Loading...
HomeMy WebLinkAbout2015-071Board of County Commissioners 1801 27th Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: 772-778-9391 WORK ORDER NO. 1 (ENGINEERING) FOR PROFESSIONAL CIVIL ENGINEERING SERVICES AGREEMENT WITH CARTER ASSOCIATES, INC. PROJECT: 41st Street and U.S. Highway No. 1- Intersection Improvements Indian River County Project No. 1359 o4-14-ao(5 B.E. anis-o1 1 This Work Order No 1 is in accordance with the existing AGREEMENT dated November 15, 2011 as amended November 4, 2014 between Carter Associates, Inc (ENGINEER) and Indian River County (COUNTY) This Work Order No 1 amends the Agreement as follows: SECTION I — PROJECT LIMITS This Work Order No 1 is for the ENGINEER to perform all professional services in connection with the design of a portion of 41st Street and U S. Highway No 1, including the intersection of 41St Street and Old Dixie Highway and the intersection of 41st Street and U S Highway No. 1. The design will extend approximately 1,100' north, south and west of the intersection of OId Dixie Highway The 41st Street eastbound left turn lane at the approach to OId Dixie Highway will require the paving within the Florida East Coast Railroad (FECRR) right-of-way to be widened It is understood the FECRR will perform the required work to the railroad facility and will perform review and approval of all work within the FECRR right-of-way SECTION II - SCOPE OF SERVICES As agreed upon between ENGINEER and COUNTY, the ENGINEER shall provide Professional services to complete all tasks as outlined in this Work Order No 1, specifically detailed in the attached proposal Exhibit A. SECTION III — TIME FOR COMPLETION & DELIVERABLES/WORK PRODUCT 1. Project shall be completed as follows: a Within 120 calendar days of Notice to Proceed b. Time of FINAL project completion shall be within 30 calendar days of receipt of the County's review comments from the 100% "Paper Submittal" F•\Public Works\ENGINEERING DIVISION PROJECTS\1359-41st St_US1 Left Turn Lane\Admin\agenda items\IRC CARTER ENG WO No. 1, 4-15- 2015.doc IRC Work Order No. 1 Carter Associates, Inc. April 14, 2015 Page 2 of 3 2 Deliverables -The ENGINEER shall provide the COUNTY: a As defined in the attached proposal and scope of services (Exhibit A) and related digital Auto CAD and PDF files. b 30%, 60%, 90% and 100% submittals shall include 3 sets of plans, 1 original Cost Estimate and Quantities (90% and 100% submittals), 1 copy drainage computations and 1 copy other documents. c. FINAL Deliverables, five (5) paper "hardcopy" signed and sealed sets of plans ((I.E Borders). Sheeted and model space (as applicable) AutoCad drawing file in release 2013, PDF formats, reports, and other pertinent documents in adequate recording fashion. All electronic files to be on CD SECTION IV — COMPENSATION The COUNTY agrees to pay, and the ENGINEER agrees to accept a lump sum amount of $86,645.00 for the above described services rendered as identified in Sections I, II, and III of this Work Order No 1 All and/or any additional services not described hereon shall be pre -approved by the COUNTY Approved additional services shall be invoiced at the rates disclosed in the approved fee schedule with the ENGINEER. All invoicing shall include Project Number 1359 and Work Order No. 1 (WO 1) Payments shall be in accordance with the original Continuing Contract Agreement for Professional Services, dated November 15, 2011 with the COUNTY and as stated in Section II, III and IV hereon. 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 [The remainder of this page was left blank intentionally ] F.\Public Works\ENGINEERING DIVISION PROJECTS\1359-41st St_US1 Left Turn Lane\Admin\agenda items\IRC CARTER ENG WO No. 1, 4-15- 2015.doc IRC Work Order No. 1 Carter Associates, Inc. April 14, 2015 Page 3 of 3 IN WITNESS WHEREOF the parties hereto have executed these presents this 14th day of April 2015 OWNER BOARD OF COUNTY COMMIS§Ijs).,. INDIAN RIVER COUNTY, FLQj :' r �' .((l ►"7 • les i Qs Wesley Dais, Chairman\ .. *. pori •o(R666004r Approved by BCC Apri 1 14, 2019 ATTEST: Jeffrey K. Smith, Clerk of Circuit Court and Comptroller Deputy Clerk Approved as to Form and Legal aSufficiency. ylan Reingold, COUNTY Attorney A osephBaird, COUNTY Administrator Carter Associates, Inc. Patrick S. Walther, P.E., Principal Witnessed by: cJoez_fi ,k ,easS (Printed name) F•\Public Works\ENGINEERING DIVISION PROJECTS\1359-41st St_US1 Left Turn Lane\Admin\agenda items\IRC CARTER ENG WO No. 1, 4-15- 2015.doc CARTER ASSOCIATES, INC. CONSULTING ENGINEERS AND LAND SURVEYORS 1708 21st STREET • VERO BEACH, FLORIDA 32960-3472 • 772-562-4191 • 772-562-7180 (FAX) JOHN H. BLUM. P.E., PRINCIPAL DAVID E. LUETHIE. P.S.M. PRINCIPAL GEORGE A. SIMONS, P.E., PRINCIPAL PATRICK S. \VALTHER, P.E., PRINCIPAL NIARVIN E. CARTER, P.S.\I., Consultant to the Fim, DEAN F LUETHJE, P.E. n.& Nc) Consultant to the Firm March 11, 2015 Mr. Michael Nixon, P.E. Roadway Production Manager Engineering Department Indian River County 1801 27th Street, Bldg. A3 Vero Beach, FL 32960 FRANK S. CUCCURESE. P.S.M. CLINTON J. RAHJES. P.E. STEVE D. SNOBERGER. P.E. BENJAMIN D SPEED, P.E. Re: Indian River County Project No. 1359 41St Street Intersection Improvements @ Hwy US 1 and Old Dixie Hwy Professional Engineering Services Agreement - Dear Mike: We are pleased to present this proposed agreement for professional engineering, services relative to adding left turn lanes on 41st Street for east bound traffic at Old Dixie Hwy and at Hwy US 1, left turn lane on 41st Street for west bound traffic at Old Dixie Hwy, and left turn lanes on Old Dixie Hwy for northbound and southbound traffic at 41st Street. The following describes,,o ur proposed scope of services and terms of agreement between Carter Associates, Inc. (CAI) and Indian River County (COUNTY): -. Part 1. Preliminary Engineering / 30% Design Development: • CAI will meet with COUNTY engineering staff as needed to define design, criteria and resolve issues resulting from site constraints. " • CAI will prepare and submit to COUNTY engineering staff a conceptual plan -view layout of proposed paving improvements for turn lanes including geometry. • CAI will research and investigate existing utilities. • CAI will research and investigate the requirements of Florida Department of Transportation (FDOT) and Florida East Coast Railroad (FECRR). • CAI will identify conflicts with existing utilities. • CAI will identify design issues. • CAI will identify additional right-of-way requirements. • CAI will conduct pre -application meetings with St Johns River Water Management District (SJRWMD) and FDOT. • CAI will attend meetings with FECRR to assist the COUNTY in adhering to FECRR requirements. CAI Seeing Florida Since 1911 N:\PSW\P\14-84E IRC 41st St\Proposal 3-11-2015.doc Page 1 of 5 • Based on information obtained through the above listed tasks, CAI will prepare and submit to COUNTY engineering staff 30% Design Development Plans to include plan views, striping and geometry. • CAI will prepare and submit to COUNTY engineering staff a preliminary opinion of probable construction costs. • CAI will attend a Utility Coordination Meeting to be coordinated by the COUNTY. Fees for Part 1 services are .$19,100.00 Part 2. 60% Design Development: • CAI will meet with COUNTY engineering staff as needed to resolve design issues. • CAI will prepare written response to COUNTY engineering staff review comments on 30% plans. • CAI will modify 30% Design Development Plans per comments. • CAI will coordinate geotechnical testing to be performed by others. • CAI will design and prepare drawings for grading, plateau intersections at 41St Street intersections with Ole Dixie and US1, profiles, drainage modifications, striping & signage, maintenance of traffic, and also details and specifications. • CAI will identify adjustment requirements for signals at the intersection of 41St Street and US1. CAI will coordinate with sub -consultant (McMahon Associates, Inc.) for design of signal modifications. • CAI will prepare and submit permit application(s) to FDOT. • CAI will prepare and submit drawings requested by FECRR. • CAI will assist the COUNTY with coordination of utility adjustments. • CAI will update the opinion of probable construction costs. • CAI will submit to COUNTY engineering staff 60% Design Development Plans for review and comment. Fees for Part 2 services are .$31,950.00 Part 3. 90% Design Development: • CAI will meet with COUNTY engineering staff as needed to resolve design and permitting issues. • CAI will prepare written response to COUNTY engineering staff review comments on 60% plans. • CAI will address requests for additional information from FDOT and FECRR. • CAI will modify 60% Design Development Plans per comments. • CAI will prepare additional plan sheets for Horizontal/Vertical Control Plan, Summary of Drainage Structures and Summary of Quantities. • CAI will attend a Utility Coordination Meeting to be coordinated by the COUNTY. • CAI will submit to COUNTY engineering staff 90% Design Development Plans for review and comment. Fees for Part 3 services are .$14,485.00 Senv� Florida eiL I Since 191 i N:\PSW\P\14-84E IRC 41st St\Proposal 3-11-2015.doc Page 2 of 5 Part 4. 100% Construction Plans: • CAI will meet with COUNTY engineering staff as needed to resolve any outstanding issues. • CAI will prepare written response to COUNTY engineering staff review comments on 90% plans. • CAI will modify 90% Design Development Plans per comments. • CAI will assist the COUNTY with coordination of utility adjustments. • CAI will finalize construction documents. • CAI will submit to COUNTY engineering staff 100% Construction Drawings and Technical Specifications. Fees for Part 4 services are .$5,720.00 Assumptions: In developing this proposal, CAI represents to the COUNTY that the following assumptions have been made and that deviation from these assumptions may require additional services and expenditures by CAI that will require additional compensation from the COUNTY: 1. Design will be based on the Topographic and Right -Of -Way Route Survey of 41st Street/South Gifford Road, Indian River County Project No. 1359, dated April 23, 2014, prepared by CAI. 2. Permit application fees are not included. The COUNTY will be responsible for paying permit application fees. 3. Geotechnical soil testing is not included and is anticipated to be necessary. CAI will coordinate with the COUNTY's Geotechnical Consultant to obtain soil borings when the scope of geotechnical investigation has been determined. 4. CAI personnel have access to all project improvement areas for the purpose of gathering relevant information. 5. It is anticipated that additional field survey may be required to facilitate design. Additional field survey is not included in this scope but can be provided by CAI through a separate agreement. Such additional survey could include but not be limited to verification of horizontal and vertical locations of existing buried utilities. 6. Pot holes may be required to obtain vertical and horizontal information on existing utilities. Digging of pot holes is not included in this scope of work. 7. Design and/or permitting of adjustments to existing water main, sanitary sewer or other utilities that are in conflict with proposed paving and drainage improvements are not included. Coordination with utility providers to address necessary utility adjustments is included. Design and permitting of water and wastewater utility adjustments can be provided by CAI as an additional service. Serving Florida i [�I Since 1911 N:\PSW\P\14-84E IRC 41st St\Proposal 3-11-2015.doc Page 3 of 5 8. The project area of development does not contain jurisdictional wetlands or threatened species. 9. A sidewalk will be provided on the north side along 41st Street between Old Dixie Hwy and Hwv US 1. 10. Legal descriptions and sketches for right-of-way acquisition are not included but can be provided by CAI through a separate agreement. 11. Construction Phase Services are not included but can be provided by CAI as an additional service. 12. The COUNTY will act as liaison for communications with FECRR. CAI will assist the COUNTY with understanding and following FECRR requirements. 13. CAI will conduct a pre -application meeting with St Johns River Water Management District (SJRWMD) to verify SJRWMD permitting requirements if any. It is anticipated that a SJRWMD permit will not be required, consequently, preparation and submittal of a permit application and required exhibits to SJRWMD is not included in this scope of work but can be provided by CAI as an additional service. 14. It is anticipated that stormwater management permitting and stormwater management calculations will not be required, consequently, they are not included in this scope of work but can be provided by CAI as an additional service. 15. Traffic control for the intersection of 41St Street and Old Dixie will utilize a four-way stop scenario. Existing signals at the intersection of 41St Street and US1 will require design modifications to accommodate the new lanes on 415t Street. Design of signal modifications are included and will be done by CAI's sub -consultant, McMahon Associates, Inc. Should relocation of one or more poles be required, this agreement will be amended to include Tasks 3 and/or 4 as defined in the attached proposed agreement from McMahon Associates, Inc. 16. This scope of work includes relocation of one mast arm pole. Additional services may be required should relocation of more than one mast arm pole become necessary. CAI j i Bening Florida Since 1911 N:\PSW\P\14-84E IRC 41st St\Proposal 3-11-2015.doc Page 4 of 5 General: CAI will generally bill the COUNTY monthly for the previous month's charges. All tasks will be invoiced on a percentage complete/lump sum basis including expenses. Should additional services be required, a separate written agreement will be prepared. CAI's fees are summarized as follows: Part 1 Preliminary Engineering / 30% Design Development $19,100.00 Part 2 60% Design Development ...$31,950.00 Part 3 90% Design Development $14,485.00 Part 4 100% Construction Plans $5,720.00 CAI Total = $71,255.00 McMahon Associates, Inc fees are summarized as follows (Reference attached proposed agreement from our subcontractor McMahon Associates, Inc. dated March 11, 2015.): Signalization Plans .$15,390.00 McMahon Total = 815,390.00 GRAND Total = $86,645.00 CAI looks forward to furnishing the services described herein. If you have any questions regarding our proposed scope of work or terms of agreement, please feel free to call me at your convenience. Sincerely, CARTER ASSOCIATES, INC. /%4k&' Patrick S. Walther, P.E. Principal/ Project Manager Ci Servi Florida CAI Since 191 N:\PSW\P.\14-84E IRC 41st St\Proposal 3-11-2015.doc Page 5 of 5 MCMAHON TRANSPORTATION ENGINEERS & PLANNERS March 11, 2015 VIA E-MAIL Mr. Patrick S. Walther, P.E. Carter Associates, Inc. 1708 21st Street Vero Beach, Florida 32960 RE: US -1 at 41st Street Signal Design Plan McMahon Project No. N15067.0P Dear Pat: McMAHON ASSOCIATES, INC. 5500 Village Blvd 1 Suite 103 1 West Palm Beach, FL 33407 p 561-840-8650 1 f 561-840-8590 mcmahonassociates.com PRINCIPALS Joseph W. McMahon, P.E. Joseph J. DeSantis, P.E., PTOE John S. DePalma William T. Steffens Casey A. Moore, P.E. Gary R. McNaughton, P.E., PTOE ASSOCIATES John J. Mitchell, P.E. Christopher J. Williams, P.E. R. Trent Ebersole, P.E. Matthew M. Kozsuch, P.E. Maureen Chlebek, P.E., PTOE McMahon Associates, Inc. (McMahon) is pleased to provide this proposal for traffic engineering services associated with the proposed widening of 41st Street at US -1, in Vero Beach, Florida. Specifically, this proposal is for services to prepare signal design plans for the intersection of US -1 at 41" Street (Study Intersection). This proposal is based on the assumption that all project baseline geometry, existing and proposed right-of-way, topographic, geotechnical, and sub -surface utility exploration (SUE) information necessary to complete the design will be provided by Carter Associates, Inc. The existing topography information will include existing features and proposed roadway improvement information for a minimum distance of 200' in the north, south, west and east direction of the study intersection. Field survey data, to be provided by Carter Associates, Inc., must include planimetric survey delivered in CADD format and shall include horizontal location of edges of road, curbs, gutters, sidewalks, pavement markings, surface features of utilities, signage, existing poles, landscaping trees and features within the project limits and within all right-of-way. Sufficient data will be provided to establish roadway crown elevations, roadway slopes, and elevations at the base of any new mast arm upright. In order to provide the proper design for the traffic signal supports, subsurface soil information must be provided by Carter Associates, Inc. Soil borings will be obtained in the field by a Geotechnical Engineer, at all corners of the study intersection. The geotechnical information will be analyzed, and the project Geotechnical Engineer will provide a standard report. This information will be utilized for the design of traffic signal mast arm supports. McMahon will coordinate with the existing utility owners within the project corridor to receive information to show the existing utilities on the signali7ation plan, as outlined in the Scope of Work Corporate Headquarters: Fort Washington, Pennsylvania Serving the East Coast from 13 offices throughout New England, the Mid -Atlantic, and Florida Patrick S. Walther, P.E. March 11, 2015 Page 2 section below. If right-of-way or other project constraints dictate that a proposed mast arm base be placed in the vicinity of an existing underground utility, then Carter Associates, Inc. will provide the sub -surface utility exploration (soft dig) necessary to identify the utility conflict. If additional right-of- way or easements are required for the proposed signal equipment locations, Carter Associates, Inc. will obtain the necessary agreements. The Scope of Work includes the following tasks: SCOPE OF WORK TASK 1— TRAFFIC SIGNAL MODIFICATION PLANS PREPARATION AND APPROVAL The signalization modification plans will be prepared in conformance with State and Federal guidelines regarding traffic signal design in conjunction with the additional proposed lanes along 41st Street. The various tasks required in conjunction with the development of the traffic signal plans are as follows: A. Signalization Plan — The signali7ation plan will be prepared in MicroStation in a standard plan format of 11" x 17", and at a scale of 1" = 40'. Basic information presented on the plan shall include, but shall not be limited to, roadway geometry, pavement markings, traffic regulatory signs, street names, construction stationing, drainage inlets, sidewalks, right-of- way lines and conflicting underground and overhead utilities. This information will be required to ascertain the location for the proposed mast arms and traffic and pedestrian signal related equipment. Detailed information will include signal head type and locations, pedestrian signal and detector type and locations, signal pole locations, regulatory signs, and other appropriate details. We will coordinate with the appropriate governmental agencies to ensure that the signal hardware is compatible with other signals along the corridor. The fee does not include costs for designing utility relocation plans. McMahon will, however, send one set of plans to each affected utility company in order to obtain current utility information to be included on the plans. McMahon will make every effort to design the traffic signal to avoid any existing utilities. If utility relocation is necessary, the utility relocation design and plans can be created under a supplemental work agreement. B. General Note Sheet — A general construction note sheet will be prepared, and will be included with the plan set package. The general notes will include general construction information, utility operation data, maintenance of traffic information, and reference to Patrick S. Walther, P.E. March 11, 2015 Page 3 standard or special construction details/notes as required by the Florida Department of Transportation (FDOT). C. Quantities Sheet — The quantities sheet will include a tabulation of items, description and quantity of materials, and type of work for the location. Specific notes referencing pay items or indicating special design information will also be indicated. D. Mast Arm Detail Sheets — For purposes of this proposal, it is assumed that the mast arm design will be in conformance with the FDOT Mast Arm Assemblies Indices. The Mast Arm Details sheets will include the tables showing the mast arm pole and arm designations, as well as the signal and sign data for each mast arm structure. The services to be performed pursuant to this agreement are strictly limited to those expressly set forth herein. FEE The fee for the above-mentioned services is $15,390.00. If additional services are required that exceed those identified in this Scope of Work, a supplemental agreement will be submitted to the client for review and approval prior to the commencement of any additional tasks. Additional services will commence upon written authorization to proceed by the client. SCHEDULE We are prepared to initiate work on the project upon receipt of written authorization to proceed. McMahon will use its best efforts to complete this work in accordance with the client's meeting schedule. TERMINATION This agreement may be terminated by the authorized representative effective immediately on receipt of written notice. Payment will be due for services rendered through the date written notice is received. BINDING STATUS The client and McMahon Associates, Inc. bind themselves, their partners, successors, assigns, heirs, and/or legal representatives to the other party to the Agreement, and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants of the proposal. Patrick S. Walther, P.E. March 11, 2015 Page 4 TERMS The terms of this Agreement call for execution of this contract. Invoices for services will be submitted monthly and are payable within 30 days of issuance. All invoices not paid within 30 days are subject to a 1.5% monthly interest charge, and all projects with overdue balances exceeding 90 days will be subject to a stoppage of all work. Any changes in the specific Scope of Work described above will result in an adjustment of the conditions and fees. All invoices not paid within 30 days are subject to a 1.5% monthly interest charge. All projects with overdue balances exceeding 90 days may be subject to a stop work notice until such time as the outstanding invoices are paid in full. This agreement (and Exhibits, if any,) hereto sets forth the entire understanding between the parties with respect to the subject matter hereof, supersedes any and all prior understandings whether written or oral with respect to the subject matter hereof and may not be altered, modified, changed, amended or waived in any manner, except in writing signed by all of the parties hereto. The fee quoted above is valid for a period of 90 days from the date of this proposal. If the terms of this contract, as contained herein, are agreeable to you, please execute it below in the space provided and return one signed original and the above referenced retainer to me. If you have any questions or require further information, please feel free to contact me. We greatly appreciate the opportunity to present our proposal on this project and look forward to working with you. Sincerely, itd 64„,,A R. Trent Ebersole, P.E. Vice President & General Manager — Florida RTE:NTL/hsv Attachments