HomeMy WebLinkAbout2018-097WORK ORDER 1
Old Dixie Highway and Highland Drive Water Main Replacement
IRC Project No. 1362
This Work Order Number 1 is entered into as of this _22 day of May 201_8 pursuant to that
certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this
17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY,
a political subdivision of the State of Florida ("COUNTY") and IVIBV Engineering, 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 B
(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 C
(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:
By: By:
Title: Vice President
BOARD OF COUNTY COMMISSION
OF INDIAN RIVER COUNTY
/ 96&1
Peter D. O'Bryan, Chairm
BCC Approved Date: May 22, 2018
couiis?
Attest: Jeffrey R mith, Clerk of Co rt and Comptroller
By: UU
Deputy Clerk
Approved:
Jason X. Brown, County Administrator
Approved as to form and legal sufficiency:jL�'
Dylan T. Reingold, County Attorney
EXHIBIT A - SCOPE OF WORK
Indian River County Engineering Department is currently in the design phase of a roadway restoration
project located at Highland Drive and Old Dixie Highway. Currently multiple utilities exist within the
vicinity, some of which are in need of replacement due to either the age or the material type. As such,
the Indian River County Department of Utilities is looking to replace portions of the existing water
mains that fall within the limits of roadway improvements. A description of the proposed water main
replacements is as follows:
• Replace the existing 12" AC (asbestos concrete) water main along the north side of Highland Drive
with a 12" PVC pipe; from the west FEC r/w line to just west of Old Dixie Highway
• Abandon the existing 4" and 6" AC water main along the west side of Old Dixie Highway, from
Highland Drive to 1st Avenue SE.
As such, MBV Engineering will provide the design, permitting, bidding assistance and construction
services related to the above activities.
Survey
The Consultant will utilize the existing boundary and topographic survey for the area to receive the
improvements.
Design Services
a. Construction Plans
The Consultant will prepare 11" x 17" design drawings for the above described
improvements. The design drawings will include existing conditions plan, Demolition
and Abandonment Plan, Erosion Control Plan, Horizontal Utility Plan, ROW Restoration
Plan, Section Details, Utility Details, and Erosion Control Details. These plans will be
prepared concurrently with existing roadway intersection improvement plans for
Highland Drive and Old Dixie Highway.
b. County Reviews
The Consultant will coordinate with the COUNTY staff during design development for
progress reviews at approximately 90 and 100 percent levels of design completion.
C. Construction Cost Estimate
The Consultant will prepare a Conceptual Cost Estimate to assist COUNTY with
preliminary budget assistance. Consultant will also provide an additional Cost Estimate
at the 100% percent only level of the project.
d. Specifications
The Consultant will prepare the technical specifications for the proposed improvements.
The County will provide, in an electronic format, the Division specifications that are
applicable and the Consultant will modify them as required to make the sections project
specific.
Permitting
The Consultant will prepare the following permit applications and associated submittals for the
following agencies:
• Indian River County Utility Permit
• Indian River County Right -of -Way Permit
• FDEP Water Distribution Permit
No endangered species or, other ecological permitting is anticipated or included herein.
The County will be responsible for permit fees.
Bidding Services
The Consultant will assist the County with Bidding Services as described below:
• Attendance at one (1) Pre -Bid meeting
• Provide technical responses for'one.addendum to clarify the bid 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 DemandStar.
Construction Services
Once authorized by the. County, the Consultant will proceed with the construction phase services
described below by their specific task on an hourly, not to exceed, basis.
The Consultant shall be the "Engineer of Record (EOR) for the project construction and shall be
responsible for certifications to the applicable permit agencies, as required.
• Shop Drawings
The Consultant shall provide'shop drawing review; as provided by the contractor, up to two times
per submittal for conformance with the contract documents. The Consultant shall distribute shop
drawings to applicable agencies for review and approval and distribute final approved shop
drawings back to the Contractor. Contractor is responsible for submittal of appropriate number of
shop drawings, as required by agencies, to EOR at the appropriate time.
• Interpretations and Clarifications
The Consultant shall provide interpretations and clarifications of the design documents when
requested and prepare change orders required for clarification.
• Periodic Site Visits
The Consultant 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. The Consultant shall notify the County of observed work that 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 carry out the corrective measures.
Additionally, the Consultant will conduct substantial and final completion visits and will prepare a
punch list to be provided to the County.
Construction Testing Reports Review
The Consultant shall review the required site materials testing reports for compliance with the
design plan and specifications. It shall be the responsibility of the Contractor to obtain and provide
the Consultant with the require materials testing' reports, as set forth in the design specifications.
The Contractor shall on.ly utilize a licensed, certified testing laboratory for the applicable material
test in question. The Consultant shall coordinate any deficiencies in said reports with the contractor
and the Contractor shall be responsible to address and / or correct those items out of compliance.
Pay Request Review
The Consultant shall review,, recommend and submit to the County Project Manager for payment,
the month pay request form from the Contractor.
• Change Orders
The Consultant shall review all change order requests and make recommendations to the County
Project Manager for acceptance
Record Drawings and, Certifications '
The.Consultant shall 'review the record drawings for the completed project, as provided by the
Contractor. The Consultant will review the record drawings pursuant. to contract documents. The
service provider, will work closely with the Contractor to address deficiencies in record drawings, if
applicable, and to finalize for jurisdictional certifications. The Consultant shall complete the
certification, package, as required for project close-out, with the applicable jurisdictional agencies.
DELIVERABLES
The Consultant. shall .provide the COUNTY with the following:
• One (1) hard copy 11" x 17" of the Final Drawings (prepared in conjunction with the Public Works
plans)
• One (1) hard copy of the specifications
• One (1) electronic version (PDF) of the Bid Documents (drawings and specifications)
• Technical responses for one addenda, as required, for clarifying responses from the'pre-bid meeting
• Bid award recommendation ,letter
EXHIBIT B - FEE SCHEDULE
The COUNTY agrees to pay and the Consultant agrees to accept for services rendered, pursuant to this
Agreement, fees inclusive of expenses in accordance with the following:
Task
Fee
Design Services
$16,000
Permitting/ Bidding Services
$ 2,000
Construction Services
$ 2,000
Work Authorization 1 Total
$20,000
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 required, those
additional services not listed as part of the Work Order, the Consultant shall notify the 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 vendor intended to provide additional
services shall first be approved by the COUNTY, in writing, by the COUNTY's Project Manager.
The COUNTY has selected the Consultant to perform the professional services set forth on this Work
Order. The professional services will be performed by the Consultant for the fee schedule set forth in
this Work Order. The Consultant will perform the professional services within the timeframe more
particularly set forth in this Work Order 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.
EXHIBIT C - SCHEDULE
Upon authorization to proceed by the COUNTY, the above described services will be provided based
on the following schedule:
Design Services 90 days from the issuance of the NTP
Permitting. 90 days from the completion of design
Bidding Services 60 days from the finalization of permitting
Construction Services On-going during construction