HomeMy WebLinkAbout2017-088WORK ORDER NUMBER 5
Wabasso Fishing Pier
This Work Order Number 5 is entered into as of this 13 day of June , 2017, 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
4th 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 Atkins North America, Inc.
("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit A (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 A
(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 A
(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
OF INDIAN RIVER COUNTY
Atkins North America, Inc.
By:
Kenneth M. Good, PE
Title: Sr. Eng. 111 / Proj. Mgr.
ov. li COd1M�.ti.
. '4•h E. Flescher C�fagrpfn . :'.rl;
ti
• i*1
i i
Attest: Jeffrey R. Smith, Clerk of Court and Cont /V' ...•o���r'�
ti oUNTY 5Ma
BCC Approved Date: June 13, 2017
By:
Approved:
Approved as to form and legal sufficiency:
Deputy Clerk
Jason
ministrator
Dylan T. Reingold, County Attorney
��U�K���
xno��nx�°�
EXHIBIT A
Proposal to Provide
Professional Engineering Services
for
Indian River County — GEC Work Order 05
Phase 1 — Data Collection and Preliminary Planning
Wabasso Fishing Pier Demolition
Wabasso, Florida
Indian River County (County) has requested services in support of the Wabasso Fishing Pier Demolition
Project under the terms ofContinuing Contract Agreement for Professional Services (dated November 15.
2011) and Contract renewal (dated November 4, 2014). The Wabasso Fishing Pier was significantly
darnaged by the passing of Hurricane Matthew inearly October 20|6, causing the loss of 100' from the
525' west span and 300' from the 475' east span. The County has requested services to assist in the
environmental filed surveys, engineering planning and design, ponnithng, bidding, and construction
services for the full demolition of the Wabasso Fishing Pier.
It is anticipated that the demolition will include the following elements:
o
West Pier
• Removal of eight intact 50' pier span sections
• Removal of one intact 40' pier span section (at abutment)
• Removal o[two damaged/diap|uced/oubmerucd 50' pier span section
o Removal o[eleven intact pile pairs with caps
• Removal of]U0`ofupland sidewalk
o
East Pier
• Removal of three intact 50' pier span sections
o Removal of one intact 30' pier span section (at abutment)
• Removal ofsix dumugeJ/diap|uced/submerged 50' pier span section
" Removal offive intact pile pairs with caps
• Removal off'ive damaged/displaced/subrnerged pile pairs with caps
• Removal o(]00`ofupland sidewalk
These services are expected to be completed in three phases. This Task Order is for Phase 1 — Data
Collection and Preliminary Planning. Phase 2 will include design, permitting and bidding. The Phase 2
scope and fee will be developed near the cornpletion of Phase 1. after the disposal site is secured and the
FEMA funding pararneters are identifled. Phase 3 will include construction related services. The Phase 3
scope and fee will be developed near the completion of Phase 2, after the design and permitting are complete
and the FEMA funding parameters are set.
At the requesofthe County. Atkins (Engineer)has prepared this Phase 1 scope of services as foliows:
SECTION 1 PHASE 1 SCOPE OF SERVICES
TASK 1: FIELD DATA COLLECTION
The Enineer shall complete a field assessment of the project|o|ocateuodmopmuhoncrgedo:omunccm
(seagrass), and to locate and map debris froni the pier damage. The objective o[the xeagr000
05 JUN 2017
Page 1 of 3
ATKINS
investigation is to delineate the distribution sea grasses prior to demolition operations. The objective of
the debris mapping is to develop an inventory and location map of the submerged debris for use in
preparation of the demolition plans and bid documents. Location information will be collected using a
handheld GPS unit capable of sub meter accuracy. Locations will be considered approximate, and are not
intended to be considered a formal survey meeting the State's Minimum Technical Standards.
These field data collection services shall include the following tasks:
A. The sea grass survey will cover an area of approximately eleven acres, roughly described as
follows.
o Bounded on the northwest by the highway bridge
o Extending southwest of the highway bridge approximately three -hundred feet
o Running the length of the highway bridge (approximately 1,300 feet.
o Including the area around the boat ramp
B. The debris mapping will cover the areas directly adjacent to the damaged pier sections, roughly
described as follows.
o A 100' by 30' area covering the two damaged spans on the west pier
o A 300' by 45' area covering the six damaged spans on the east pier
C. A brief report discussing the findings of the seagrass survey and debris mapping will be prepared.
The report will include maps of the submerged resources and the debris field, and the mapped
information will also be used in the demolition plans.
TASK 2: PRELIMINARY PLANNING
The Engineer shall develop a preliminary demolition plan to meet the County's intended purpose while
following generally accepted engineering standards and anticipated permitting requirements.
The planning and construction document preparation services shall include the following tasks:
A. Participate in one meeting with the County to facilitate the planning process. The meeting shall be
held at the project site or the County's offices. The following is the anticipated meeting:
o Draft preliminary plan review meeting
B. Conduct phone inquiries with up to three marine contractors to gather information on expected
contractor means and methods for use in demolition planning and permitting.
C. Conduct phone inquiries with USACE and FDEP to assess likely permitting mechanisms and
requirements.
D. The Engineer shall make one plan submittal to the County during the design development process.
Following the completion of the kickoff meeting, and field data collection, the Engineer shall
prepare a preliminary plan set. This plan set shall contain a level of detail and information typically
required for the FDEP and USACE permitting process. It will also contain a level of detail
sufficient for preparing a cost estimate to be used in the FEMA funding pursuit. The preliminary
plans set will be produced in 8'/ x 11 size to meet permitting agency requirements, and in a manner
that will facilitate scaling up to 17 x 22 size for easier review. A preliminary opinion of probable
cost will be prepared upon the completion of, and included with, the preliminary plan set. The
County will have the opportunity to review and comment on the preliminary plan set. The Engineer
will incorporate reasonable comments into the plan set.
05 JUN 2017
Page 2 of 3
ATKI N S
SECTION 2 ASSUMPTIONS AND EXCLUSIONS
1. Application fees, impact fees and any other fees required by regulatory agencies are considered a direct
expense to the County and are not included in this scope and fee.
2. It is assumed the pedestrian bridge to be demolished is owned by the County, and that coordination
with, or approvals from, FDOT will not be required for its removal.
3. It is assumed that the demolition work will be managed form the waterside (i.e. a barge) and that no
work will be conducted from the highway bridge. If it is determined that work will be done from the
highway bridge, coordination and approval from FDOT may be required. Such coordination and
approval would be outside this scope of services and would be considered an additional service.
4. It is understood that the County is pursuing regulatory approval for disposal of the pier demolition
debris at an offshore location. This work is being done by internal County staff and assistance from
the Engineer is not included in this scope of services.
5. The ultimate decisions related to regulatory approvals and finding assistance lie outside of the
Engineer's control. The Engineer cannot guarantee regulatory approvals or funding assistance.
6. Only those services specifically mentioned in Section 1 are included with this scope of services.
Additional services, if required, can be provided at an agreed upon lump sum fee or at the standard
hourly rates.
7. FEMA assistance is excluded from this scope of services. It is understood that County staff is
currently working with FEMA personnel to determine the best approach to funding assistance for the
pier demolition work. FEMA assistance can be added to subsequent task orders if requested by the
County.
SECTION 3 SCHEDULE & DELIVERABLES
The following schedule is anticipated for the completion of each task (week number measured from
receipt of a notice to proceed):
Task 1: Field Data Collection
Task 2: Preliminary Planning
Week 8
Week 12
The following deliverables will be provided to the County:
A. Field Data Collection Report (via electronic file transfer — pdf).
B. Preliminary Plan Set and Cost Estimate (via electronic file transfer — pdf).
SECTION 4 COMPENSATION
The proposed scope of services will be provided on a lump sum basis administered pursuant to the
provisions of our master contract and invoiced monthly based on the percentage of completion of the overall
project. Invoices will also include and hourly break down of cost for FEMA reimbursable Direct
Administrative Costs.
Task 1: Field Data Collection
Task 2: Preliminary Planning
$ 29,650.00
$ 19,550.00
TOTAL $ 49,200.00
Page 3 of 3
05 JUN 2017