Loading...
HomeMy WebLinkAbout2021-092BAMENDMENT NUMBER 2 CCNA2018 WORK ORDER NUMBER 7 437717 8TH STREET 24" FM RELOCATION This Amendment 2 to Work Order Number 7 is entered into as of this6th day of July 202 pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of the 17th day of April, 2018 (collectively referred to as the "Agreement"), and that certain Extension of Continuing Contract Agreement for Professional Services entered into as of the 18th day of May, 2021 (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 Number 7, Effective Date November 5, 2019. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attache& this Amendment and made part hereof by this reference. The professional services will be perform4by the Consultant for the fee schedule and within the timeframe more particularly set forth in Exhibit A, 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 Amendment 2 to Work Order 7 as of the date first written above. CONSULTANT: MASTELLER & MOLER, INC. Print Name: Earl H. Masteller, PE, BCEE Title: - President BOARD OF COUNTY COMMISSIONE OF INDIAN RIVER COUNTY By: G t��= o p E. Flescher, Chairman BCC Approved Date: July 6, 2021 Attest: Jeffrey R ith,- Clerk of urt and Comptroller DepUty Clerk Approved: Jason If. Br6wn, Count—dministrator V Approved as to form and legal sufficiency: D n T. Reingold, County Attorney M) MASTELLER & MO INC. 1655 27" Ste. 2, Vero Beach, FL 32960 M-1 — CIVIL ENGINEERS — (772) 567-5300 AMENDMENT NUMBER 2 CCNA2018 WORK ORDER NUMBER 7 437717 8TH STREET 24" FM RELOCATION EXHIBIT A GENERAL INFORMATION The purpose of this Amendment Number 2 to Work Order Number 7 is to authorize Masteller & Moler, Inc. to provide additional design, permitting and bid document revision services to relocate the existing 8" water main and associated valves along 8th Street between 74th Avenue and the service road located approximately 375 lineal feet east of E. Polo Grounds Drive from the south side of the road to the north side of the road. A brief description of the scope of services and deliverables for this Amendment 2 is provided as follows: SCOPE OF SERVICES Task A — Supplemental Topographic Survey Consultant shall use the services of their survey subconsultant, Masteller, Moler & Taylor, Inc., to provide supplemental topographic and route survey information for the proposed 1,300± lineal feet 8" potable water main replacement. This additional survey information will supplement the existing topographic survey provided by the Florida Department of Transportation for the 8th Street Bridge Replacement project, and will be added to the existing survey information. Consultant shall use the supplemental topographic survey information and existing survey information as the base plans for this 8th Street Utility Replacement Project. Task B — Engineering Design & Preparation / Revision of Construction Plans Consultant shall use the existing force main Base Plans and supplement survey information for design and preparation of Construction Plans to include a new 8" PVC potable water main, including water valve relocation, along the north side of 8th Street. Consultant shall revise the latest set of 24" Force Main Relocation plans and specifications to include the addition of the 8" potable water main relocation, which shall consist of requirements for connection of the new utilities to existing systems to remain. Plans and specifications will also include the requirements for abandonment of portions of the potable water system replaced by new main, and demolition of certain existing fixtures. We shall continue to coordinate with the FDOT as needed to ensure the Roadway Improvements and related Stormwater Improvements and the Utility Relocation Plans are not in conflict. Consultant will incorporate the water main relocation/abandonment into the Bid Documents to be prepared under Work Order #7, Task F — Bidding Services and Specifications. Task C — Permitting We shall secure permits for the proposed work from the following agencies: • Indian River County Public Works Right -of -Way (ROW) Utilities; • FDEP Water General Permit Exhibit "A" - 1 M J MASTELLER & MOLER, INC. M, — CIVIL ENGINEERS — 1655 27" Ste. 2, Vero Beach, FL 32960 (772) 567-5300 Please note that IRC ROW Utilities Permit No. 2020020339 was obtained by our office on 3/4/2020 for the 24" FM Replacement project. We will coordinate with Public Works to determine if a new ROW Utilities permit will need to be applied for to include both the 24" FM replacement and the 8" water main replacement, or if the existing permit may be modified. Permit application fees are not included in this Work Authorization. Deliverables — The ENGINEER shall provide the COUNTY: a. 60% Construction Plans and Preliminary Specifications - 2 Sets b. Final Construction Plans - 2 Sets + PDF C. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work d. Related digital AutoCAD, DOC, and PDF files TIME SCHEDULE Project shall be completed as follows: Engineering Design & Preparation of Construction Plans (after NTP Receipt) 40 Working Days Submittal of Permit Applications (after NTP Receipt) 60 Working Days FEE SCHEDULE Consultant proposes to provide the outlined Scope of Services based on the following lump sum fees: • Task A—Supplemental Topographic Survey $ 1,500.00 • Task B — Engineering Design & Preparation / Revision of Construction Plans $ 11,700.00 • Task C— Permitting $ 6,580.00 Total Lump Sum Fee $ 19,780.00 MM File #1943 (1943_WO#07-Amend#02_21-0623.docx) Exhibit "A" - 2