Loading...
HomeMy WebLinkAbout2012-048 INDIAN RIVER COUNTY UTILITIES WORK ORDER NUMBER 3 This Work Order Number 3 is entered into as of this 13thday of March 2012 , pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15 , 2011 (the "Agreement " ) by and between INDIAN RIVER COUNTY , a political subdivision of the State of Florida COUNTY and and MRV I NGINI' F: I INO , INC . ( " CONS' ULTANT " ) . T heA COUNTY has selected the Consultant to perform the professional services set follh 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 1 ( 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 1 ( 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 MBV ENOINEFRINC) INC OF INDIAN GIVER COUNTY :�MtpISSIGNF By By • i Gary( . Wheeler , Chairman o: . Aaron J . Rowles , Vice President : � • o RCC Approved Date : March 13 , 201 Attest : J , K . Ra Clerk of `�'•�. � +�r: YNMY YYY Deput I Approved , J seph aird , County Adn Inistrratol A pr v ! as to form and le J1 sufficiency : ,4` t `Atari Polackv rch , County Attorney EXHIBIT 1 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT PAVING IMPROVEMENTS FOR THE GIFFORD, WINTER BEACH AND ROSELAND CUSTOMER CONVENIENCE CENTERS GENERAL It is our understanding that Solid Waste Disposal District must improve the existing service roads at the following Customer Convenience Center locations : Gifford , Winter Beach and Roseland . Due to the age of the facilities , the existing ingress/egress travel lanes the customers utilize to dispose of their solid waste are in various stages of disrepair from moderate to extreme . It is also our understanding that various complaints have been generated by customers on the disrepair of the aforementioned travel lanes . Furthermore , we understand that each facility has constructed minimum improvements over the years to accommodate growth of the facilities as well as manned shelters . In addition to the paving improvements, each site may be required to improve its respective drainage system as required by local , state and federal laws . The proposed design improvements will consist of milling, grading, paving and earthwork activities from the connection point at the County roadway and encompassing the looped drop-off lanes at the disposal facilities . It is proposed that, to the extent possible, the existing asphalt will be milled at various depths, replaced as a base course and paved over with 2 " of SP 12 . 5 ( Super Pave 12 . 5 ) . The paving improvements will be graded to sheet flow/channel the stormwater away from the drop-off areas to the green areas located behind and down slope from the manned shelters. As required by state , local and federal laws, each site must improve its drainage retention area as well as its ultimate outfall conveyance system . MBV Engineering will provide the surveying, design , permitting, bidding and construction services related to the above activities . SCOPE OF WORK The scope of work has been detailed below and represents the services provided for each of the Customer Convenience locations described above . TASK 1 — SURVEY (EXISTING CONDITIONS) CONSULTANT will obtain the boundary and topographic survey for the area to receive the improvements . In addition, the CONSULTANT shall locate all visible aboveground utilities, structures and buildings within the improvement area . Furthermore , CONSULTANT will obtain the drainage pipes, pipe inverts , existing swales and existing fences within the improvement areas . TASK 2 —DESIGN SERVICES 2 . 1 CONSTRUCTION PLANS CONSULTANT will prepare 24"x 36" design drawings for the above described improvements . The design drawings will include Site Plan layout, Paving, Grading and Drainage plan, Section Details, Pavement Design Details and Erosion Control Plan and Details . Page 1 of 5 2 . 2 SPECIFICATIONS CONSULTANT will prepare technical specifications for the proposed improvements . County will provide in an electronic format of the Division specifications that are applicable and CONSULTANT will modify them as required to make project specific . 2 . 3 CONSTRUCTION COST ESTIMATE CONSULTANT will prepare estimates of probable construction costs at approximately 60 , 90 and 100 percent levels of design completion . 2 . 4 COUNTY REVIEWS CONSULTANT will attend three (3 ) progress review meetings with S . W .D . D . staff at approximately 60 , 90 and 100 percent levels of design completion . A single set of review comments shall be provided to CONSULTANT from S . W . D . D . staff prior to each review meeting. TASK 3 —PERMITTING SERVICES CONSULTANT will prepare the following permit applications and associated submittals for the following agencies : • Indian River County Administrative Approval (AA) Permit • Indian River County ROW Permit • SJRWMD Stormwater Exemption Letter • IRFWCD Stormwater Exemption (65 "' St and 41 " St) No wetlands, endangered species or other ecological permitting is anticipated or included herein . CONSULTANT shall respond to up to one ( 1 ) request for additional information by each of the permitting agencies . County will be responsible for all permit fees . TASK 4-13IDDING SERVICES CONSULTANT will assist County with Bidding Services as described below . • Attendance to one ( 1 ) Pre-Bid meeting • Provide technical responses for one addendum to clarify the bidding documents . The County shall be responsible for distributing addendum responses to bidders . • Evaluate received bids and provide an award recommendation The County shall be responsible for setting the bid opening date, advertisement of the bid, scheduling the pre-bid meeting and scheduling the bid opening. The CONSULTANT will prepare a pdf of the bid documents for the County ' s use in distributing bid documents to prospective bidders via Demand Star. Page 2 of 5 4 . 1 DELIVERABLES CONSULTANT shall provide the following : • One ( 1 ) hard copy (24 " x 36 ") of bid documents Final Drawings • One ( 1 ) hard copy ( 11 " x 17 ") of bid documents Final Drawings • One ( 1 ) hard copy of the Specifications Book • One ( 1 ) PDF electronic copy of bid documents (drawings and specifications) • Technical Responses for one addenda as required for clarifying responses from pre -bid meeting • Bid Award Recommendation Letter TASK 5—CONSTRUCTION SERVICES Once authorized by the County, CONSULTANT will proceed with the construction phase services described below by their specific task . CONSULTANT shall be " Engineer of Record" (EOR) for the project construction and shall be responsible for certifications to the applicable permit agencies as required. 5 . 1 SHOP DRAWING REVIEW CONSULTANT shall review shop drawings for project, as provided by the contractor, up to two times per submittal for conformance with the contract documents . CONSULTANT shall distribute shop drawings to applicable agencies for review and approval and distribute final approved shop drawings back to contractor. Contractor is responsible for submittal of appropriate number of shop drawings, as required by agencies , to EOR at the appropriate time . 5 . 2 INTERPRETATIONS AND CLARIFICATIONS CONSULTANT shall provide interpretations and clarifications of the design documents when requested and prepare change orders required for clarification. 5 . 3 PERIODIC SITE VISITS CONSULTANT shall visit the site at intervals appropriate to the various stages of construction to observe progress and quality of the construction and its general conformance with the contract documents . CONSULTANT shall notify the County of observed work which does not conform to the contract documents , make recommendations to the County for its correction, and , when authorized by the County , issue instructions to the contractor through the County ' s representative to carry out the corrective measures . A 2 -month construction period is assumed for each Customer Convenience location as the basis of the scope for this task . This work order assumes one site visit per week will be provided for the 2-month construction period . Additionally, CONSULTANT will conduct substantial and final completion visits at each location and will prepare a punch list to be provided to the County . Page 3 of 5 5 .4 CONSTRUCTION TESTING REPORTS REVIEW CONSULTANT shall review the required site materials testing reports for compliance with the design plans and specifications . It shall be the responsibility of the Contractor to obtain and provide to the CONSULTANT with the required materials testing and compaction reports as set forth in the design specifications . Contractor shall only utilize a licensed, certified testing laboratory for the applicable material test in question . CONSULTANT shall coordinate any deficiencies in said reports with the Contractor and Contractor shall be responsible to address and/or correct those items out of compliance . 5 . 5 PAY REQUEST REVIEW CONSULTANT shall review, recommend and submit to County Project Manager for payment, the monthly pay request form the contractor. 5 . 6 CHANGE ORDERS CONSULTANT shall review all change order requests and make recommendations to the County Project Manager for acceptance . 5 . 7 RECORD DRAWINGS AND CERTIFICATIONS CONSULTANT shall review the record drawings of the completed project as provided to CONSULTANT by the contractor . CONSULTANT will review the record drawings pursuant to contract documents . Service Provider will work closely with contractor to address deficiencies in record drawings , if applicable , and to finalize for jurisdictional certifications . CONSULTANT shall complete the certification package as required for project close -out with the applicable jurisdictional agencies . SCHEDULE : The services described herein will be provided based on the following number of days from the County issuing the Notice to Proceed (NTP) , unless otherwise noted : TASKS 1 — 3 120 days from NTP TASK 4 45 days from advertisement TASK 5 90 days from Construction commencement COMPENSATION: Compensation for S . W .D . D . Work Order No . 1 services described herein are detailed below for each location and will be based on the lump sum Method in accordance with Section 5 of the Agreement . The total estimated fee shall not exceed $ 36 , 450 without mutual agreement by the County and CONSULTANT . The compensation for each location shall be as follows : Gifford Customer Convenience Center (41 " Street) Task I — Survey $ 2 , 200 Task 2 — Design Services $ 39500 Task 3 — Permitting Services $ 1 , 500 Task 4 — Bidding Services $ 19700 Task 5 — Construction Services $ 300 Sub-Total $ 115900 Page 4 of 5 Winter Beach Convenience Center (65`h Street) Task 1 — Survey $ 29200 Task 2 — Design Services $ 3 , 600 Task 3 — Permitting Services $ 1 , 500 Task 4 — Bidding Services $ 19700 Task 5 — Construction Services $ 3 ,300 Sub-Total $ 129300 Roseland Convenience Center ( 130" Street) Task 1 — Survey $29100 Task 2 — Design Services $ 3 ,450 Task 3 — Permitting Services $ 19500 Task 4 — Bidding Services $ 1 ,700 Task 5 — Construction Services $ 3 , 500 Sub-Total $ 12 , 250 Total $ 36,450 ADDITIONAL SERVICES : When required by the County or the Contract Documents , where circumstances exist beyond the CONSULTANT ' S control , CONSULTANT shall provide or obtain from others , as circumstances require, those additional services not listed as part of the Work Order . CONSULTANT shall notify County promptly prior to commencing said Additional Services , and if agreed upon, will be paid for by County in accordance with the Master Agreement . Professionals and vendors intended to provide additional services shall first be approved by the County, in writing, by the County ' s Project Manager . Page 5 of 5