Loading...
HomeMy WebLinkAbout2000-013/16 Indian River County Task 02 — Gifford Area Stormwater Improvements • WORK ORDER NO.4 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. 4 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows: SF;CTION I - PROJECT LIMI'T'S AND DESCRIPTION These services will include final design, permitting, and construction plan preparation for the Gifford Area Stormwater project, The Gifford Area Stormwater Improvement Project consists of the construction of a lake and swales which will provide floral control and Stormwater quality treatment fora porion of Clifford lying east of the one mile coastal ridge. The limits of the work is the east ( iifford Watershed north of 41" Street, east of the one rnile coastal ridge (approximately 26"' to 28'"' Avenue), south of 43" Street, and west of US Hwy. I, including connecting tributaries, The commiLtion package of plans and specifications to be provided to the County for use in con%trusting the work will include the following work items. The work will h: installed by a cornhimatinn of County foreea and a Contractor Sclected through a bid prows.,.. hr addition, CAI will provide technical assistance to the County in their preparation of a F.D.O.T. Joint Projcet Aprw rn+:nt 0.11.A.) for this project. I. Prole, t work items include: A. Swale/Pipe Conveyance Sysfvrn from 42sd Place south along 24" Avenue to the proposed wet detention hake. Note, from the south terminus of 24's Avenue wht-:rf-way, the Swale will traverm-- sonx- 3%t I.T. on private properties before reaching the 42" Street right -of -way - If Wut Dri ntion Lake t:r,ri%i%ting of four (4) f acres of water surface area. two (2) f acres of perimetcr buffer, and an overflow %tructure. C. Overflow discharge pipe conveyance system from the fake east along 41" Street to etre existing pips- under (I.S. Ifwy. Nn, 1. A jack and bore crossing under the F.E.C. Railroad is included in this segment of the work. 1). Swale/Pipe 0mveyance System along the western limits of the U.S. Hwy. No. I right of -way, The Swale/pipe system will extend approximately 2(XX) feet north from .11" Street. I., Off site mitigation plan irnprovernents to be constructed on the county owned properly near Vern Shores Subdivision. SECTION Ii - COUNTY 01-ILIC,ATIONS 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 property, easements and/or right-of-way necessary for the project. J:\CYN\ENGPROAIRCSionnwirMgmtlmprove\IRC-WORK ORDr.R NOA-Gifford.doc Page 1 of 5 0 MDJ E. Provide coordination with the Planning Department to determine any project construction requirements including the length of time that may be allowed for the (lake excavation portion) of the project. This project is exempted from the normal site plan review process due to its public works status. F. Stockpile location for lake excavation material. SECTION III - SCOPE OF SERVICES A. The ENGINEER will perform all necessary environmental investigation, engineering design, surveying, drainage design, permitting, and incidental work for the drainage and related improvements to the east Gifford Area Stormwater Improvement project as described in Section 1. Detailed Plans and Specifications shall be prepared so that the construction can be properly bid. The ENGINEER will prepare complete permit applications to St. Johns River Water Management District (SIRWMD), Florida Department of Transportation (FDOT), and Florida Fast Coast Railroad (FECRR), for the COUNTY signature. Detailed plans, specifications and estimated bid quantities shall be prepared so that the work iternized in Section 1(A, FI, C, 1), and E) above can he prolwrly bid by the County. B. After issuance of a work order and written autho ization to proceed, the F:NGINF?F?R shall consult with the COIJN-IY to confirm the COUNTY'S requircrrtentti and objective for the project, and review all available data, C'. "The! EN61NHER will strive to complete his work on the PROIE(-T within the ante allowed by maintaining an atk-quatc staff of registered cngincers, biologists. draftsin n, and other ernployees on the work at all timet. I), The ENGIJrI+R shall report the st trtts of this project to the Director of Public Works Department upon request and held all drawing%, calculations and revised work open to the inspection of the: Director of his authorized agent at any time. upon reaw4onable request. f?. 'TASK 02• PRf tJFCT DEFINITION 1 hi- ENG1114 .F 11 will perform and provide topographic and land surveying information required of all areas of work. I.oc:nion of existing structures such as mail txrxcs, above and below ground utilities, driveways, trees, etc. shall Fx_ provided. The F.NGINFER will coordinate with the COUNTY to av,ure access to the property after the limit- of the project have been established. The following itemized Engineering Scrvicv, are included: A. J.P.A. exhibits and technical review as required. B. Topographic Survey • Perforin and assemble survey data for use in constntclion plans. Plan profile plans where needed. C. Schedule and coordinate soil borings at the lake site. Review soils for use as a mining operation. D. Environmental report and permitting • Finalize off site mitigation plan Ref: G.K. Environmental, Inc. - Proposed Draft Mitigation Plan dated January 10, 1999 • Review meetings with permitting agencies, provide technical assistance in addressing requests for additional information. E. Permits • S.J.R.W.M.D. Environmental Resource Permit, (40C-4) • F.D.O.T. General Use Permit, (JPA may satisfy) a F -1-1.C. Utility Cross=ing Permit and Lease J:\CYN\ENGPROJ\1RCStormwtrMgmtlmprova\IRC-WORK ORDER NOA•Giffonl.doc Page 2 of 5 407""s F. s J 40 G. • U.S.A.C.O.E. — N/A, Note: permit is not required since the proposed work in the wetland is 100% excavation. • Coordination with I.R. County Mosquito Control Engineering final design and specifications • Prepare plans and specifications for structures, piping, excavation, and swales as required for items listed in Section 1. This includes environmental consultant for wetlands. 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 (1) review meeting with SIRWMD staff. • Program meeting to outline survey work and scope as defined. • Preparation and/or review of J.P.A. exhibits prior to submittal to F.D.O: r. • 60% drawings and specifications, (survey information and preliminary design) • 90% construction plans and specifications, (permit plans) • 1M% construction plans and specifications, (construction plans) County will supply their s•rANDARD BID documents. Reimbursable% - soil testing, %nail, printing, telephone No additional services are included for fallow through after we submit lin.al plans and r,lx.<a to the County. SECTION IV • TIMI; FOR COMI'I,h:hlf)N A. Aflcr rrc cipt of wiittx n authorization to pra eed, CAI will proceed with the work bused ,m 11 following, schedulrt • Subrnit 60% plan% and specifications 75 clays • County Review 15 d.ty% • Suhrnit 90',rc• plans 3t) days • County, SIRWMD, ID07', and FF,C Review 45 days • Submit I(NI';: plan. 30 days SECTION V • COMPENSATION The COUN-rY agrees to pay, and the ENGINEER agrees to accept fee for services rendered according, to the Scope of Services, Task 2, identified in Siction III of this work order with a maximum charge under this work order of $43,47000. •f he attached Fxhihit A indicate% the itemized man-hour changes. The fee is summarized as follows: A. Joint Project Ayreernent, Fxhihits and Tcchnical Assistance �':. 1.835 B. Boundary and Topographic Survey of CM -Site Areas 5 8,550 C. Schedule and Coordinate Soil Borings and Evaluate Barings 5 170 D. Environmental Report and Permitting and $ 9,15.5 Wetland Boundary Survey of Off Site Mitigation Area E. Permit Plans and Calculations $14,050 F. Engineering - Final Design, Construction Plans, $ 3,080 Specifications, Summary of Quantities G. Review Meetings with County and SIRWMD- 6 Required $ 2,910 I1. Reimbursable $ 750 (Estimated) Soil borings - At cost, reference Fraser quote dated 12/14/99 70 Total $43,470 1:\CYN\ENGPROAIRCStormwtrMgmtl—prove\IRC-WORK ORDER NO.4-Gifford.doc Page 3 of 5 SECTION VI - ADDITIONAL WORK In the event changes are requested by the COUNTY or extra work is imposed to the COUNTY by the e demands of certain regulatory agencies after the approval by the COUNTY of this AGREEMENT, and upon the issuance of a subsequent work order by the Director of Public Works Department, said extra work may commence in accordance with the following fee schedule: SECTION VII - PARTIAL PAYMENTS The COUNTY shall make monthly partial payment% 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 I:NGINF`.ER to the COUNTY monthly for services lxrfunned 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%n) 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 2 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. Final payment shall not be made unless `i the Public Works Director has received and approved work products required under the S ope et'ti r t J:\CYN\ENGPROAIRCStormwtrMgmtlmprote\IRC-WORK ORDER NO.4-Gifford.doe Pnge 4 of 5 ENGINEER I ...................................................... $ 115.00/hr ENGINEER II ........................................................... $ 85.00/hr ENGINEER III ......................................................... $ 60.00/hr ENGINEER TECHNICIAN ...................................... I... $ 50.00/hr SURVEYOR 1 (Principal) ............................................ S I I5.00/hr SURVEYOR If (Registered) .......................................... S 65.00/hr SURVEYOR III ......................................................... S 55.00/hr SURVEY CREW (3 -MAN) ........................................... S 90.00/hr CAD TECHNICIAN .................................................. S 50.00/hr DRAI•71NG.............................................................. S 45.00/hr SECRETARY/WORD PROCESSOR....... • ...................... S 30.04/hr RESIDENT PROJECT REP ........................... •.............. S 35.00/hr GRAPHICS ASSISTANT ............................................. S 25.(X)Ihr RECORDING AND Pf;R;v1fT FFf:S ............................... MATERIALS ........ ................... ........... _.,.............. ..... Cost + 10% Cosi+ 10'f TRAVEL......................................................... _..... S 0.29/Mile or Cost SUB -CONSULTANTS ................................ ............. Celt + 10% REIMBURSABLE EXPENSES; Postage, Long Dittance Call% Federal express. mail, etc ................................... Coll + 10% Blueprint% ......... ...........•............................... 3 01(Y.4 t Mylar ....................... ............... • ........ .......... S 1.75/%f Xerox........................................................... 15 SECTION VII - PARTIAL PAYMENTS The COUNTY shall make monthly partial payment% 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 I:NGINF`.ER to the COUNTY monthly for services lxrfunned 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%n) 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 2 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. Final payment shall not be made unless `i the Public Works Director has received and approved work products required under the S ope et'ti r t J:\CYN\ENGPROAIRCStormwtrMgmtlmprote\IRC-WORK ORDER NO.4-Gifford.doe Pnge 4 of 5 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 11 t h day of January ��13Q�( 2000. CARTER ASSOCIATES, INC. INDIAN RIVER COUNTY, FLORIDA 1708 21"STREET BOARD OF COUNTY COMMISSIONERS VERO B CH*CS BY: BY: Dean L Fran H. Fclem>>, t'l�irtrsaan Attest �}tE��= DEPUTY CLERK U indesn 'i�Ilm �,'Wlim Pabbe {Nests S 1 r -4 of 1:\CYN\ENGPROJ\IRCStNnnwtrMgnttlmprove\IRC-\YORK ORDER NOA-Gifford.doc Page 5 of 5 ail EXHIBIT A ITEMIZED MAN-HOUR ESTIMATE. GIFFORD AREA STORMWATER IMPROVEMENTS WORK ORDER NO.4 INDIAN RIVER COUNTY PROJECT NO. 9219 December 15, 1999 A, F,D,03'. J.N.A. f'.xhihit,anrl'1'e:hni:alAv,i,t:rnn Engineer 1 17 hr.. x $1 IS - $ 1.954-00 Engineer 11 20111,' x $ x5 = S 1.700..00 Word Ptroce,srrr t, hr". x S 10 = $ 1$4.00 $ 3.835.00 B. Topographic. Survey of Pro r._ t Area Surveyor 1 d hr •'. x $115 = S 460,00 Surveyor Il Irl hr,, x 5 65 S 650,00 Crew (3 -man) S6 hr,. x $ 90 $ 5.040.00 ('ad Tech 48 hr, x 5 5r► - S 2,400, $ 8.550.00 C. Schcdulr and Coordinate Soil Boring 1•:npinrcr II 2 hr,. x $85 5 17t).00 1). I:nvilunnit-ntal Repott, I'(.nnitlinf. and Wetland Boundary Survey of off Site. Mitigation Area Engineer 11 6 hr,. x -> 8S - 5 Sit)(A) Surveyor 1 3 his. x 51 15 _ y 145.(M) Crew (3 -marl) 40 his. x 5 9() _ $ 3,600.1x) ('ad Tech 24 his x 5 50 - $ 11,20000.�0y0 G.K. Ilivironim- ltal (Sub-con"111t int) - S 3,500.W $ 9,1550) E. Permit Plans and Calculations Engineer I 6 hrs. x $115 - $ 690.00 r'ngmeer If 120 hrs. x $ 85 Engineer 111 56 hrs. x $ 50 $ 2,800.00 Word Processor 12 hrs. x $ 30 = $ _ 360.(X) $14,050.(X) F. Prepare Construction Plans, Specifications and Summary of Quantities Engineer 1 4 hrs. x $115 = $ 460.00 Engineer 11 20 hrs. x $ SS = $ 1,700.()() Engineer 111 16 hrs. x $ 50 = $ 800.00 Word Processor 4 hrs. x $ 30 = $ 120.00 $ 3,080.00 J:\CYN\E.gGPROJ\IRCStormwtrMgmtlmprove\Gifford- EXHIBIT A-Attach.doe Page 1 of 2 I G. Review Meetings with County and S.1.R.W.M.U. (6 Meetings) Engineer 1 2 hrs. x 6 x $115 _ S 1,380.00 Engineer H 3 hrs. x 6 x $ 85 =- $ j15NQN S 2,910.00 H. Reimbursables not to exceed Soil Boring, Fraser Quote S 750.(X) 47(1,0X1 S 1.7200) T(7TAl. 'W A70.Xx) J:\CYN\ENGPROJ\IRCStormwtrMgmtlmprove\Gifford- EXHIBIT A-Attach.doc Page 2 of 2 L"' 09/26/1999 20:46 5615676245 GK LWIRONhENfAL INC PAGE 02 G. K. ENVIRONMENTAL, INC. Fmfronmental C,anwiting 156 McKae Lane Vero 13cacb, FL 32960 561.667-9129 September 26, 1999 Proposal from G. K. EN UtONMK>' AI, INC. to complete state required mitigation work for the Gifford Stormwater improvements located at dl" Street (Task 02 — Project Definition): Detailed inspection of mitigation sits (Veto Shores arca); flag wetlands; draft a mitigation plan; review and meet with regulawry agencies (S.JAM.M.D., A.C.O.E., Ind. River Co. Mosquito Control District, and I.R. Co. staff) to review and provide written rgmrts; attend meetings A as necegmtry.................................................................................$3,500.00 40 40 12/15/99 07:32 17A% I?10 2 FRASER ENGINEERING AND TESTING, INC. GieolpcMaicelF> 9 o iNesM�lr!hsrsseK+r n COnihuChanUMlvisk Td MV SaWeroaM so{pucrrrr o mast r)" TWMV o FnvronmrxdAudfs Deormber 14, 1999 Carter As:.rx;iatcs, lac. Attention: Cioorge `;irwm, P.E. 1 *709 21" Smut Vero peach, Florida 32960 Re: Gifford Slurmwater improvements Project Indian River County, Florida (icnticnvrn: We ate pleased to %tibmit the 101lowing proposal for rw.tforming geotechnical aorviccs for the ahove rcle-rence l projix:t. We urufer_Aand there wdl be a four acre lake excavated at the northwest corner of 41" Strex? ttrxi the FEC: railroad tracks. The lake will be excavated to a depth of about 10 Axn hclow tfu: exi,ting, gr do and sod excavated from the lake may be used as fill for buildings and paved arec:;. Our relx)rt will include the klt;s from tlx: s.)il Ix)ririps grid out recommendations regarding the use of soil to tv excavated fiom t1u, prolxisrih lakes for uw as till. As otritmed on a recent site visit, the site is covered with deruse bnish awl tilts I io 2 lret of standing walLr. It will br necex ary to cut paths to the boxing kkatioln and to Ilse casing to kern the trsl hobs from blit with watei. We anticipate the field work will tx,. a full day effort with a three loan crew. Clearing paths to boring locations F%timate one-half hour crew time per boring Two (2) hours (g,11120.00 $240.00 Setting and using casing at boring locations Estimate one-half hour additional crew time per boring Two (2) hours @ $120.00 240.00 Four 10' beep Auger Borings 40 Feet @ $6.00 240.40 554 inju&tm ;4'srci Strom. Ft Pwfcv, Florida 34946 PWW (561)461.7508 FAX (561i 46146820 Toll Free (800) M9011 Stuart (561) 2637711 Ver:, Bexh (561) 567.6'67 111 fw� 12/15/80 07:32 FAX Carter Muriates, Irx:. Gif and Stormwater improvements Project [:December 14, 1999 Muck.Probes in Proposed Swalc Atlas, Lump Sum $100.00 1?rlyinwrir,,v, Coordination, F,vahlalirin and Report 1.5 tymm 0') S 10:)O) 'foul, 100.00 5t .00 5970.00 QI 03 If the above is acceptable please .siiln one copy and return h to u7. Frmer F.np*wwxina and Testing, Inc. epprecWa the opportunity w be considered for this project, l f you have any questions, phase call David Aker at 900-213-9011 or 561-467-6167. Respectfully submitted. FRASER b' G D TFSTTNC, INC. David Alker, MaAlf9er Accopred by: Date 2 Fri" r- Engio"aiig hilt eating, inv.