Loading...
HomeMy WebLinkAbout1999-182.• // r, l Indian River County 9 1 'Lia - Task 01— Vero Lake Estates Stormwater Improvements, Phase I WORK ORDER NO.3 TO THE PROFESSIONAL, CIVIL SERVICES MASTER AGREEMENT BETWEEN CARTER ASSOCIATES, INC., DATED AUGUST 4,1998 AND ® INDIAN RIVER COUNTY, FLORIDA Pursuant to the Professional Services Agreement dated August 4, 1998, by and between Indian River • County, a political subdivision of the State of Florida, hereinafter referred to as the COUNTY, and CARTER ASSOCIATES, INC., (C.A.I.) VERO BEACH, FLORIDA, hereinafter referred to as the ENGINEER, this Work Order No. 3 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows: s• SECTION I - PROJECT LIMITS AND DESCRIPTION These services will include updating the Vero Lake Estates conceptual master drainage plan (permitted March '97 — July '98) to include the following items in a construction package of plans and specifications to be provided to the County for use in constructing the work. The work will be installed by a combination of County forces and a Contractor selected through a bid process. In addition, CAI will provide technical assistance to the Grant writer, Cape Canaveral Scientific, Inc, in their preparation of a F.D.E.P. Grant application for this project. 1. Project work items include: A. Canal A cross section improvements from C.R. 510 to 95"Avenue B. Canal B cross section improvements from C.R. 510 to 94"Avenue C. Construct new 80`" Street canal from Lake Area 20 to 98'" Avenue D. Construct new 86"' Street canal from Lake Susan to 98'h Avenue E. Construct swales and sod per the appropriate typical block grading plan within areas draining to Canal A as listed in item A above. F. Creation or expansion of two lake areas: Lake 20 - A, B, and C; and Lake Oak - A and B. The alteration of water levels in the existing Lake A. G. Overflow structures from these three lake areas, Inflow structures to the Lake 20 area, and to Susan Lake, and one pipe structure to connect Lake 20-A with Lake 20-B. H. A sub -surface, clay or other impervious material, cutoff wall located between Lakes 20-A, B and C and the existing wetlands. I. Concrete control structures at the discharge points from the typical blocks (located North of 87t", South of 89'" Street, West of 9I"and East of 94'" Avenues) to the Canal A System. CAI will investigate existing grades in this area to determine the control structure weir elevations. However, the work may not be completed until Phase II due to budget reasons. SECTION II - COUNTY OBLIGATIONS The COUNTY agrees to provide the ENGINEER with the following material, data or services as required in connection with the work to be performed under this Agreement: A. Currently available drainage studies, survey drawings, plans, calculations and other data pertinent to the project. B. Title information and title opinion relating to land necessary for the project. C. Landowner authorizations to inspect and enter onto the site(s). D. Landowner negotiations to acquire permission, easements and/or right-of-way necessary for the project. E. Provide coordination with the Planning Department to determine any project construction requirements including the length of time that may be allowed for the excavation section of the 1:\CYN\ENGPROI\IRCStormwtrMgmttmprove\IRC.WORKORDER NO3•VerotlEst.doc Page 1 of project. This project is exempted from the normal site plan review process due to its public •Q works status. F. Stockpile location for lake excavation material, ISSECTION III - SCOPE OF SERVICES A. The ENGINEER will perform all necessary engineering design for construction plans and specifications as described in Section I. No additional permits are required. Detailed Plans, Specifications and Estimated Bid Quantities shall be prepared so that the work itemized in Section I (F, G, H and 1) above can be properly bid by the County. The work to be performed by County forces (Section I A, B, C and D above) will be constructed using the typical cross sections, block grading plans, (etc.) as noted on the permit plans. CAI will provide additional S natural ground elevation "proofing" to be used in conjunction with the typical grading plans. B. After issuance of a work order and written authorization to proceed, the ENGINEER shall consult with the COUNTY to confirm the COUNTY'S requirements and objective for the project, and review all available data. C. The ENGINEER will strive to complete his work on the PROJECT within the time allowed by maintaining an adequate staff of registered engineers, biologists, draftsmen, and other employees on the work at all times. D. The ENGINEER shall report the status of this project to the Director of Public Works Department upon request and hold all drawings, calculations and revised work open to the inspection of the Director or his authorized agent at any time, upon reasonable request. E. TASK 01- PROJECT DEFINITION The ENGINEER will perform and provide topographic and land surveying information required of all areas of work. Detail of existing structures such as mail boxes, above and below ground utilities, driveways, trees, etc. shall be provided. The ENGINEER will coordinate with the COUNTY to assure access to the property after the limits of the project have been established. The ENGINEER will have the following required meetings with the County staff. - Program meeting to outline survey work and scope as defined. - Review of Grant application exhibits prior to submittal to F.D.E.P. - 30% drawings - 60% drawings and specifications - 90% construction plans and specifications County will supply their STANDARD BID documents. The Engineer will review the project with SJRWMD staff for their comments and approval. A. Grant application exhibits and technical review as required by Grant writer. B. Prepare Base Sheet Pc vrrn and assemble survey data for use in construction plans. Plan profile plans where needed. C. Schedule and coordinate soil borings at the two lakes sites and at the clay cutoff wall. Review soils for use as a mining operation. D. Engineering final design and specifications • Prepare plans and specifications for structures, piping, excavation and cutoff wall as required for items listed in Section I. This includes environmental consultant for wetlands review. E. Five (5) review meetings of design and specifications, with County staff. Specifications shall include summary of estimated quantities and soils reports from testing laboratory. One (l) review meeting with SIRWMD staff. J:\CYN\ENOPROAIRCSumnwtrMgmtlmprovellRC-WORK ORDER NO 3•Verot-kilst.doe Page 2 of 4 0 F. No additional services are included for follow through after we submit final plans and specs to the County. G. Reimbursables - soil testing, mail, printing, telephone SECTION IV - TIME FOR COMPLETION A. The FDEP Grant application exhibits and review are to be completed and submitted to the ® FDEP office by July 6, 1999. All survey and design work will occur between October I, 1999 and July 1. 2000 in accordance with the Grant requirements. CAI will deliver the plans, specifications and summary of quantities to the County for bidding purposes on or before April 1, 2000 so that bids may be received and actual construction started on July 1, 2000. S SECTION V - COMPENSATION The COUNTY agrees to pay, and the ENGINEER agrees to accept fee for services rendered according to the Scope of Services, Task I, identified in Section III of this work order with a maximum charge under this work order of $57,130. This fee is itemized as follows: A. Project Scope Development, Grant Application Exhibits and Technical Review $ 4,000 B. Base Sheet and Boundary and Topographic Survey $27,000 C. Schedule and Coordinate Soil Borings and Evaluate Borings $ 3,040 D. Engineering - Final Design, Plans, Specifications, Summary of Quantities including Fill Calculations $19,240 E. Review Meetings with County and SJRWMD- 6 Required $ 2,850 F. Reimbursables $ 500 (Estimated) Soil borings - At cost 1,500 (Estimated) Total $58,130 SECTION VI - ADDITIONAL WORK In the event changes are requested by the COUNTY or extra work is imposed to the COUNTY by the demands of certain regulatory agencies after the approval by the COUNTY of this AGREEMENT, and upon the ---C of a Subscqueui work order by the Director of Public works Department, said extra work may commence in accordance with the following fee schedule: ENGINEER 1 ............................................................ $ 1 15W0/hr ENGINEER H ........................................................... $ 85.00/hr ENGINEER III ......................................................... $ 60.00/hr ENGINEER TECHNICIAN .......................................... $ 50.0o/111- SURVEYOR 0.00/ItrSURVEYOR I (Principal) ............................................ $ 115.00/lir SURVEYOR N (Registered) .......................................... $ 65.00/hr SURVEYOR III ......................................................... $ 55.00/hr SURVEY CREW (3 -MAN) ........................................... $ 90.00/111 CAD TECHNICIAN .................................................. $ 50.00/hr DRAFTING.............................................................. $ 45.00/lir SECRETARY/WORD PROCESSOR .............................. $ 30.00/1r RESIDENT PROJECT REP ........................................... $ 35.00/hr GRAPHICS ASSISTANT ............................................. $ 25.00/hr RECORDING AND PERMIT FEES ................................ Cost + lo% MATERIALS............................................................ Cost + 10% TRAVEL................................................................. $ 0.29/Mile or Cost J:\CYN\ENGPROJ\tRCStarmwtrMgmtlmprove\lRC-WORK ORDER NO 3-VerotkEs1.dec Page 3 of 4 •o 40 0 • SUB -CONSULTANTS ................................................ Cost + 10% REIMBURSABLE EXPENSES: Postage, Long Distance Calls Federal express, mail, etc .................................... Cost + 10% Blueprints...................................................... $ 0.20/sf Mylars.......................................................... $ 1.75/sf Xerox........................................................... $ .15 SECTION VII - PARTIAL PAYMENTS The COUNTY shall make monthly partial payments to the ENGINEER for all authorized work pertaining directly to this project performed during the previous calendar month. Invoices will be submitted on forms furnished for that purpose by the ENGINEER to the COUNTY monthly for services performed and expenses incurred pursuant to this Agreement during the prior month. The ENGINEER shall submit duly certified invoices in duplicate to the Director of the Public Works Department. The amount of the invoices submitted shall be the prorated amount due for all work performed to date under this phase, determined by applying the percentage of the work completed as certified by the ENGINEER to the total due for this phase of the work. The amount of the partial payment due for the work performed to date under these phases shall be an amount calculated in accordance with the percentage of work complete, less ten percent (10%) of the amount thus determined which shall be withheld by the COUNTY, as retainage, and less previous payments. The ten percent (10%) retainage withheld with respect to the Task I phase shall be paid in full to the ENGINEER upon completion of the items. Fees are payable monthly based upon a percent complete of the lump sum elements. Billings will be payable within 25 days. The contract is broken into deliverable units. No payment shall be made unless the Public Works Director has received and approved work products required under the Scope of Services. SECTION VIII - RELATIONSHIP TO MASTER AGREEMENT AND LAWS OF FLORIDA All conditions set forth in the MASTER AGREEMENT shall control unless otherwise specified in this WORK ORDER. This WORK ORDER, regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. IN WITNESS WHEREOF the parties hereto have executed these presents this Y da of t 1999. CARTER ASSOCIATES, INC. 1708 21" STREET VERO BF,Pc��LORID _32960 Dean Luethje, V1Je ident Atte INDIAN RIVER COUNTY, FLORIDA BOARD OF OUNTY COMMISSIONERS nn h :R.. Macht; Chairman Attest: PATRICIA M. RIDGELY DEI' Y I.ERK Indian River County Approved Datc Administration 7 Budget 1 Legal 1:\C NIENGPROAIRCStonnwnMgmdmprove\IHC-WORK ORDER NO 3-VeroLkPst.doc Page 4 of 4