVER COUNTYQ BEACH PRESERVATION PLAN WORK ORDER NO . 18 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN APPLIED TECHNOLOGY AND MANAGEMENT , INC . AND INDIAN RIVER COUNTY , FLORIDA Pursuant to the Professional Services Agreement ( MASTER AGREEMENT) dated December 13 , 2005 and amended December 13 , 2008 , by and between INDIAN RIVER COUNTY , a political subdivision of the State of Florida , hereinafter referred to as the COUNTY , and APPLIED TECHNOLOGY AND MANAGEMENT, INC . , with a Florida office in WEST PALM BEACH , FL . , hereinafter referred to as the CONSULTANT, this WORK ORDER No . 18 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows : SECTION I - PROJECT DESCRIPTION Services included in this Work Order are specified in the attached Scope of Work included as Exhibit "A " SECTION II - COUNTY OBLIGATIONS The COUNTY agrees to provide the CONSULTANT with the following material , data , or services as required in connection with the work to be performed under this Work Order : A . Currently available studies, survey drawings , plans , calculations , and other data pertinent to the Project . B . Review and comment on CONSULTANTS work in a timely fashion . SECTION III SCOPE OF SERVICES CONSULTANT will provide services as specified in the attached Scope of Work included as Exhibit "A " SECTION IV - TIME FOR COMPLETION After the COUNTY issues a written authorization to proceed , all work shall be completed on or before January 2011 as set forth in Exhibit " C " unless project delays extend the time of completion . 1 SECTION V COMPENSATION The COUNTY agrees to pay , and the CONSULTANT agrees to accept fees for services rendered according to the attached Cost Proposal included as Exhibit " B " . SECTION VI - PARTIAL PAYMENTS The COUNTY shall make monthly partial payments to the CONSULTANT for all authorized work pertaining directly to this project performed during the previous calendar month The CONSULTANT shall submit invoices monthly for services performed and expenses incurred pursuant to this Agreement during the prior month . The CONSULTANT shall submit duly certified invoices 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 under this phase , determined by applying the percentage of the work completed as certified by the CONSULTANT , to the total due for this phase of the work . For each invoice , the CONSULTANT shall certify that the total invoice amount is correct . The amount of the partial payment due the CONSULTANT for the work performed to - date under these phases shall be an amount calculated in accordance with the previous paragraph , less ten percent ( 10 % ) of the invoice amol.► nt thus determined , which shall be withheld by the COUNTY as retainage , and less previous payments . The ten percent ( 10 % ) retainage withheld shall be paid in full to the CONSULTANT by the COUNTY , within forty - five days after the date of final acceptance of the work by the Director of Public Works . Billings shall be payable in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218 . 70 et . seq . at not less than monthly intervals . No payment shall be made unless the Public Works Director has received and approved the work products required under the " Scope of Services " herein . 2 SECTION VII - RELATI®NSIIIP TO MASTER AGREEMENT AND LAWS OF FLORIDA 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 these presents this 3 rd day of May , 2011 . APPLIED TECHNOLOGY INDIAN RIVER COUNTY, FLORIDA AND MANAGEMENT, INC . BOARD OF COUNTY COMMISSIONERS 400 S . AUSTRALIAN AVE. WEST PALM BEACH, FL 33401 a, °.� tltllltlq " gq pp4. ° eNo ���• `N "o Michael Jenkins , Ph . D . Bob Solari Coastal Team Leader Chairman a _ 8 4 1 • < ri•T Y f JEFFREY TON, L � o�•. . ' .° 00 APPROVED B � - seph A. aird, County Administrator Approved as to form and legal Buff ciency : Alan S . Po ackwich , Sr. County Attorney 3 EXHIBIT " A " SCOPE OF SERVICES 4 Attachment A Scope of Services April 2011 Work Order 18 Indian River County Beach Sectors 1 & 2 Post - Project Monitoring ( 2011 ) INTRODUCTION The sand placement for the limited renourishment of the Ambersand project was broken into two phases . Phase I , placement of sand from the Sebastian Inlet Sand Trap , was performed under a FDEP partial notice to proceed ( NTP ) , and allowed for placement of sand dredged from the Sebastian Inlet sand trap to be placed on the dry beach ( landward of the MHW line ) . The Phase I portion of the project was completed in May 2006 under contract with Great Lakes Dredge and Dock , Inc . ( GLDD ) . Pre -Construction baseline biological monitoring was performed in the summer/fall of 2007 , and FDEP issued the County a full NTP to complete Phase II of this project . Phase II placed approximately 160 , 000 c . y . from the offshore borrow site , resulting in a total construction volume of approximately 258 , 000 c . y . Sand placement was completed on December 29 , 2007 , and Final Completion was provided to GLDD on March 26 , 2008 . All work was performed under FDEP Permit No . 0166929 -007 - EM and USACE Permit No . SAJ -200 - 1872 . Based on clarification from FDEP (4/7 /08 e- mail from Ms . Childs ) regarding the permit- required monitoring schedule , the biological and physical monitoring survey schedules are off-set by one year. The biological portion of this 2011 post- project monitoring effort will be the 3rd Year Post- Construction Biological Survey. The FDEP and USACE permits do not require physical monitoring for 2011 . This scope of work includes tasks to perform and fulfill the permit- required post- project monitoring and reporting for 2011 . Task 1 Biological Monitoring and Reporting ( 3 'd Year Post-Construction ) The FDEP permit requires biological monitoring following the construction . Continental Shelf Associates International , Inc . ( CSA ) will perform the biological monitoring , Costal Eco -Group , Inc . ( CEG ) will perform required 2nd party quality assurance of the monitoring data , and ATM will perform necessary quality control on the reporting of the data per the DEP -approved Biological Monitoring Plan ( February 6 , 2007 ) . Work will include surveying the ten transects established under previous surveys ( R -5 , R -6 . 5 , R -8 , R -9 . 5 , R - 10 . 5 , R - 12 , R - 14 . 2 , R - 16 . 9 , R - 19 . 5 , and R -22 ) . The data collection will include collecting video transects , quadrat and sediment thickness data , and surveying the nearshore edge . A comparison of the data collected under this scope of services will be made to prior project datasets . If weather or visibility conditions prevent the collection of data , contingency monitoring will occur per protocol . The budget allocated to field work , including contingency days is up to 10 days . The budget includes time to conduct visibility checks to assess conditions prior to mobilization of the field crew . ATM and CEG will coordinate with FDEP and USACE on nearshore conditions and efforts undertaken as part of this task . The consultants and the County will have weekly teleconferences to coordinate efforts . ATM and CSA will provide the County with regular updates via e - mail or teleconferences of the field efforts , and a report presenting the data and an analysis of the data . Task deliverables are defined as the following : 1 ) Letter report at the completion of the field work providing summarizing the data collected ; 2 ) Data deliverable to County and FDEP 3 ) Final report to County and regulatory agencies Future Tasks The issued FDEP and USACE permits require biennial physical monitoring for the remainder of the project design life . It is assumed that the monitoring requirements will not change ; however , ATM will seek waivers to the monitoring requirements where appropriate . EXHIBIT ° B ° COST PROPOSAL 5 Attachment B Work Order 18 - Attachment B Sectors 1 & 2 Post-Construction Monitoring ( 2011 ) ATM Total Labor Total Task Task Description and Breakdown Total Subcontractor and Other Direct Budget Costs Task 1 Biological Monitoring $ 176 , 274 EE $ 13 , 734 $ 190 , 008 Total Task Order Costs $ 176 , 274 $ 13 , 734 $ 190 , 008 ATM Other Total Subcontractor lwl ATM ATM Total Direct costs Total Task Principal Senior 510fl EngMetlnq ATM ATM ATM ATM ATM Field Task Desai tion and Breakdown coastal Dnhingl CEG CSA tricks" EAI M6E Subcontractor Marker Labor (00C.51 AL Budget P Engineer Engineer Technician Surveyor Clerical Biologist Biologist PI Engineer AutoLAO (raw) Equipment 8170 51]0 $120 E100 5120 $9595 5115 S105 Task 1 Biological Monitoring 1 Billo kal Mordonn 8 64 i6 24 $8,200 $159.680 $167,880 $ 176,274 $13080 $654 $ 190.008 Total Cost - Task 1 8 64 0 16 0 0 24 0 0 $8,200 $159,680 $U $o $0 $ 167,880 $176,214 $1 ],080 S654 $190008 ToUl TaskOrder UoSts 8 6d 0 16 0 0 24 D 0 56,2DD $159 680 So SO $D $167,880 5176,274 $13,080 $654 $190,000 EXHIBIT ` C ' PROJECT SCHEDULE 6 Attachment C - Schedule April 2011 Work Order 18 Indian River County Beach Sectors 1 & 2 Post = Project Monitoring ( 2011 ) Task Date of Completion 1 Biological Monitoring anrting December 2011