HomeMy WebLinkAbout2000-131Indian River County
Task 03 — Vero Lake Estates Stormwater Improvements, Phase I
WORK ORDER NO.7 TO THE PROFESSIONAL
CIVIL SERVICES MASTER AGREEMENT
BE, CARTER ASSOCIATES, INC,,.
` DATED AUGUST 4,1998 AND
t� INDIAN RIVER COUNTY, FLORIDA
Pursuant to the Professional Services Agreement dated August 4, 3998, 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.) VERA BEACH, FLORIDA, hereinafter referred to as the ENGINEER, this;
Work Order No. 7 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows;
SECTION I - PROJECT LIMITS AND DESCRIPTION
Services included in this work order will be the provision of pro -construction documentation of the
water and sediment quality in the Vero Lake Estates drainage canals. In accordance with the F...P.A. Section
"319" grant funding onticipatod,to be received for this PROJECT, pre -construction "baseline data" is to be
obtained for determining Best Management Practices (BMPs) to be implemented and gouging the overall
PROJECT effectiveness. ENGINEER has determined a background monitoring plan using F.D.E.P. sampling
and analytical protocols acceptable to the F.D.E.P. program administrator. Additionally, ENGINEER will
develop a Surface Water Monitoring Plan, identifying the: locations; frequency; methodology; analytes; and
protocols to be used for post -construction documentation and repor0ug. The plan will be submitted to the
F.D.E.P. and St. Johns River Water Management District for comment, revision as needed, and subsequent
approval. A subsequent work order will be prepared to include post -construction water quality monitoring and
reporting costs following the review and approval of the Surface Water Monitoring plan.
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 [lie
PROJECT.
B, Title information and title opinion relating to land necessary for the PROJECT.
C. Landowner authorizations to inspect and enter onto the sitc(s),
D. Landowner negotiations to acquire permission, easements and/or right -of -wary necessary for the
PROJECT.
E. Review and comment on ENGINEER'S work in a timely fashion to allow for adequate submittal,
review, and comment time by the F.D.E.P. and St. Johns River Water Management District.
SECTION iII - SCOPE OF SERVICES
A. The ENGINIFR will perform all necessary engineering for completion of [lie work as outlined in
Section I.
B. After issuance of a work order and written authorization to proceed, the ENGINEER shall consul( with
the COUNTY to confirm with the COUNTY requirements by the grant administration authorities.
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 ernployces on the
work at all times.
l;ICYNInNGPROAIRCStoniiwlrMgmtlinprovcXVcrol*FCstatesllRC-WRK ORDER NO -TASK 3,doc Inge l ar-t
Revised dA NOO
LM
D. The ENOMER shall report the status of this PROJECT to the Director of Public Works Department
upon request and hold all work open to the inspection of the Director or his authorized agent at any
time, upon reasonable request.
E, TASK 03 PROJECT DEEJNrI'ION
a) The ENGINEER shall derive and draft an outline of the pre -construction monitoring plan alit,
protocols to be followed for this PROJECT,
b) The ENGINEER shall solicit competitive bids for the analytical services to be performed for
this PROJECT.
C) The ENGINEER, with review and approval from the COUNTY, shall hire stub -consultants to
+, perform sampling (as necessary) and analytical services to complete this task.
d) The ENGINEER shall: conduct composite stormwater and sediment sampling; coordinate
benthic sampling; identify analytical protocols; disseminate the reporting necessary to complete this
task.
e) The ENGINEER shall conduct discussions with RD.E,P. and St, Johns River Water
Management District and prepare a draft Surface Wetter Quality Monitoring Plan for determining post-
construction PROJECT effec(iveness.
f) The ENGINEER shall review the draft Surface Water Quality Monitoring Plan with the
COUNTY and revise the plan as necessary prior to submittal for final plan approval from the F.D.F.T.
and St. Johns River Water Management District.
SECTION IV - TIMI; FOR COMPLETION
A. All pre -construction sampling is expected to occur between April 24, 20M and July 1, 21}00 in
accordance with the FDEP Grant requirements. ENGINEER will then work with the analytical data to
develop BMPs and a Surface Water Quality Monitoring Plan prior to March 1, 2001.
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 03, identified in Section IiI of this work order with a maximum charge under this
work order of $15,480.00. This fee is itemized as follows:
A. Draft Outline of Pre -Construction Monitoring Plan $ 1,595.00
B. Solicit Bids for Analytical and Sampling Services $ 880.00
C. Sub -consultants
a) Benthic Macroinvertebrate Testing ( 1 time, 3 locations) $ 6,200.00
b) Sediment Quality Analysis( I time, 3 locations) $ 795.00
c) Surface Water Analysis (3 times, 3 locations) $ 1,080.00
D. Conduct Sampling, Coordinate Analysis and Reporting $ 11815.00
E. Prepare Draft of Jost -Construction Surface $ 1,745,00
Water Quality Monitoring Plan
' F. Coordinate with F.D.E.P., St. Johns River Water $ 1,370.00
Mgmt. District, and County to finalize Post -Construction
Surface Water Quality Monitoring flan
TOTAL $15,480.00
3:LCYNtEN4PRpl1SRCSiormwirMginllrnprovc%VcroLkFslnlcsliRC•WRK ORDEN NO • TASK Idoc Pagc 2 cry
Revised 4111 AV
M
•
40
SECTION VI - ADDI'T'IONAL WORT{
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
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:
ENGINEER I ...........................................................
$ 115.001hr
ENGINEER II ...........................................................
$ 85.00/hr
ENGINEER III .........................................................
$ 60.001hr
ENGINEER TECHNICIAN ..........................................
$ 50.00/hr
SURVEYOR I(Principal)............................................
$ 115.001hr
SURVEYOR II (Registered) .............. I...........................
$ 65.00111r
SURVEYOR III .........................................................
$ 55.001hr
SURVEY CREW (3 -MAN), ..........................................
$ 90.00/hr
CAD TECHNICIAN ..................................................
$ 50.00/hr
DRAFTING..............................................................
$ 45,00/hr
SECRETARYIWORD PROCESSOR_ ...........................
$ 30.00/hr
RESIDENT PROJECT REP ...........................................
$ 35.00/hr
GRAPHICS ASSISTANT- ........................ I ...... ...........
$ 25.00/hr
RECORDING AND PERMIT FEES ................................
Cost + 10%
MATERIALS............................................................
Cost + 10%
TRAVEL.................................................................
$ 0.29/Mile or Cost
SUB -CONSULTANTS ................................................
Cost+ 10%
REIMBURSABLE EXPENSES:
Postage, Lang Distance Calls
Federal express, mail, etc ....................................
Cost + 10%
Blueprints......................................................
$ 0.20/sf
Mylars..........................................................
$ 1.75/sf
Photocopy......................................................
5 .15
SECTION VII - PARTIAL PAYMENTS
The COUNTY shall make monthly partial payments to the ENGINEER for all authuriaed 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 completed, excluding Sub -consultants less ten
percent (109x) 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 3 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.
.%CYNU:NOPROAIRCStonnwirMgontlinpmrelVeroLkPslulcs%[RC•WRK ORDER NO 7 • TASK 1Aoe page 3 at q.
Revised 4111100
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 2nd _ day of
-
May .2000.
f
CAR"T"ER ASSOCIATES, INC.
1708 21`t STREET
�►
VER FL 32960„ `
BY: c �G�Y,d..
:gzz:
Attest:
INDIAN RIVER COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
BY: M
__9n B. Adorns, Clt n
Jeffrey K. Barton, C er of Circuit Court
By: Deputy Cl.erkPAUICIA PA. RIDGELY
I Indian River Counlyl Approved I Djtc I
Administration I1_ar 'iT%� II
Legal I*2d-do
Risk Management e f.v1
hiblicworks 7 j1 - '-'Ir-F,
Countylittorney
Approved as to Form and IP -gal Sufficiency
antes E. Chandler
County Administrator
]:ICYN';RNGPltOAIRCSiormwtrMgmtlnrprovc%VcraLkMtatcsllRC•WRK ORDER No -TASK 3ADC Page 4 of's
Revised 411110D
•
4w
EXHIBIT A
ITEMIZED MAN-HOUR ESTIMATE
TASK 3, VERO LAKE ESTATES
STORMWATER IMPROVEMENTS, PHASE 1
WORK ORDER NO.7
INDIAN RIVER COUNTY PROJECT NO. 9219
April, 2000
A. Draft Outline of Pre -Construction Monitoring Plan
Engineer I I hr. x $115 — $ 115.00
Engineer II 16 hrs. x $ 85 — $ 1,350.00
Word Processor 4 hrs x $ 30 = $ 120.iH1
$ 1,595.00
B. Solicit Bids
Engineer lI 4 hes. x $ 85 $ 340.00
Engineer Ill 8 hrs. x $ 60 = $ 480.00
Word Processor 2 hrs. x $ 30
$ 880.00
C. Sub -Consultants
a) Benthic Macroinvertebrate Testing (1 time, 3 locations)
$ 6,200.00
b) Sediment Quality Analysis ( 1 time, 3 locations) _
$ 795.00
c) Surface Water Analysis (3 times, 3 locations) —
1,989.0[1
$ 8,075.00
D. Coordinate and Conduct Sampling, Coordinate Analysis and Reporting
Engineer I 1 hr. x $11.5 —
$ 115.00
Engineer It 8 hrs. x $ 85 —
$ 680.00
Engineer Technician 18 hrs. x $ 50 =
$ 900.00
Word Processor 4 hrs x $ 30 r
120.00
$ 1,815.00
E. Draft Post -Construction Surface Water Quality Monitoring Plan
Engineer I 1 hr. x $115 —
$ 115.00
Engineer II 16 hrs. x $ 85 =
$ 1,350.00
Word Processor 3 hrs. x $ 30 =
$ 90.00
Drafting 4 hrs. x $ 45 —
18000
$ 1,745.00
P. Coordination with F.D.E.P., St. Jahns R.W.M.D. And County
to finalize Post -Construction Surface Water Quality Monitoring
Plan
Engineer 1 2 hrs. x $115
$ 230.00
Engineer II 12 hrs. x $ 85 —
$ 1,020.00
Word Processor 4 hrs, x $ 30 _
120. 0
$ 1,370.00
TOTAL, $15,480.00
1;ICYNXENGPROAtRCStormwtrMgmtlmprovcXVcrol.kGstates1Ex111BIT A-Itemk(I Kin-flour-'raskMoc Page 1 of 1
Revised 4111100