HomeMy WebLinkAbout2000-082r, Y2,
PROFESSIONAL ARCHI'T'ECTURAL SERVICES AGREEMENT
FOR NORTH COUNTY REGIONAL PARK
IRC PROJECT NO. 9926
THIS AGREEMENT or "CONTRACT", entered into this2l stday of l`IarS ,
2000 , by and between INDIAN RIVER COUNTY, apolitical subdivision of the State of Florida,
hereinafter refeired to as the COUNTY, and BRAD SMTHASSOC-iC Ate- LLC-, hercinafler
referred to as the ARCHITECT,
The COUNTY and the ARCHITECT, in consideration of their mutual covenants, herein
agree with respect to the performance of professional architectural services by the ARCHITECT and
the payment for those services by the COUN'T'Y as set forth below.
The ARCHITECT shall provide professional arehitectural, and related services to the
COUNTY for the project described as Indian River County Project No. 9926, NORTH COUNTY
REGIONAL PARK, serve ars the COUNTY'S professional ARCHITECTURAL representative for
the project as set forth below and shall give professional architcetural consultation and advice to the
COUNTY during the performance of Ilse Services w be rendered hereunder.
SECTION I - PROJECTLIMITS
As described in Exhibit "A" Scope of Services - Section 1-1).A).
SECTION II - COUNTY OB!,IGATIONS
The COUNTY agrees to provide the following material, data, or services as required in
connection with the work to be performed under this Agreement:
k Provide the ARCHITECT with a copy of all plans. surveys ararl inf+inttaation available "
in its files for the above location.
B. The COUN"T"Y shall assist the ARCHITECT in malting provisions for the
ARCHITECT to enter upon public or private property ars required for (lie
±7rLJ!;...!"
+•
tf
40
410
ARCHITECT to perform his services.
C. The COUN'T'Y will provide payment directly to permitting ag;ettcies for pemnit
applications and promptly execute all permit applications accessary to expedite the
acquisition of any local, state or federal pciinits made necessary by the project.
SECT[ON III - SCOPE OF SERVICES
A. Architectural Phase
I. A detailed description of the scope of services is given its Exhibit "A".
2. In order to accomplish the work described under this Agreement in the time frames and
conditions set forth in this Agreement, the ARCHITECT will observe the following requirements:
a. The ARCHITECT shall strive to complete his work on the project within the
time allowed by maintaining an adequate staff of architects and technicians in the required areas of
expertise, or having the services of qualified sub-consullants, approved by the COUNTY, on the
work at all times.
b. The ARCHITECT will comply with all federal, state, and local laws
applicable to this project. The ARCHITECT will design the project in such a manner as to be in
conformance with all applicable federal, state and local laws.
C. The ARCHITECT will prepare necessary sketches and completed application
forms to accompany the COUNTY'S applications for any required federal, state, or local permits,
during the appropriate design phase of the project.
d. The ARCHITECT will cooperate fully with the COUNTY in order that all
phases of the work may be properly scheduled and coordinated.
e. The ARCHITECT shall seed a coaapletc set of plans to all utility providers
at each phase of plan development. Also, plans will be sent to every jurisdiction, or agency from
which a permit, or approval, of any kind is required. The plans will be sent as directed by the
COUNTY and the COUNTY shall reimburse the Aitaiff ur fol tfse eosiji
at the agreed unit cost. Tile ARCHITECT shall coordinate the design with the jurisdiction, or
agency in order to obtain the required pennit, or approval.
f. The ARCHITECT will identify all utilities having; facilities which could be
affected by the project.
g. The ARCI-11110' shail report the status of this project to da; Direetur of the
Public Works Department upon request and hold all drawings, calculations and related work open
0 Av,Tv, ^rrr.,4 Fran 2
to the inspection of the Director or his authorized agent at any time, upon reasonable request.
3. The drawings prepared by the ARCHITECT wilt be of sufficient detail to permit the actual
location and construction of the proposed improvements within the project's right-of-way, or
property boundaries.
4. The ARCHITECT acknowledges that preparation of all applicable pcnllits for the
COUNTY'S submittal through governmental regulatory agencies are included within the scope of
basic compensation as defined by Exhibit "A" Scope of Service. Any additional work required by
laws, or regulations established after the date of this Agreement shall be an additional service and
the COUNTY shall compensate the ARCHITECT in accordance with Section VI - Additional Work,
of this Agreement..
SECTION 1V - TIME FOR COMPLETION
A. The ARCHITECT understands and agrees that T1 M E,1 S QE THE _F.S_S NCE and that
the tithe for completion and the schedule for performance will be governed by Section 2 of
EXHIBIT "A" Scope of Services.
B. The Services under the construction phase shall run concurrently with construction,
beginning with the notice to proceed being issued to the Contractor and ending with issuance ol'the
final payment to the Contractor.
C. The ARCHITECT understands that timeliness of performance is a factor which will
be evaluated in determining the award of future professional services in accord with FS287.055 and
that failure to meet the tunic for completion may disqualify the ARCHITECT front award of
future professional services work with the COUNTY.
SECTION V - COMPENSATION
The COUNTY agrees to pay and tate ARCI IITl CT agrees to accept for services rendered
pursuant to this AGREEMENT, Fee Compensation in an amount Lump Sum as establiishcd herein,
unless authorrr_ed as Additional Services, the following.
$249,070.00 - TWO H1 NDRCIi—LQR1y—NJNE i1i�311�L7 HL?� EN'iY DC�LLAIiS_
The compensation above is bused on the following conditions and understanding:
1. The ARCHITECT certifies that tine following wage rates and other tactual unit costs
supporting the compensation are accurate, complete and current at the time of
contracting:
0:1LnSW"rin91KimplCcprW.-•rojucts%"26Agrcuncill-cik.firm 3
40
do
•
HOURLY RATE SCHEDULE FOR ADDITIONAL SERVICE WORD
PRINCIPAL ...................................
S125 WHOUR
PROJECT MANAGER ...........................
$115.0 HOUR
ARCHI'T'ECT ........... . .......................
$110,.00 HOUR
ENGINEER ................................ . ......
S 90.0 HOUR
ECOLOGIST .................... . ................$IHOUR
POOL CONSULTANT . . ........................ . ...
SQIHOUR
MECHANICAL DESIGNER........................$._T5-Q0/HOUR
SURVEYOR.....................................5
IS..UO1H OU R
SURVEY CREW ................. . ........... . ..
$-95.WHOUR
PLANNER .......................................
S 90, O/HOUR
GRAPHIC DESIGNER ............ . ...............
S 'i1WHOUR
DESIGNER ............................... . .....
S-6.5-0WHOUR
INTERN ARCHITECTS ..........................
5 65 Of [OUR
CARD TECHNICIAN LEVEL ONE ............. . ...
$-AiI!?1HOUR
CARD TECHNICIAN LEVEL TWO ..................$
-5LWHOUR
CADD TECHNICIAN LEVEL THREE ...............
$_45.00 HOUR
BIOLOGIST ....................................
5-3-0— QIHOUR
CONSTRUCTION REVIEW SPECIALIST ...........
S -ADA HOUR
CLERICAL ADMINISTRATIVE ...................
S-311) fHOUR
The original contract price and any additions thcrcto shall be adjusted to exclude any significant
sums by which the COUNTY determines the contract price was increased due to inaccurate,
incomplete or non-current wage rates and other factual unit costs. All such contract -tdjustlllerltS
shall be inade within one year following the enol of the contract.
2. Section on Reimbursable. Travel shall not be conipensalcd unless out of state and
pre -approved by the Public Works Department. Cost of Reimbursable expenses is included in Lung)
Sum contract price.
SECTION V[ - ADDITIONAL WORK.
In the event changes are requested by the COUNTY or extra work is imposed on the
COUNTY by the deniands of certain regulatory agencies alter the approval by the COUNTY of oris
Agreement, and upon the issuance of a subsequent work order by (lie Director of Public Works
Department, and approved by the Board of County Commissioners, said exina work may conunencc
in aceuldallcu LV161 (ll4" r -C sclrekwk� as shown ill V' i' aagrapin 1, Ura Iti up sld1;,� ,ril'.;biill"
based on that fee schedule.
0:lpngincttinglKhnplCapi'a1 11rojoas%-)')26 Agmcnxnr-cjA.Errxl
•
do
ab
i
SECTION VII - PARTIAL PAYMENTS
The COUNTY shall stake periodic partial payments to the ARCHITECT for all authorized
work according to the "Schedule of Deliverable Items". invoices will he submitted ost forms
furnished for that purpose by the ARCHITECT to the COUNTY periodically for work products
delivered and expenses incurred pursuant to this Agreement.
The ARCHITECT shall submit duly certified invoices in duplicate to the Director or tile
Public Works Department, The amount of the invoices submitted shall be tile.unount due for all
work delivered to date.
The amouttt of the partial payment due for the work item delivered to date shall be an amount
calculated in accordance with the Schedule of Deliverable Rents, Exhibit "A" attached hereto, less
ten percent (10%) of the amount thus determined which sitall be withheld by the COUNTY, as
retainage, and less previous payments.
The ten percent (10%) retainage withheld through the design phase, shall be paid ill full to
the ARCHITECT upon award of a constnlctron contract, but in no case sitall the amount be retained
longer than four (4) months after the date of Final acceptance of the design phase by the Director of
Public Works.
Payment or invoices shall be in accordance with the Florida prompt Payment Act, PS 218.70
el scq.
SECTION VIII - INSURANCE AND INDEMNIFICATION
During the performance of the work covered by this Agreement, tine ARC[1ITECT shall
provide the COUN'T'Y with evidence that the ARCl11TECT has obtained ait.l maintains the insurance
listed in the Agreement. All insurance policies shall be occurrence fonts, not claims made policies.
If art occurrence forst is unavailable for a specific coverage, approval for a claims made policy may
be given by the County Risk Manager.
I. Statutory Workers' Compensation and Employer's Liability are included in lite sante policy.
The standard limit of liability as required by the Florida Worker's Compensation Law shall
be insured against.
2. Commercial general liability is carried in lite amount of $1,000,000.000 combined single
limit for bodily injury and property damage. The coverages designed ror a general contractor
(x.c.u. coverage, broad forth properly damage, contractor's protective liability) are not
included or required by ass architectural tints. COnlr,tetll,al liability is inchided in the policy.
3. Commercial automobile insurance sot all owned, ilii k:d ui iii)➢'rt l': l.tdl4
. n!
the amount of $1,000,001} combined single limit and $50(),000 uninsured motorists coverage.
4. Professional Liability Insurance providing coverage for negligent .lets, errors, or omissions
committed or alleged to have been committed by ARCHITECT with a limit Of $500,000 per
cla'sntlannual aggregate. This insurance shall extend coverage to loss of interest, earning,
profit, use and business interruption, cost ol'replacement power, and other speciai, nida'ect
0-11;•ng+nceringlF:finKaPil+i t"mjet%VJ926 Agreement-ejk.fmi 5
and consequential damages subject to tine limitation regarding consequential damages
described in Paragraph 5 below. If the COUNTY requests the ARCHITECT to obtain
additional insurance coverage, the cost of such additional insurance not otherwise reimbursed
to tine ARCHITECT under this Agreement shall constitute an additional direct charge to the
project.
5. For specialised services not performed by the ARCHITECT, the ARCHITECT shall require
each of its subcontractors to take out and maintain during (lie life of such subcontract work
the insurance coverages set fortis in Paragiaphs 1, 2, 3 and 4 above; provided however, lluc
following limits shall apply:
5.1 Employer's Liability Insurance (bodily injuries) with li¢nit of $100,000 per
occurrence„ and Employees Liability Insurance (occupational disease) with limits of
$100,000 per person and $500,000 in tine aggregate.
5.2 Commercial General Liability histirariec, with limits of $500,000 each person;.
S1,000,000 each occurrence for bodily injuries, and S1,000,000 each occurrence for
property damage.
G. The limits under Paragraph 5 shall be the sante for any subcontractor.
7. Tine ARCHITECT shall furnish the COUNTY with two (2) copies of a Certificate of
Insurance evidencing policies required in Paragraphs 1, 2, 3, 4, 5 and G above and evidencing
policies of insurance required above for subcontractors. Such Certificates shall give the
COUNTY it least thirty (30) days written notice in the event Of cancellatiosn of or material
change in any of tine policies. The Certificate of Insurance shall give a brief description of
the work being performed under this. Agreement. All insurance companies provided shall
be companies rated at least A + VII per Best's Key Rating Guide and licensed to do business
in the State of Florida.
-1'o tine extent of tine insurance benefits under the insurance policies required by this Article,
or for any loss, damage or expense filling within the deductible portion of Architects
Professional Liability Insurance described in Paragraph 4 hereof, whether indcnunity
payment, defense costs, or otherwise, the ARCHITECT shall save the COUNTY hannicss
from and against all cos; and losses, and all claim-, demands, suits, actions, payments and
judgernents arising from personal injuries or otherwise, brought or recovered against the
COUNTY arising out orally negligent error, or oarussion of the ARCHITECT, its agents,
servants or employees, in execution or guarding of (tic work, including any and all cxpelnse,
legal or otherwise, incurred by the COUNTY or its representatives in tine defense of any
cIaiiin or suite.
SECTION IX d OWNERS HII, GI• b0C+ 1!.1Lt,'T7
All plans, specifications, calculations and other work products paid for under this contract
shall be the praperty of the COUNTY and shall be delivered to tine COUNTY at its direction. Tire
^Ol'1•'TY shaft have the right to rc-usc drawings o f the structural details in a manner consistent with
oAr nginec6rk&%KitnPtCaPi1a1 I'roj"tst9,N2G Agrcennenl-cjk.frm
law and the State of Florida Department of Professional Regulation rules. The COUNTY shall.
indemnify and hold harmless the ARCHITECT from all claims, damages, losses, and expenses,
including attorney's Cees, arising out of, or resulting from any such re -use.
SECTION X - CERTIFICATION AGAINST CONTINGENT FEES
The ARCHITECT warrants that he has not employed or retained any company or person,
other than a honafide employee working solely for the ARCHITECT to solicit or secure this
agreement and that lie has not paid or agreed to pay any person, company, corporation, individual,
or firm, other than a bonafide employee working solely for the ARCHITECT any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the .sward or making of
this agreement.
SECTION XI - PUBLIC ACCESS
The COUNTY may unilaterally cancel the contract for refusal by the ARCHITECT to allow
public access to all documents, papers, letters, or other material subject to the provisions of Chapter
i 119, Florida Statutes, and made or received by the ARCHITECT in conjunction with the contract.
SECTION XII - SEVERABILITY
If any portions of this Agreement shall be held invalid or unenforceable, such invalidity or
unenforceability shall not affect any other provisions hereof, and this Agreement shall be construed
and enforced as ifsuch provisions had not been included.
SECTION X11I -TERMINATION
The obligation to provide further services under this Agreement may be terminated by either
party upon 30 days' written notice by either party. [n the event of any lennination. ARCHITECT
will be paid for all services rendered to the date of lerinination, all reimbursable expenses amt
termination expenses.
SECTION Xl\' - GENERAL
A. No alteration, change, or modification of the terms of this Agreement shall be valid unless
made in writing and signed by both parties hereto.
E. The contact person in the COUNTY's behalf shill be the Indian River County ENGINEER,
Christopher J. Kafer, Jr., P.H. The ARCHiTLCT shall take directions for the work from the indiini
River County ENGINEER, exclusively, or who might otherwise he designated in writing by the
0AE.riginceringWimplCapitoiProicCrS19426h$rcwncnt-cjk.rnn 7
Indian River County Public Works Director,
C. This Agreement, regardless of where executed, shall be governed by and constmed according
to the laws of the State of Florida.
IN WITNESS WHEREOF the parties hereto have executed these Presents this
ZI_^ day of March , 20_14
BRAD SMITH ASSOCIATES, INC.
18 CIJS BLVD.,SUITE 112
M O 32901
BY
Bra S itt sident
Attest:
0:%Ensm"ringkKin1#,Cfi01a11'rejc (SW926 Agrcc1xnt-CjV-1Mi 8
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVED COUNTY, FLORIDA
BY: �
Fran A%Jcffrcy
airtman 1
00
Attest:
Barton
Pier" Court,
0
.,tel
0
40
4
CA
EXHIBIT A " Al rr
SCOPE OF WORK
ATTACHMENT to
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN
BRAD SMITH ASSOCIATES, INC..
and
Indian River County Board or County Commissioners
1 820 25th St.
Venn Beach, Florida 329Cit7
MOJECI° NAME AND LOCATION,
North County Park
Indian River County Florida
DEFINITIONS
As used in the entire Agreement, the following words and their derivative words or phrases
have tate meanings indicated, unless othet-vise specified in the various sections of this
agreement.
CERTIFY, CERTIFICATION: A design Professional's opinion bused on his or her
observation of conditions, knowledge, inl'ormalion and tacliefs. It is expressly undcrsuiod
that the Design Professional's certification of a condition's existence relieves no other puny
of any responsibility or obligation lie or site has accepted Isy contract or custom.
ESTIMATE: Ali opinion or probable. Construction cost :uaole by the Design Proressional.
The accuracy of a probiabiv conSlruch(n cost opinion cannot be guararriced.
INSPECT, INSPECTION: The vistnd oi,servation of construction to permit the Design
Professional to render his or her processional opinion as to wholier the contractor is
perf'orn;aing [lie Work in it manner indicating that, when completed, the work; will be ill
accordance with the Contract IJocuiiieiits. Such observations shalt not he relied Union by
any party as acccptimcc of the Work, nor shall they relieve any party from fill lillnient of
cus[oniary and contractual responsibilities Intl obligations.
SCOPEUSERVICES
I. PROJECT OVERVIEW: The prt?jcct consists of prolcssional planning, and design
services for tate development of the North County Park located on 122 ac.± of the
Sehaslian liurfer Preserve. The site is Imated north or CR M2 and west of Scbastiaii
River V 'dle School. The County's purpose is to develop it unified niaste'- plali Torr the
park, and to prepare conStruction documents for the improvements. The maim foCn5 of
Alladimem - I
0
40
40
the first phase of constnaclion will he the pool complex and associated improvements.
The primary components or the site will include:
A. Tits pool complex wlsupport building for baths, showers, lockers, mechanical, tide[
management,.
B. A stonliwater lake (also used to generate fill for the site), lresshox,
C. A "four-plex" of multi-purpose hall fields with a two story coatecssion, l
and resh•ootns,
D. A soccer complex (to be developed separately by a soccer club which will hold a
sub -lease agreement will) the County),
E. A playground,
F. open space (for general multiple uses),
G. A inaillicn:ince building of approximately 55() square feet.
The intent is to obtain permitting for all site-rclated improvements initially, (i.e.
jurisdictional agcncieti, site plan approval) will] subsequent phases of construction to
follow as funds become available.
2. PR EC PROGRAMMING GOALS, ANI7 f)1311?C'1'IVIi5: Consultant team
steC with tllc County.s representatives asci other interested parties in a Pre -Design
Workshop to discuss their goals for the project. (This occurred oil 219!00.) Minutes of
this meeting are attached. The contents of the minutes Shall be used throughout the
planning process to provide a clear undlerstanditig of County expectations, Any
significant deviations froin the dirccticxt establisliedl during the pre -design workshop
maty result in the need for Additional Services.
3. CONSULTANT TEAM- Bradt Smith Associates, [tic. shall lie rhe Prime Consultant,
and Shall be responsible for maasicr planning and design of the park. The lir[" will b,--
coordinating
ecoordinating the efforts of the loilowing Still -consul lants whicli will he serving, in
support roles:
A. Carter Associates, ]nc. (surveying, sto"I'Miter, and civil engineering)
13. Environmental Consulting Group (environmental consulting,)
C. Edlundl and I7ritenbas, Architects (architectural design)
I) Garrison & Frohlich,(ntcclianical, electrical, plumbing, lighting design
crgincers)
2) Jenkins and Charlandl, (structural engincers)
U. Weller Pool Constructors (pool consultants)
4. PROFFSSIONAI. SERV! H-5: The professional service of the l'911tiultant tenor Shall
be as follows:
A. Task I — Site ]rive a n surva; in and cnviranrnent of Itisetismen
1) Carter Assoc°rate%, Inc. will prcpaare. Ilodinefill'yitf117f1t!l'illllireil! survey of project
site to include the following:
a) Boundary survey prepared) by a licensees and registered Florida Professional
Surveyor and Mapper which ["eels the attilihuusat teclxric.11 stuitolasrdS sol
forth by the Florida Board of Profes%ionaat Surveyors aril Mappers in
Chapter 61617, Florida. Administrative Code pursuant to Section 472.027,
Florida Statutes.
b) 'Topographical survey of the site oil a 100' grid. cross-sectiorls and
topography of Cit 512, extending MY cast and well of the site.
Aunchmcnl - 2
40
40
G
•
c) Location of all existing improvements oil site (itlelutling culverts, ditches,
roadways, fences, etc.) and within said right-of-way of C 8512.
d) Location of wooded tracts (along the abandoned railway corridor), all([ of
specific trees andlor palms within the open pastureland. Note: individual
trees within woodland tarts will not be located, due to the fact that arca
improvements will be located in these areas.
e) Locations of the limits of jurisdictional wetlands (as delineated by Reese
Kessler, Environmental COlrillltant).
f) Location of other above ground features located adjacent to the site including
County lilt station, Sebastian River Middle School entrance roadway and
west parking lot, and any other additional data derated necessary by Carter
Associates, Inc, for design of iniproverlicnts.
2) Environmental Consulting Group will protide the following, based on the
assumption tlt.rt the project will be designed to avoid wetland impacts and
therefore will not require wetland mitigation
a) Conduct in on-site investigation to deteruline the qualitative eilvirun tile nlal
conditions of the properly.
b) Delineate and llag wetland boundaries as defined by Chapter 62-240,
Florida Administaative Code, and tale U.S. Array Corps of Engineers 1987
Wetland Delineation Manual.
c) Coordinate and submit correspondence to the St. Johns River Water
Management. District and the U.S. Array Corps of Engincet:: requesting a
site review to field verify flagged wetland boundaries and to discuss
permitting issues.
d) Meet onsite with the St. Johns River 'Water Management District and the
U.S. Army Corps of Engineers to field verify flagged wetbusd boun(aries.
e) Coordinate with Carter Associates, Inc. concerning the wetland boundary
flagging,
F) Prepare and submit correspondence along will' the land survey identifying
the flagged wetland boundaries to Ale St. Johns River Willer Management
District and [lie U.S. Army Carps of Fngincers to oblain written verilicattioit
of the wetland delinea(ion.
g) Prepare all(] submit a report addressing the welland delineation, wetland
duality and project design as it affeeis wetlands.
B. Task 2 — Prelimin•iry Architectural Design Feature Prograntiatin
1) Conduct in Architectural Features Design Prt)gramnrang Workshop with
Recreational Operations and l'ragrauii personnel, and other appropriate County
stalll' tee discuss specilic space and use requirements. Represciltwives frons
Weller Pool Constructors aand Edlund and Dritenbas, Architects will be present.
The purpose of the meeting will be to clearly del -me the design parameters for
the building with tilt objective to best nice( tine Comity "s iralaiisetracnts. Plans
from other :similar prnjecls will be presented lin• review and co"I'lle at. In
addition to the building at the Pool complex, the concctitifonlpt°essbuxlecstrcxrnt
building at the firer-plcx ball fields and the limilitenailec building will be
discussed.
2) Edlund and Dritcnlrrs, Arel'ilccts will Prepare a written irchitectur: t design
Program for the County's review and approval, based on decisions made during
the Architecluraal Features Design Prog,rainmbig Workshop.
3) {ail [lie basis of the •appnived tu•clnlecturil design ptogn,"ll. Edlund and
Drilenhw, , Aic•hilects will prepare schen clic design drawings consisting of floor
111,111sand huildingelmnions forreview by County stall.
Arractaatunt - :i
0
111111110
40
4) The approved schematic design drawings will be used in preparing tine Master
Plan For the project.
C. Tusk 3 —Master Plan Preparation
1) Prepare Preliminary Master Plan for (lie County's review, highlighting the
County's objectives within the context of the existing site conditions. This plan
sltail indicate the general locatichn of the proposed pool complex, building sites,
ball fields, playground, lake, common open Space, site nnicnities, project
cntraltce, and the pedestrian and vehicular Circulation Systems. T'he stormwatter
management systcnl will incorporate it lake or series of lakes designated is
storulwater reuse hakes or wet detention lakes meeting the requirements of the
St. Johns River Water Management District (SJRWMD). The lake system will
be laid out so tilat the construction and operation will minimize intpacls to
adjacent wetlands.
a) Plan shall use the site Survey with elle _jurisdictional welland delilicalion,
overlaid upon the County's grayscaale aerial photo -imagery as it base reap.
b) Building footprints developed during the Task 2 work will be istilized in floc
planning process.
c) The site design for tine proposed pool complex will be indicated, including
building, pools, and deck area.
d) Coordinate one Design Team workshop session to review the master plan
prior to itS SubIllittal to the County Starf.
c) Review tine Preliminary Master Plan with County staff.
f) Revise tine Preliminary Master Plan, incorporating review comments received
from County Staff.
g) Prepare an illustrative color rendering of the approved Master Plan for
presentation purposes. The rendering shall be aahounted oft "gator board".
D. Task 4 -- Pre -A s�plic rl cm Mcelines
1) Submit a request to the St. John's [fiver Water Management District
{SJRWMD}, ohne! the U.S. Arn)y Corps of Engineers (USACOIJ) for it prc-
application nhceling to present tile Master Plan and to obtain Star[' input as (o:
a) the cicsirahility oftlhc sclhcrnc
b) the fcasiil`ilily ol`obtainijig permits ror construction
c) issues and staff emiccrils regarding (lie scheme
tl} sltundards and rcquircments nccessarry to cahluin lrmrmits
2) Prepare a conference rellOrl surtutl trizing the results of the pre application
tncelmgs.
E. `Cask 5— Publi(: Meetin�1
1) Organize and chair one (1), two-hour workshop. The workshop its proposed to
involve key community leaders and interested individuals in tine design proem~.,
so as to build conscgsus, and to receive comments on the Master Plan for tile
site.
2) Prepare a draft letter of invitation lcrr approval by the County. The County will
provide at list of participants. Upon County approvill, the C'ODNIlhalal will prepare
letter invilations to participants. The workshop will include:
a) introductions
b) Disc ussionlDeveIopmcnl nlTrojcct Objectives
c) Review of Opportunities/Co nslrilr11is (eu' Meeting tai?teethe~
d) Presentation of Master Plan
C) DiS(:uStiioil, Consensus oil Prefmr'red Alternatives
f) Wrap-up, Discus'si l of hlext :Step
AtMelnncnt - 4
411111111111
40
•
•
3) 11repanre a Workshop summary report that will he distributed to all participants.
4) Meet with the County to inview the resolts of the workshop. -,slid to receive
authorization to proceed with the Preliminary Design Phmc, relining and/or
revising the plant, ins required.
F. Task G — prslim'na Desi
1) Based ori the approved Master Plait, prepare preliminary design drawings tit an
appropriate scale, using site survey asit base map.
n) Geotechnical Coordination
♦
Coordinate I'ie servnccs of Frasier Engineering and 'Testing (who will be
working directly for the County tinder separate Agreement), to provide
the following;
• Soils borings as required to perform stormwater drainage planning,
to design file pool complex, to desi.L,n pavilig unpiovenhents, and to
site the proposed structures.
* Prepare a geotechnical report to include rcconuncndations for site
preparation procedures, navenicnt section—design, and foundation
design parameters for the prcnPosed structures. General comments
concerning anticipated performance or the proposed stortnwater
nlanagetnent system, and parking improvements shall also be
included.
+ Perforin field density testing during the construction phase or [lie
,project.
b) Architectural Design — Cdlund all([ Driienbas, Architects will provide the
following services, coordinating with their mechanical, electrical, and
Structurai consultants as necessary:
t Review the gcotechllical report prepared by Frasier Gngincei I
(outlined above),
i Review .architectural drawings to be re -used and/or modified. Prepare
report regarding the adequacy of the existing designs relative to the
geotechnical findings. Also, the restroorns will be exatttilhed for
compliance with the Florida Potty Parity Act and Standard Plumbing
Code, 1994, which has been adopted by the Staatc. Outline any
niodificahtions requircd to IV made to the existing design drawings.
(Vote: Any suds work (i.e. rnodifcationS to existing drawings) will lx
included in the Scope of Werk.
k Review propose([ park design for conlptialice with the ADA or 1991, the
Florida Accessibility Act of 1993, and the current nhodiiicalioils .ts
provided through the Florida Department of Community Atfdrs.
a On the basis of the rcvicsys identified alhove, prepare prclinlilhary design
drawings for all architectural features of the project.
c) Pool Design — 'Weiler Pool Constructors will prepare drawings of [lie
proposed pools, rind related nice panic al, and structural designs.
d) Civil Design Prep ire preliminary site design drawings on the basis of t::
approved Master Plait. These will include information of sitc layout, pmxing,
and gradintg.
Carter Associates will prepare Ill water and sanitaly sewer
drawings. It is anticipated that one (1) wastewater pulllp station Will IV
require'(] to serve tile" project,.11ong with tile" force plain piping and gnivity
C1711eCtid)In tiytitCn7 'l'Ite wilier tiy,slcin Will lie[le.slg,ni.'dl to provide fire
protection and a m asici` muter for service to she tide, to
Associates
Will Coordinate with I Glltind and Dritenhas, Archit':ets and Wellcr Pool
Constructors to obtain waster and sewer demaa (h, lirr pipe suint:.
Aaachrnent - 5
do
F
•
i
a Coordinate with the School Board to resolve issues related to traffic and
pedestrian ingress and egress tletweeo the Sebastian River Middle
School site and the park site. This will involve one (1) meeting with
Brad Snaith Associates, Carter Associates, anti School Board staff.
2) Working together with lite Consultant Team, prepare :i Preliminary Opinion of
Probable Construction Costs teased on the proposed Preliminary Design.
3) Meet with the County to review lite Preliminary Design work, and to receive
authorization to proceed with the Final Design. Phase of"the project.
G. Task 7: -- Perinitling
1) Carter Associates will prepare applications and required exhibits for submittal
by the County toward obtaining the following permits:
a) St. Johns River Water Management District - Stormwater ERP
b) S(. Johns River Water Management District - Wetlands ERP
e) U.S. Army Carps of Engineers - Wetlands
d) IRC:DUS - Water and Sewer
e) Indian River County - Type ":," Stormwater permit
f) Florida Dept. of Environmental Protection - Water
g) Florida Dept. of Environmental Protection - Sewer
h) Indian River County Signage
i) Indian River County - Site Plan Approval
2) Based on the Landscape Architect's design drawings, Edlund and Drucnbas.
Architects will prepare applications and required exhbits (foundation su•uciural
review, win(lload calculati(ins, electrical service) for sitbtmival by lite County
toward obtaining the required signage permit.
3) Make informal contact with the starts of the alxive ageneics to asaswer questions,
to clarify tiie proposed construc(ion, and to expedite the processing of the
permits.
H. Task 8: — Final Design Phase
1) On the basis of the approved Preliminary Design, prepare final construction
drawings:
a) Site Plan:
♦ Coordinate with Carter Assoeiales, enc. to develop a site Plal drawing
including layout and dimensioning, and loc:ljitnl oi• all proposed
improvements.
♦ Coordinate with County staff who will prepare and submit applications
for Indian River County site plan approval including land clearing, tree
removal and concurrency applications,
• Attend (lie Technical Review Committee (T.R.C.) meeting and prepare
responses and plan nui[itlrcalltilis as required by the T.R.C.
conlntents. Provide coordination and rollow-UP work lie Cssiuy to
obtain site phut approval.
b) Infrastructure Design:
f Carter Associates will prepare construction drawings I•or paving, grading,
drainage, water and sewer itmprovenicnts including details and
specifications.
t Carter Associates will coordinate required gcoicchnical invemigations
with Frasier Engineering and Testing.
4 The wastewater pump station will be ;t prefabricated "private" systeial
meeting the minimum rcgtsiremicuts of Ih< hithan River County Dept. (1d'
Utility Services (IRCI-)US) and Florida Department of Emiromnental
Protection (F -DEP).
Altaehument - 6
do
4D
•
4D
c) Pool Design:
♦ Weller Pool ConsartICtOrN will prepare final construction drawings For
the pools identified in ilia Preliminary Design Submittal, including all
related mechanical; and Structural drawings.
♦ Weller will furnish all electrical rx quircnneuls to !•dlund and Dr`itenbas,
Architects to he incorporated into the electrical drawings for the project.
d) Architectural Design:
+ Cdlund and Dritenbas, Architects will prepare final construction
drawings for till architectural fetltures identified in alae Preliminary
Design Submittal.
c) Landscape and Irrigation Design:
♦ Prepare final construction drawings for all landscape improvements.
t Prepare furcal construction drawings for the landscape irrigation System.
System shrill USC the lake(s) on site as its source, with wells providing
brick -up.
t) Site Amenities and Recreational Design:
♦ Prepare final construction drawings for playground, project idemificat ion
signage, site directional and informational signage, site lighting dour-plex
baseball field lighting, poral complex site lighting, and ilia playground
lighting.
♦ Four-piex ball field shall be a re -use of the design for South County
Park.
2) Prepare a final Opinion of Probable Construction Costs, along with bid schedule
for paving, gualing, drainage, water, sewer, lighting, structures, landscape,
irrigation, site furrnisltings, signage, Structures, pool complex, and other
miscellaneous improvements.
3) Meet with County to review pre -final (90%) drawings, revised opinion of
probable construction costs; to receive review comments, and authorization
to finalize the construction drawings.
4) Meet with County to present final construction drawings and specifications, and
to discuss ilia bidding phase of tine project.
Task 9: -- Bidding and Construction 1111,1se Services
l) Prepare hid an(] construction (IoearnaeniS by providing a laid Harm and
specifications ror site improvements.
2) Attend pre -hid conference to be coordinated by County staff.
3) ,Review bids received by tine County and provide comments and
recommendations to the County.
4) Attend pre -construction meeting to be coordinated by County saff.
5) Observe the work of the contractor on an intcrnnia ma basis not to exceed a total
of eight (8) site visits as requested by County to observe work progress and to
determine if the construction is Proceeding in general accordance with the
contract documents.
G) Carter Associates will provide a Construction Review Specialist to observe utility
construction activities per IR('DLIS requirements. An allowance of 2t} site visits
is included.
7) Notify the County of observed deficiencies in the work.
8) Review and approve:
a) Shop drawings and samples.
b) Results of tests and inspections.
C) Other data which (lie contractor or subcontractors are required to submit.
9) Monitor contractors progress relative to established schedules and report status
to Coamy by preparing field repons for each site visit.
Aataidiment - 7
of
4D
C>
C'
4D
10) Project close-out drill begin upon notice from the Contractor that Ilis work,
which is believe([ to lie acceptable to tile. County, is substantially complete and in
general accordance with (tie contract documents. At this point in little, the
Landscape Architect and tile Consultant Team shall conduct a walk-through with
the County's representative to verify that alae work conforms to the contract
docurnents, and to establish a "punch fist" of items to he completed or corrected.
1 l) Upon notice by the contractor that tile"pulich list" has hccal completed, and that
the work is ready for final inspection and aeceptaucc, the Landscape; Architect
and the Consultant Team Shall conduct a walk-through to verify "punch list"
completion for final acceptance of the work by the County.
12)If deficiencies are found, these will be itcnlired .old it follow-up walk-through
wil l lie made to verify final completion of the work.
13) Visits for to purposeof projccl-close Oil( as described above, are included in the
eight (fl) site visits indicated above.
14) Prepare final ccrtificatiom sof site work upon completion of site work in
accordance with the approved plans.
I5)'I'he Consultant upon the consensus of his sub -consultants will review and
approve forpaynunt the Contractor's pay requests. The Consultant will review
and m=ake recommendations on the Contractor's progress schedule and work
plan. Six (G) pity requests (one per month) and a final payment request are
expected. It is anticipated that [lie project will he built on (lie basis of a 180 dray
contract for constiitction.
Ib) Carter Associates will prepare a linin "US-htliIt" survey.
17)'I'he County recognizes that construction ivview is it vital clement of a Design
Professional's complete service, provided to minimize problems during
construction. Should the County for any reason not retain the COlist, lta'it Team
to review construction, file County waives any claim against tilt Consultant. aunt[
agrees to indemnify, defend and hold the Consultant Team harrnlexs front any
claire or liability for ilAlury or loss iarising I'rom problems (luring construction
thal allegedly result from findings. conclusions, recommendation.,;, plans (it-
specifications
rspecifcaltio ns developed by [lie Constiltant I'ealll.
5. SPECIFIC ASSUMPTI()"iS Consultant represents to [he County than in developing
this Scopc ofWork. assumpt.,nas have been made, and that deviation from aassunlpuons
identified within this proposal may require additional expenditures on behalf sof the
County to tine Consullant. Asstanlpla(ilIS atilt ilh-CAly mentioned herein are as follows:
A. County staff will prepare it Traffic Study to meet lndi. River County (l.R.C.)
concurrency requirements, if required. Additional traffic Sutdies, it required are to
he provided by the County. Thcsc call also be provided its Additional Services to Ix
authorized wpiar-ately.
B. The existing waterline ill [lie C.R. 512 right-of-way has adequate capacity to serve
this project and thal off -Site utility extensions will not be needed.
C. Sign permitting is included.
D. All permitting, a1lilicaticin, impact and testing, fees will be paid for by tau County.
E. 'peclinicai slleciiiciations will be provided to the County by tile. Consultant. County
will he responsible for nor[ -technical specifications and contract documents, as well
as [lidding phase duties. Preparation Of!L Bid Schedule is include([.
F. Indian River County Land Development permit waivrrs will lie obtained.
G. Infrastructure ilnprovcnlcnts Shall[ he it single design tier one phase inclusive.
H. Weller Pool Constructors will be cl niracted directly by [he Comity [hider separate
Agreement to construct the pool. This will be accomplished by using the "PiggY-
hacking method of contracting. If the County elects to oblain it pmol Contractor by
other means such its competitive bidding, Additional Services would be required to
Attachment - 8
of
•
1
4m
CI
have Garrison & Frohlich, Mechanical, L:lectrical, Plumbing, lighting Design
Engineers assume the respostsibilitics of the Engineer of Record.
1. County will pay Florida Board of Health review cost (estimated at $900).
G. REVIEW MI:MiffIN1GSt The following are the meetings included in this scope of
services and required lot support the program:
A. Meeting # l: Pre -Design Workshop with County Staff (2/90)).
S. Meeting #2: Architectural Features Design Programming Workshop.
C. Meeting #3: Review the I'veliminary Master Plan with County staff; receive
review comments, and discuss strategy for the uPconling public workshop.
D. Meeting #4: Pre -application electing with SJRWMD
E. Meeting Pre -application meeting with U.S. Army Corps of Engineers
(USACOE).
F. Meeting #G: Public Workshop.
G. Meeting 417: Meet with County to review the results of the Public: workshop, and
to receive authorization to proceed with the preliminary design phase of the
project.
li. Meeting #$: Meet with the County to review the Preliminary Design work, and
tine preliminary opinion of probable construction costs: to receive review
comments, and authorization to proceed with final design and the preparation of
final construction drawings.
1. Meeting #9: Meet with County to review pre-linal (90%) drawings, revised
opinion of probable construction costs; to receive review conuncnts, and
aulhorixation to finalize the constriction drawings.
J. Meeting #10: Meet with County to present final conslr IC00 11 drawings and
specifications, and to discuss [lie bidding phase of tate project.
K. Meeting # I l: Attend pre-bid conference to be coordinated by County staff.
L. Meeting #12: Attend pre -construct osr meeting, to be coordinated by County
staff.
M. Meetings 1913-20: Construction site review meetings listed Undcr "Cask 9.
COUNTY RESPONSIIll LITIES:
A. The County will prepare and submit applications for Indian River County site plan
approval including land clearing, Irce removal and concurrency applications.
B. 'file County will prepare and submit applications Car Indian River County right -Of -
way permit connection to C.R. 512.
C. Talc County sh,lll provide to the Consultant its standard General Conditions,
Contract for Construction, and other null -technical Contract Specifications, typically
used for construction project (in MS Word digital format).
D. The County will nlarkc blueprints 01' the Final design drawings provided by the
Consultant, and will reproduce the contract ckminients provided by the Consultant.
The County will also advertise for competitive bids. issue bidding packages to
prospective bidders, and receive bids for the construction of the project.
E. The County shall provide a qualified construction review specialist to daily visit lite
site, observe the work of the Contractor, to coordinalc wills the Contractor's
superintendent, .and to determine if the ccustrziction is proceeding in general
accordance with the contract documents. It will lie the responsibility ofthe County's
construction review specialist to coordinalc with the Consullant to schedulc the site
visits provided in the Scope of Work.
F. The Ccurnly will provide all necessary granling ageney terms and colditions,. and all
relevant funding source information for the Consultant's use.
G. The County 811,111 prepare proposal requests, change orders to the contract for
construction, and perform other such contract aalmini tr,ltiuu functions.
Ail tOmwnr - 9
40
i
i
40
SCHEDULE & D LIVE'RABLES:
A. The following is a sunuttaty Of major milestones and :mticipalcd tintefrtmes for the
project:
1) Pre -Design Services..........................................................8 weeks
a) Minutes of Pre -Design Workshop
b) Budget Summary (Opinion of Tolal Project Coasts)
2) Site Inventory....................................................................4 weeks
a) Site Survey
b) ,lurisdictionai wetland delineation
c) Welland report
3) Architectural reaturc Programming & Schematics .........,.3 weeks
a) Written architectural design i'rogrant
Ill Sciteniatic archileclural designs ({clan & clev.)
4) Master Planning................................................................8 weeks
a) Preliminary Master Plan
b) final Illustrative Master Plan (30% design submittal)
5) Pre -application meetings...................................................3 weeks
a) Conference report
6) Public Meeting..................................................................2 weeks
a) Workshop summary report
7) Preliminary Design Phase.......... ............ .......................... 6 weeks
a) 60% design submittal
b) Preliminary opinion o>l' Probable Construction Costs
8) Permilting......................................................................... 13 weeks
a) Copies of permit applications
9) Final Design Phase...........................................................12 weeks
a) 90% dctiign Sttbntival
b) Technical specifications
c) finatl olyinion ol" Probable Cotislructiolt Casts
d) l t)o% dt-sign submittal (dwgs. & specs.)
10) Bidding Phase Services.....................................................6 weeks
a) Bid form
b) Comments regarding bids received
1 l) Construction Phase Services.............................................24 weeks
a) 8 field Reports
b) As -Built Survey
B. The above timeframes are excluding time for County review and comment.
C. Completion of construction is,"' tic i pated tin or before ttsid-May, 2Q)1.
9. FEE ARRANGI MI NT:
The County agrees to pay the landscape Architect for prol'cssional services (Tasks 1-9)
as follows:
A lump sini of Two Hundred forty Nine Thousand, Seventy
Dollars ($249,070.00),
according to the following schedule o1 values:
Task 1 — Site Inventory (Survey & Environmental)
$18,720.00
Task 2 — Architectural feature Prog;rammirig & Schematics
$14,000.tit)
Task 3 — Master Pluming
$40,850.00
Task 4 — Pre -Application Meetings
$1,500.00
Task 5 — Public Meeting;
$3,10-5.00
Task 6— Preliminary Design Phase Services
$54,750.00
Task 7 — Permitting
$10.655.00
Atlat'11111Cni- 10
0
i
•
II
Task 8 _ Final Design Phase Services $76,770.00
Task 9 — Bidding & Constniction Phase Services $28,0000)
Invoices shall be prepared on a monthly basis.
l0. ADDITIONAL SERVICES: Additional services may include, but not be limited to tlse
following itcros:
A. Making revisions in drawings, specifications, or other docustients when such
revisions are inconsistent with written approvals or instructions previously givcn,
and are due to causes beyond the control of the Landscape Architect.
B. Changes in design concept and/or budget subsequent to receiving approvals at tltc
prelimimuy design stage.
C. Site visits other than thole defined in SCOPE/SERVICES, for the purpose of
approving the Contractor's requests for payment.
Initial her . (Landscape Architect) (County)
Ailachment - I I