HomeMy WebLinkAbout2017-116 xat'Pr i
• M
Board of County Commissioners
1801 27th Street
Vero Beach, Florida 32960
Telephone: (772) 567-8000 FAX: 772-778-9391
Project:
WORK ORDER NO. 3 (Engineering)
FOR
PROFESSIONAL SERVICES AGREEMENT
FOR PROFESSIONAL CIVIL ENGINEERING SERVICES CONTRACT
WITH
Masteller & Moler, Inc.
SIDEWALK ALONG 64TH AVENUE FROM 86TH LANE TO WEST WABASSO PARK —
IRC Project No. 1725
This Work Order No. 3 is in accordance with the existing AGREEMENT dated November 4th
2014 between Masteller & Moler, Inc. (ENGINEER) and Indian River County (COUNTY). This
Work Order No. 3 amends the agreement as follows:
SECTION I - PROJECT LIMITS
This Work Order No. 3 is for the ENGINEER to perform professional engineering services in
connection with the planning, design, and permitting of sidewalk along 64th Avenue from 86th
Lane to Wabasso Park.
SECTION II -SCOPE OF SERVICES
As agreed upon between ENGINEER and the COUNTY, the ENGINEER shall provide
Professional Engineering services to complete all tasks as outlined in this Work Order No. 3 as
follows:
Task A— Land Surveying:
The County has provided a Route Survey generally following the limits of the project on
NGVD'29 datum in Autocadd format and hard copy format sign & sealed. If necessary, we shall
provide additional surveying to supplement the information provided by the County. As it is not
known if additional survey information will be required, we will provide for this service on an as
needed basis.
Task B—Soils Borings:
We shall obtain six (6) hand augers along the route of the project to verify the stability of soils
along the route.
IRC Work Order No. 3
64TH AVENUE SIDEWALK—IRC PROJECT No. 1725 MM File#1723
Page 2 of 4
Task C—Sidewalk Design:
We shall provide design services for the construction of a sidewalk along 64th Avenue and the
West Wabasso Park Entry Road. The design shall be depicted on both plan views and cross-
sections with sufficient details to allow a contractor to clearly understand the scope of work for
bidding and construction of the project.
The proposed five foot (5') wide, six inch (6") thick sidewalk shall be designed to be constructed
on the west side of 64th Avenue beginning on the northwest corner of 86th Lane. The design
shall provide for the installation of both a stop bar and crosswalk at said intersection.
The proposed sidewalk along 64th Avenue will generally slope towards the west into existing
available swale drainage. The elevation of the sidewalk shall generally be set to allow for
continuation of the crowned street drainage from the 64th Avenue centerline across the sidewalk
to the swale drainage system.
The 5' wide sidewalk along the West Wabasso Park Entrance Road shall be designed along the
north side of the existing roadway with a 6' separation from the edge of pavement. It is
understood the County will be preparing a Maintenance Map which shall depict the north right-
of-way line a sufficient distance north of the existing edge of pavement such that the sidewalk
will be situated in the right-of-way.
The existing 36" CMP culvert crossing 64th Avenue at Station 113+40 and 12" x 18" CMP as
depicted on the Route Survey provided by the County shall be designed to be replaced with
reinforced concrete pipes (RCP's) of equal size with FDOT Standard headwalls. (No drainage
calculations will be performed to validate the size of the culverts.)
The existing 48" CMP beneath West Wabasso Park Entrance road at Station 14+85 as depicted
on the Route Survey provided by the County shall be designed to be replaced with a 38" x 60"
elliptical reinforced concrete pipe (ERCP) with FDOT Standard headwalls. (No drainage
calculations will be performed to validate the size of said culvert.)
Along the route of the project we shall design for all driveways on the same side of the street as
the proposed sidewalk to be replaced with six inch (6") thick concrete with FDOT flared end
sections.
Our design plans shall also describe adjustments that may be required to existing water meters,
fire hydrants, water valves, and other physical features along the route. The plans will also
include modifications to drainage facilities along the route of the project that may be impacted
by the proposed sidewalk location. It is anticipated some water meters may need to remain in
the new sidewalk.
The sidewalk shall terminate 10' +/- to the east of the existing vehicular entry gate at the West
Wabasso Park. The design shall provide for the installation of a pedestrian gate generally
within the alignment of the existing fencing near the park entry.
Items to Be Provided By Client:
To support our design and permitting services on this project, it is understood the County will
provide the following information:
IRC Work Order No. 3
64TH AVENUE SIDEWALK—IRC PROJECT No. 1725 MM File#1723
Page 3 of 4
1. Route Survey in Autocadd with topographic survey information on either NGVD'29 or
NAVD'88 datum as desired the County.
Any and all items not specifically set forth in this Work Order are excluded. Specifically
excluded items include but are not limited to: application fees, drainage computations; and
construction services.
SECTION III -TIME FOR COMPLETION & DELIVERABLES/WORK PRODUCT
1. Project shall be completed as follows:
Task A — Land Surveying As Needed
Task B — Soil Borings 10 Working Days
Task C — Design (Civil) /Site Plan Application 40 Working Days
2. Deliverables —The ENGINEER shall provide the COUNTY:
a. Preliminary Construction Plans 2 Sets
b. Final Construction Plans 10 Sets
c. Permit Application Forms As Required
d. Related digital AutoCAD and PDF files
SECTION IV - COMPENSATION
The COUNTY agrees to pay, and the ENGINEER agrees to accept a maximum not-to-exceed
amount of$ 21,435.00 for the above-described services rendered as identified in Sections I and
II of this Work Order No. 3 based on the following:
Task A - Land Surveying (Hourly) $ 3,000.00 (See Note Below)
Task B — Soil Borings $ 750.00
Task C— Sidewalk & Drainage Improvements Design $16,685.00
Reimbursables (max.) $ 1,000.00
Total Maximum Amount Not-To-Exceed $21,435.00
Note: Task A is a budget figure that will only be invoiced if MMT is requested to perform
supplemental land surveying along the project route.
Reimbursement for payment of direct costs, including reproduction, copies, prints, mail,
Fed-Ex, etc. is estimated at $ 1,000.00. Actual cost will vary depending on quantity
provided.
We shall invoice monthly for these services based on the percentage of completion of each task.
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.
IRC Work Order No. 3
64TH AVENUE SIDEWALK—IRC PROJECT No. 1725 MM File#1723
Page 4 of 4
The AGREEMENT is hereby mended as specifically set forth herein. All remaining sections of
the AGREEMENT shall remain in full force and effect, and are incorporated herein.
IN WITNESS WHEREOF the parties hereto have executed these presents this 15 day of
Au iqt , 20 17
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
MASTELLER ' MOLER, INC OF INDIAN RIVER COUNTY
‘V...Odl
By: �►` - By: `
Stephen E. Moler, PE Jdseph E. Flescher, Chairmanleof
Title: Vice President •
` ' :
BCC Approved Date: Au. st 15 2017 :v•
•.Fq' ...
Attest:Jeffrey R. Smith, Clerk of Court and Comp&...! •'
deo
By: lk
U/V `!�-,L/l
eputy Clerk
Approved:
Jason . Brlwn, County Administrator
6 kr)j)
Approved as to form and legal sufficiency: 4/
. --Dylan T. Reingold, County Attorney