HomeMy WebLinkAbout2016-064 r' 7
N ,
ROLL
Board of County Commissioners
1801 27th Street
Vero Beach,Florida 32960
Telephone: (772)567-8000 FAX: 772-778-9391
AMENDMENT NO. 2
TO
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
This Amendment No. 2 to 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 Amendment No. 2 to Work Order No. 1
amends the Agreement as follows:
SECTION I -SCOPE OF SERVICES
This Amendment No. 2 provides additional professional engineering services relative to the
redesign of the 41St Street / US 1 intersection along with the addition of two more new mast
arms at the intersection and structural analysis for the addition of back plates to all existing
signal heads.
As agreed upon between ENGINEER and COUNTY, the ENGINEER shall provide professional
services to complete all tasks as outlined in this Amendment No. 2 to Work Order No. 1;
specifically detailed in the attached proposal dated April 5, 2016, Exhibit B.
SECTION II —TIME FOR COMPLETION & DELIVERABLES/WORK PRODUCT
1. Project shall be completed as follows:
a. Within 60 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".
2. Deliverables-The ENGINEER shall provide the COUNTY:
a. As defined in the attached proposal and scope of services (Exhibit B) and related
digital Auto CAD and PDF files.
b. 60%. 90% and 100% submittals shall include 3 sets of plans, 1 original Cost
Estimate.
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.
F-\Publit Works\ENGINEERING DIVISION PROJECTS\1359-41st St USS Left Tum Lane\Admin\Agreements\Carter Eng\IRC CARTER ENG AMENDMENT 2,WO No.%5.3-2016.doc
„f
IRC Amendment No.2 to Work Order No. 1
Carter Associates, Inc.
May 3,2016
Page 2 of 3
SECTION III —COMPENSATION
The COUNTY agrees to pay, and the ENGINEER agrees to accept a not to exceed amount of
$56,190.00 for the above described services rendered as identified in Sections I and II of this
Amendment.
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 Amendment No. 2 to Work Order No. 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 I,
II and III 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 sc_USI Left Turn Lane\Admin\Agreements\Carter Eng\IRC CARTER ENG
AMENDMENT 2,WO No.1, 5-3-2016.doc
IRC Amendment No 2 to Work Order No. 1
Carter Associates, Inc.
May 3,2016
Page 3 of 3
IN WITNESS WHEREOF the parties hereto have executed these presents this day
of May 2016.
OWNER Carter Associates, Inc.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORID• � COMMiss/o
Bob Solari, Chairman =y:, Patrick S. Walther, P.E., Principal
A COUNT •'
Approved by BCC may 3, 2016
ATTEST:
Jeffrey K. Smith, Clerk of Circuit Court and Witnessed by:
Comptroller
Deputy Clerk (Sign re)
Approved as to Form and Legal Sufficiency:
am/'A 0,C 5
Dylan Reingold;COUNTY Attorney (Prihthd name)
roserph A. Baird, COUNTY Administrator
F•\Public Works\ENGINEERING DIVISION PROJECTS\1359-41st sc_US1 Leh Turn Lane\Admin\Agreements\Carter Eng\IRC CARTER ENG
AMENDMENT 2,WO No.1, 5-3-2016.doc
i
CARTER ASSOCIATES, INC.
CONSULTING ENGINEERS AND LAND SURVEYORS
1708 21st STREET•VRRO REACH,FLORIDA 32960.3472•772.562.4191•772-562-7180(FAX)
JOHN H.BLUh1,1'.E.,PRINCIPAL FRANKS.CUCCURESE,P.S.M.
DAVID E.LUETHIE,P.S.M..PRINCIPAL CLINTON J.RAHJE-S,P.E.
GEORGE A.SINIU0'S,P.E.,PRINCIPAL STEVE D.SNOUERGER.P.G.
PATRICK S.WALTHER,P.E. PRINCIPAI.
MA'RVIN E.CARTER,P.S.ht.Consulrun ut tite Finn
DEAN F LUETIIJE,P.E...lu>i,Consuhnnt to the Finn
April 5,2016
r
i
Mr.Michael Nixon,P.E.
Roadway Production Manager j
Engineering Department
Indian River County
1801 27f1i Street,Bldg.A
Vero Beach,FL 32960
Re: Indian River County Project No. 1359
41"Street Intersection Improvements @ Hwy US 1 and Old Dixie Hwy
Revised Amendment No.2 to Professional Engineering Services Agreement,
Work Order No. 1
Dear Mike:
We are pleased to present this proposed Amendment for additionalprofessional engineering
services relative to the redesign of the 41St Street/US 1 intersection along with the addition of two
more new mast arms at the intersection and structural analysis for the addition of-back plates to.all I
existing signal heads. Please reference the attached Supplemental Agreement No. 1 from McMahon
Associates, Inc. dated March 18, 2016 for a detailed scope of signalization design and,permitting
set-vices. All provisions of the original Executed Work Order No. 1- Engineering-Dated 4/14/2015 shall
.remain in full force and effect. I
CAI Scone:
The previous 41" Street / US 1 intersection design consisted of reconstructing'US 1.to provide a i
plateaued intersection in all four directions. (Note: The design and permitting work for the US 1 i
reconstruction is near 90% complete). The revised design will eliminate plateauing.the intersection
and reconstruction of US 1. The revised design will tie the proposed widening of 41 St Street to US 1
on the west side of US'1 joining at the existing grades._As in the previous design,41St Street will be
1.
completely reconstructed west of US l.to the western extreme of the proposed improvements. The
previous design will remain unchanged for improvements in Old Dixie Hwy and 41"-Street west of
Old Dixie Hwy. Tasks anticipated to be completed by CAI for the redesign and permitting of the
project include the following:
• CAI will meet with COUNTY engineering staff as needed to define design criteria and
resolve any design or permitting issues, CAI will prepare a conceptual plan view of the
redesign and will meet with COUNTY engineering staff to review the plan which will
become the basis for the preparation of detailed construction plans and re-permitting of the
project.,
Servu Florida
since loll
N:\PSW\P\14-84EIRC4lstStUProposals\RevAmendment2Proposal4-5-2016.doc Page 1 of
• CAI will prepare detailed construction drawings which will include revised roadway grading
plan/profile sheets, revised drainage, revised typical sections and cross-section sheets,
revised striping and signage sheets,revised summary of quantities sheet, and revised general
notes,details and specification sheets.
• CAI will coordinate with City of Vero Beach Electric Department, Comcast and AT&T to
keep the utilities advised of the design changes and to facilitate any new utility adjustments
that may result from the redesign.
• CAI will coordinate with CAI's signalization subcontractor (McMahon Associates, Inc.) to
facilitate any signatization adjustments that may be required as a result of the redesign.
• CAI will coordinate with the FDOT to void the previous submitted permit application. CAI
will coordinate with the FDOT to address drainage, signalization, utility and roadway
connection permit requirements and CAI will prepare and submit new FDOT permit
application(s).
• CAI will prepare and submit an application for a permit modification to the existing
SJRWMD permit.
• CAI will resubmit the revised design drawings to the FECRR and to their consultant,Xorail.
CAI will coordinate with FECRR/Xorail to obtain FECRR permit.
• CAI will prepare a revised Opinion of Construction Cost.
• CAI will submit the revised detailed construction drawings to COUNTY engineering staff
for review and comment.
Compensation:_
CAI's fees are.......................................................................$50,270.00
McMahon's fees are summarized as follows(Reference Attachment):
Task 1 —Mast Arm Revisions @ US 1............................................$3,140.00
Task 2—Structural support analysis .$2,180.00
McMahon's fees total.................................................................$5,920.00
GrandTotal .......................................................................$56,190.00
CAI looks forward to furnishing the services described herein. If you have any questions regarding
our proposed scope of work,please feel free to call me at your convenience.
Sincerely,
C TER ASSOCIATES, INC.
;V� klth�
Patrick S. Walther,P.E.
Principal/Project Manager
Attachment
�A—KnE
nnorida
ce 1911
N•\PS W\P\14-84E IRC 41st St\ProposalAlIevAmendment 2 Proposal 4-5-2016.doc Page 2 of 2
gMcMAHON
hicASSOCIATES, INC.
2090 Palm Beach Lakes Blvd,Suite 400001 West Palm Beach,FL 33409
p 561-840-8650 1f 561-840-8590
. .
mcmahonassociates.com
PRINCIPALS
Joseph W.McMahon,P.E.
March 17,2016 Joseph_J.DeSands,P.E.,PTOE
John S.DePatma
William T.Steffens
Casey A.Moore,P.E.
Gary R.McNaughton,P.E.,PTOE
VIA E-MAIL ASSOCIATES
John J.Mitchell,P.E.
Christopher J.Williams,P.E.
Mr.Patrick S.Walther,P.E. R.Trent Ebersole,P.E.
Carter Associates Inc. Matthew M.K,P.E., P.E.
� Maureen Chlebek,P.E.,PTOE
1708 21st Street
Vero Beach,Florida 32960
RE- US-1 at 416'Street Signal Design Plan—Supplemental Agreement No.1
McMahon Project No.N15067.OP
Dear Pat:
McMahon Associates,Inc. (McMahon) is pleased to provide this supplemental agreement for the US-1
at 4161 Street Signal Design project, in Vero Beach, Florida. This proposal is for additional services
related to a design modification to the traffic signal at US-1.
This agreement is based on the assumption that all project baseline geometry, existing and proposed
right-of-way, topographic, geotechnical, and sub-surface utility exploration (SITE) information
necessary to complete the design will be provided by Carter Associates,Inc.
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. If right-of-way or other project constraints dictate that a
proposed mast arm base must 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—MAST ARM DESIGN REVISIONS AT US-1
The original agreement scope of work for the design of a traffic signal at US-1/41st Street included the
installation of one new mast arm due to conflicts with the proposed travel lane modifications.
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 17,2016
Page 2
Subsequent to completion of the plan for that installation, several factors have occurred requiring
revisions to the plan. Those factors include the redesign of the intersection improvements such as
elimination of grade changes within the limits of the intersection. The need for additional new mast
arms has also arisen due to coordination with FDOT and revised design standards.
Information to be provided by Carter Associates for this supplemental agreement includes those items
listed in the original agreement,dated March 11,2015.
TASK 2—STRUCTURAL SUPPORT ANALYSIS
Coordination with.FDOT on the original traffic signal design scope of work resulted in the need to
consider the addition of back plates to the remaining existing signal heads at the US-1/415' Street
i
intersection. Structural analysis is being required for the signals that are not otherwise affected by the i
intersection improvements and were not considered in the original project scope. McMahon will
complete the structural support analysis using the FDOT"Mastarm"software. If the existing structure
can accommodate the addition of back plates, the design will reflect the back plates. If the existing
signal supports cannot accorrunodate the back plates,the analysis will be provided to FDOT;however,
the design will not include the addition of back plates.
The services to be performed pursuant to this agreement are strictly limited to those expressly set forth
herein.
FEE
The lump sum fee for the above-mentioned tasks are as follows:
Task 1-Mast arm design revisions at US-1 $3,740.00
Task 2—Structural support analysis $2,180.00
Total fee for Supplemental Agreement No.1 $5,920.00
If additional services are required that exceed those identified in the original Scope, of Work or
Supplemental Agreement Number 1, a second 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.
Patrick S.Walther,P.E.
March.17,2016
Page 3
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.
BATDING 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.
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.
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 to me. If you have any questions or require further information, please feel
free to:contact rne.
We greatly appreciate the opportunity to present our proposal on this project and look forward to
working with you.
Sincerely,
�. -JVAJ C��-U
R.Trent Ebersole,P.E.
Vice President&General Manager_Florida
RTE/amp
Attachments
Patrick S.Walther,P.E.
March 17,2016
Page 4
Accepted for Carter Associates;Inc.
By:
(Signature of Authorized Representative)
(Printed Na1ne of Authorized Representative)
Title:
Date:
Please provide your Accounts Paitable contact information:
Name:
Phone Number:
E-mail Address:
In the space below,please provide any details,including the date invoices are due each month for prompt
payment:
t:\PL\15067N_Carter_US141stSignal\15o67,N 6P\Admin\SA1_US1\propP1W31716 SALdoc
MCMAHON ASSOCIATES,INC.
STANDARD PROVISIONS FOR PROFESSIONAL SERVICES
JANUARY 1,2016
SER VICES
McMahon Associates,Inc reserves the right to make adjustments for individuals within these classifications as may be desirable in its
opinion by reason of promotion,demotion,or change in wage rates. Such adjustments will be limited to the manner in which charges are
computed and billed and will not,unless so stated in writing,affect other terms of an agreement,such as estimated total cost. The
following rates will apply to actual time devoted by McMahon Associates,Inc.staff to this project computed to the nearest one-half hour.
PERSONNEL HOURLY RATES
Principal $250.00
Senior Associate $240.00
Associate $225.00
Senior Engineer/Planner VIII $210.00
Senior Engineer/Planner VII $200.00
Senior Engineer/Planner VI $195.00
Senior Engineer/Planner V $190.60
Senior Engineer/Planner N $180.00
Senior Engineer/Planner lII $176.00
Senior Engineer/Planner II $160.00
Senior Engineer/Planner I $150.00
Chief of Surveyys $140.00
Traffic Control/Construction Specialist $135.00
Party Cl-def $120.00
Engineer VI $140.00
Engineer V $130.00
Engineer IV $125.00
Engineer III $120.00
EngineerII $110.00
Engineer $105.00
Technician/Word Processor IV $ 95.00
Technician/Word Processor III $ 90.60
Technician/Word Processor It $ 85.00
TechWdan/Word Processor I $ 80.00
Survey Technician $ 75.00
Field Traffic Count Personnel $ 50.00
TERMS
1. Invoices-Invoices will be provided on a monthly basis and will be based upon percentage of completion or actual hours,plus expenses.
Payment is due to McMahon Associates,Inc within 30 days of the invoice date. Unpaid balances beyond 30 days are subject to interest
at the rate of 1.5%per month. This is an annual percentage rate of 18%.
2. Confidentiality-Technical and pricing information in this proposal is the confidential and proprietary property of McMahon
Associates,Inc.and is not to be disclosed or made available to third parties without the written consent of McMahon Associates,Inc.
3. Commitments-Fee and schedule commitments will be subject to renegotiatiotn for delays caused by the clients failure to provide
specified facilities or information,or any other u rtpredictable occurrences.
4. Expenses-Automatic Traffic Recorder equipment usage will be billed at$25.00 per 24-hour couriL Incidental expenses are reimbursable
at cost,plus an administration fee of 10%. These include subconsultants,reproduction,postage,graphics,reimbursement of automobile
usage at the IRS-approved rate,parking and toils. Expenses which by company policy are not billed as reimbursable expenses to clients
and therefore,will not be billed as part of this contract include the following.air travel,rental car;lodging,meals,and long distance
phone charges between McMahon Associates offices. If it becomes necessary during the course of this project to travel elsewhere,those
travel costs will be treated as reimbursable expenses. These expenses will be reflected in the monthly invoices.
5. Attarney's Fees-In connection with any litigation arising from the terms of this agreement,the prevailing party shall be entitled to all
costs including reasonable attomel,s fees at both the trial and appellate levels.
6. Orunership and Use of Doctaramts-All original drawings and information are to remain the property of McMahon Associates,Inc. The
client will be provided with copies of final drawings and/or reports for information and reference purposes.
7. Insurance-McMahon Associates,Inc.will maintain at its own expense Workman's Compensation Insurance,Comprehensive General
Liability Insurance and Professional Liability hi%rarice and,upon request will furnish the client a certificate to verify same.
8. 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 mitten notice is received.
9. Binding Status-The client and McMahon Associates,Inc.bind themselves,their partners,.sumessors,assigns,heirs,and/or legal
representatives to the other party to this Agreement,and to the partners,successors,assigns and legal representatives of such other
party with respect to all covenants of this Contract
1:\adm\GENERAL\1v11S0.2016 Rates\Stndpn,0120 January 2016.docx
Exhibit "A"
i
Indian River County Project No.1359
41st Street Paving&Intersection Improvements(US No-IL&Old Dixie)
Revised Amendment
Carter Associates,Inc.Fee Estimate 4/5/2016 $1.50.00 $105.00 $80.00 $45.00
Eng,PE,Prin Eng.Tech Eng Tech Clerical Reimburse Subtotal
Patrick Domehic Scotty
Re-Design&Re-Permitting
Incidentals&Meetings with IRC Staff During Re-Design Development Phase 40.00 $90.00 $6,090.00
Remove and Eliminate Existing Design from Drawings to be Revised 16.00 24.00 $4,920.00
Revise Roadway Grading-Plan/Profile Sheets 16.00 36.00 $6,180.00
Revise Drainage 8.00 24.00 $3,720.00
Revise Typical ical Sections and Cross-Section Sheets 8.00 24.00 $3,720.00
Revise Striping and Signage 8.00 12.00 $2,460.00
Revise Summary of Quantities 4.00 16.00 $2,280.00
Revise Maintenance of Traffic 2.00 2.00 $510.00
Revise Details&Specifications 2.00 4.00 20.00 4:00 $2,500.00
Coordinate Utility Adjustments COV$Electric.Comcast&AT&T) 24.00 $3,600.00
Coordinate Signal Modifications 20.00 $3,000.00
Void Previous Application;Prepare&Re-Submit New Permit Application to.FDOT 32.00 8.00 4.00 4,00 $50.00 $6,190.00
Prepare&Submit Permit Modification Application to SJRWMD.. 8.00 4.00 4.00 4.00 $50.00 $2,170.00
Revise Probable:0 inion.of Construction Cost 4.00 8.00 8.00 2.00 $2,170.00
Submit Re-Design Development Plans to IRC for Review 2.00 4.00 1 2.00 $50.00 $760.00
Total Manlhours 194.00 162.00 40.00 16.00 Total $50,210.00