Loading...
HomeMy WebLinkAbout2015-226 WORK ORDER NUM6ER 2 12'h Street Water Main Replacement between 20th Avenue & Old Dixie Hwy. This Work Order Number 2 is entered into as of this lstday of pecemb 72015, pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011, and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4h day of November, 2014(collectively referred to as the"Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and M13V Engineering, Inc. ("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 1 (Fee Schedule), attached to this Work Order and made a part hereof by this reference. The I' 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 IVIBV Engineer e> i"',I OF INDIAN RIVER COUNTY By: By: Bob Solari, Chairman Title: • BCC Approved Date: December 1 2015 •�'JN.••••"" ••�t:Jeffrey R. Smith,Clerk of Court and Comptroller .•moo: •�F i Deputy Clerk �yRcoutirjiproved: , seph . Baird, County Administrator Approved as to form and legal sufficiency: ylan T. Reingold,County Attorney EXHIBIT 1 INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES 12TH STREET WATER MAIM REPLACEMENT BETWEEN 20T'-' AVENUE AND OLD DIME HIGHWAY GENERAL V� I It is our understanding that the Indian River County Department of Utility Services (IRCDUS) is replacing the existing ACP water main located in the portion of the 121x' Street Right-of-Way between Old Dixie Highway and 20i3' Avenue. Due to the age of the facilities, the existing ACP water main has recently experienced several leaks in this section of line and has required several repairs. It is also our understanding that in an effort to remove rear lot located water meters and galvanized water mains,the project will replace the existing water Iines and residential stub outs for the residential neighborhood bounded by 14th Street to the north, 12th Street to the south, 16th Avenue to the west and 12th Avenue to the east. To address these concerns, we understand that the Department of Utility Services is proposing to abandon the existing ACP water main and replace with a new 8" PVC line in the 12"' Street Right-of Way from the 12'x' Street/20`x' Avenue intersection to the 12'x' Street/ Old Dixie Highway intersection. Furthermore, we understand the aforementioned residential neighborhoods will have new water mains and residential connections installed as part of this project. The proposed design improvements will consist of abandonment in place of the existing ACP and galvanized water mains. New fire hydrants will be installed where required pursuant to code requirements and residential connections to the new mains will be re-established. As such, MBV Engineering will provide the surveying, design, permitting, bidding assistance 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 as described below: ii 1. Delineate existing right of way lines and/or easements within project limits. 2. Show baseline stationing every 100 feet, set control points at a maximum of 500 foot separation and at any curve or change in direction, with benchmark data at a maximum of 500 foot separation. All elevations will be in NAVD88,all horizontal control will be in State Plane coordinates NAD83. 3. Depict right of way line along entire project as defined by engineer. 4. Locate pavement/dirt roads at a maximum of 100 foot stations. 5. Show elevations extending 10 feet beyond right of way lines at corresponding stations with road. 6. Contact Sunshine One for utility locations and depict paint markings and flagged underground utilities. Page 1 of 5 7 Locate .all existing visible aboveground utilities within project limits, show elevations where applicable 8. Locate all existing water meters or potable wells and roam shut valve at each residence or point of entry of water service 9 Locate all driveways, curbs and other obstructions extending 10 feet beyond right of way lines within.project limits, show type of material and size 10. Locate all existing drainage structures and culverts extending 10 feet beyond right of way lines within project limits, denote material type, size and invert. I 1 Locate all existing swales extending 10 feet beyond right of way lines within project limits at corresponding stations to road, elevations at top of bank and bottom not to exceed 100 foot separation. 12 Locate all existing fences within 10 feet of right of way lines. 13. Locate all trees and/or shrubbery within 2 feet of right of way lines. 14. Locate all mailboxes, flags poles and other semi-permanent/permanent obstructions within, and 10 feet beyond right of way lines to project limits. 15. Depict all street names on finished survey. 16. Provide 6 signed and sealed copies of the finished survey to meet County Requirements. 17. Provide electronic PDF file if requested. TASK 2—DESIGN SERVICES I 2.1 CONSTRUCTION PLANS I CONSULTANT will prepare 24"x3)6"design drawings for the above described improvements. The design �( drawings will ir3elude Existing Conditions Plan,Demolition and Abandonment Plan,Erosion Control Plan, Horizontal Utility Plan, ROW Restoration Plan, Section Details, Utility Details, Erosion Control Details, and MOT plans/details. 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 1.00 percent levels of design completion. 2.4 COUNTY REVIEWS CONSULTANT will attend three (3) progress review meetings with IRCDUS staff at approximately 60, 90 and 100 percent levels of design completion. A single set of review comments shall be provided to CONSULTANT from IRCDUS staff prior to each review meeting. i I TASK 3—PERMITTING SERVICES CONSULTANT will prepare the following permit applications and associated submittals for the following agencies: Page 2 of 5 m Indian River County Utility Permit ® Indian River County ROW Permit ® Indian River County Land Clearing Permit ® FDEP Water Distribution Permit No traffic improvements, 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—BIDDING SERVICES I CONSULTANT will assist County with Bidding Services as described below. i a 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. 4.1 DELIVERABLES CONSULTANT shall provide the following: ® One(1)hard copy(24"x 36")of bid documents Final Drawings ® One(1)hard copy(I I"x. 17")of bid documents Final Drawings ® One(1)hard copy of the Specifications Book o 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 I . I TASK 5—CONSTRUCTION SERVICES Once authorized by the County, CONSULTANT will proceed with the construction phase services described below by their specific task ON AN HOURLY,NOT TO EXCEED, BASIS. 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 DRAWJNG 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 Page 3 of 5 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 tune. 5.2 INTERPRETATIONS AND CLARIFICATIONS CONSULTANT shall provide interpretations and clarifications of the design documents when requested j( and prepare change orders required for clarification. 5.3 PERIODIC SITE VISITS �I CONSUL'T'ANT 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 cant'out the corrective measures. A 4-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 4-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. 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 I� CONSULTANT shall review all. change order requests and make recommendations to the County Project Manager for acceptance. 5.7 RECORD DRAWINGS AND CERTIFICATIONS i 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. �j Page 4 of 5 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 fi-om NTP TASK 4 45 days fi-om advertisement TASK 5 120 days from Construction commencement COMPENSATION: ' t Compensation for 1RCDUS Work Order No. 1 services described herein are detailed below and will be based on the luixip sum Method in accordance with Section 5 of the Agreement. The total estimated fee shall not exceed $141,500 without mutual agreement by the County and CONSULTANT. The compensation shall be as follows: Task 1 —Survey $ 53,340 Task 2—Design Services $ 301860 Task 3 —Permitting Services $ 7,100 Task 4—Bidding Services $ 8,700 Task 5—Construction Services $ 5,000(Hourly, not to exceed) Sub-Total $105,000 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 shalt first be approved by the County, in writing, by the County's Project Manager. I� Page 5 of 5