Loading...
HomeMy WebLinkAbout2020-104AMENDMENT 1 TO CCNA2018 WORK ORDER 1 HOBART PARK BASEBALL FIELDS — IRC -1759 This Amendment 1 to Work Order Number 1 is entered into as of this1t day of May 20_2Q, 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 Masteller & Moler, Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order 1, Effective Date July 2, 2019. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attached to this Amendment 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), and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set forth in this Amendment. 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: MASTELLER & ER, INC. By: By: Print Name: Stephen E. Moler, PE Title: Vice President BOARD OF COUNTY COMMISSIQNERS OF INDIAN RIVER COU %•.o nf0,1 =* Adams, Chairman •'R��FR CO0, i a. BCC Approved Date: May 19, 202n" Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: ep y Clerk Jason E. Bro n, County A ministrator ylan T. Reingold, County Attorney M J MASTELLER & MOLER. INC. 1655 27th Street, Ste. 2. Vero Beach. FL 32960 M — CIVIL ENGINEERS (772)567-5300 AMENDMENT 1 TO CCNA2018 WORK ORDER 1 HOBART PARK BASEBALL FIELDS — IRC -17S9 EXHIBIT A It is understood Indian River County has decided to phase the construction of the Hobart Park Baseball Complex improvements. The project is to be constructed in two (2) phases. Phase 1 will include the construction of the north college level baseball field (and its supporting features) the concession building, lighting, parking facilities, all stormwater systems, landscaping, irrigation, and water / wastewater connections to the County's system. The lighting for the field is to be changed to be a mixture of existing lighting (to be relocated) and new lighting rather than a completely new system. It is understood the existing lighting fixtures will need to be mounted on new poles meeting current code design wind load speeds. Phase 2 will include the construction of the east baseball field and its supporting features, lighting, and irrigation. (The lighting design will remain the responsibility of the lighting vendor. Our fee does not include baseball field lighting system designs). In order to allow for the Phase 1 Hobart Park Baseball Complex improvements to be constructed, we shall perform the following scope of services: Scope of Work: Task A — Construction Plans Revisions: We shall modify the Construction Plans to clearly define the work to be completed within both Phases 1 and 2. We shall coordinate with all applicable sub -consultants to obtain revisions to their plans to reflect the proposed Phasing of the project. This will involve the following design revisions: 1. Phasing limits: The Phase limits shall be established on the Construction Plans. All of the Site Data shall be expanded to reflect each phase and the total project improvements independently. 2. Field Lighting Systems: We will coordinate with the lighting vendor to have the performance requirements for the lighting improvements for Phase 1 to be based on the use of the existing lighting fixtures integrated with new lighting fixtures for the college level field. It is understood the existing lighting fixtures will need to be mounted on new poles meeting current code wind load requirements. 3. Baseball Field Construction Details: Specifications for the baseball fields' warning track and skinned areas will be value engineered to allow for cost savings without significant sacrifice of quality. 4. Site Electrical Plans: The Electrical Plans will be revised to clearly define Phase 1 and Phase 2 improvements, including modifications for extension of power to the new Phase 1 and Phase 2 lighting designs (to be provided by the lighting vendor). 5. Landscape Plans: The Landscape Plans will be revised to clearly define Phase 1 and Phase 2 requirements, including landscaping computations to support each phase individually along with mitigation requirements. 6. Irrigation System Plans: The Irrigation Plans will be revised to clearly define Phase 1 and Phase 2 improvements. It is anticipated the irrigation control system to be installed with Phase 1 will be provided to support both Phases 1 and 2. The Phase 1 irrigation system design will be completed so as to ease the work associated with the Phase 2 expansion. Task A Fee Breakdown: Civil Engineering (MM) $ 5,000.00 Electrical Sub -Consultant (TC) $ 5,500.00 Landscape Sub -Consultant (Sartain) $ 2,640.00 Irrigation $ 475.00 Total Maximum Amount Not -To -Exceed $ 13,615.00 Task B —Cost Estimating Update: Following completion of Task B, we shall update the project cost estimate based on the original bids received for the project and to reflect the Phasing of the project and the cost savings anticipated from value engineering the Phase 1 lighting systems as well as other site work specifications. The result of this work will include the preparation of a quantity takeout that will e 4 be used during the re -bidding phase of this project. Task B Fee Breakdown: Civil Engineering (MM) $ 2,400.00 Once the updated cost estimate has been established, it is understood the County will determine if the anticipated Phase 1 estimated construction cost is in line with the County's budget for the project prior to initiating the re -bidding process. Task C — Administrative Approval Request: Following completion of Task B, we shall submit an Administrative Approval (AA) application to the Indian River County Community Development Department to obtain formal approval for Phasing of the project's improvements. Upon receipt of comments relating to the AA application, we shall diligently prepare responses i to address County concerns. It is not anticipated any other previously obtained approvals / permits will need to be modified in order to authorize the construction of the Phase 1 improvements. Page 2 of 4 u — CIVIL ENGINEERS — Task C Fee Breakdown: Civil Engineering (MM) $ 3,000.00 Landscape Sub -Consultant (Sartain) 1,650.00 Total Maximum Amount Not -To -Exceed $ 4,650.00 Task D - Phase 1 Bidding Assistance: Vero Beach, FL 32960 (772)567-5300 We and the Project Team will assist the County with preparation, negotiation, and execution of contracts for the construction of the Phase 1 improvements; including attendance at a Pre-bid meeting and assisting the County with a response to bid questions. Task D Fee Breakdown: Civil Engineering $ 3,000.00 Architectural Sub -Consultant $ 1,650.00 Electrical Sub -Consultant $ 770.00 Landscape Sub -Consultant $ 550.00 Irrigation $ 550.00 Total Maximum Amount Not -To -Exceed $ 6,520.00 Task E — Reimbursable Expenses Task E Fee Breakdown: Reimbursement for payment of direct costs, including reproduction, copies, prints, mail, Fed- Ex, Permit Application Review Fees, etc. is estimated at $ 3,000.00. Actual cost will vary depending on quantity provided. Back-up for costs will be provided with any reimbursementJ i invoiced. Following completion of the Project Bidding Services and the award of the construction contract to the lowest responsible bidder, we shall enter the Phase 1 Construction Administration services for the project. These services have already been approved by the Board of County Administrators via Work Order No. 1, effective July 2, 2019 and as such, do not need to be included herein this scope. Fees: We shall complete the above described tasks for the lump fee fees listed below: Task A — Construction Plans Revisions $ 13,615.00 Task B — Cost Estimating Update $ 2,400.00 Task C — Administrative Approval Request $ 4,650.00 Task D — Phase 1 Bidding Assistance $ 6,520.00 p I Task E — Reimbursables (max.) $ 3,000.00 Total Fee $ 30,185.00 Page 3 of 4 i M WO M MASTELLER & MOLER, INC. — CIVIL ENGINEERS — Deliverables: Deliverables for this project will consist of the following: 1655 27`h St a. Preliminary Construction Plans (w/Phasing) 2 Sets b. Final Construction Plans (AA Permit Submittals) 6 Sets c. Permit Application Forms As Required d. Final Construction Plans (Bid Sets) 2 Sets & PDF d. Related digital AutoCAD and PDF files Schedule Ste. 2, Vero Beach, FL 32960 (772) 567-5300 Upon receipt of the Notice to Proceed and the information to be provided by the County, we shall complete the scope of services for this project on the following schedule: Task Working Days Phasing Design 15 Days Permit Submittal 20 Days Permit Review & Comments Unknown File#1756 (MM WONol-AmendNol-ExhibitA_20-0415.docx) Page 4 of 4 M IMASTELLER & MOLER, INC. M — CIVIL ENGINEERS AMEND NO. 1 TO WORK ORDER NO. 1 (Parks) MANHOURS EXHIBIT - ESTIMATED LUMP SUM FEE TABULATION INDIAN RIVER COUNTY PARKS & CONSERVATION RESOURCES HOBART PARK BASEBALL FIELDS - IRC -1759 CONSTRUCTION PLANS REVISIONS / COST ESTIMATE BREAKDOWN / PERMITTING / PHASE 1 BIDDING ASSISTANCE File#1756 W01 -Amend l Manhours Exhibit.xlsx Principal / PE CAD Draftsperson / Desi ner Administrative Total Est. Costs $ 175.00 $ 100.00 $ 70.00 Hours Amount Hours Amount Hours Amount Task A - Construction Plans Revisions 12 $ 2,100.00 29 $ 2,900.00 $ - $ 5,000.00 TaskB — Cost Estimating Update 8 $ 1,400.00 10 $ 1,000.00 $ - $ 2,400.00 Task C -Administrative Approval Request 2 $ 350.00 23 $ 2,300.00 5 $ 350.00 $ 3,000.00 Task D - Phase 1 Bidding Assistance 6 $ 1,050.00 16 $ 1,600.00 5 $ 350.00 $ 3,000.00 MASTELLER & MOLER, INC. Total Est. hrs/cost 28 $ 4,900.00 78 $ 7,800.00 10 $ 700.00 $ 13,400.00 SUB -CONSULTANT FEE - ELECTRICAL $ 6,270.00 SUB -CONSULTANT FEE - LANDSCAPE ARCHITECT $ 4,840.00 SUB -CONSULTANT FEE - IRRIGATION $ 1,025.00 SUB -CONSULTANT FEE - ARCHITECT $ 1,650.00 REIMBURSABLES (not to exceed) $ 3,000.00 TOTAL $ 30,185.00 File#1756 W01 -Amend l Manhours Exhibit.xlsx