Loading...
HomeMy WebLinkAbout2024-154ENGINEERING SERVICES WORK ORDER 5 This Work Order Number �is entered into as of this 2nd day of July , 2024, pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Bowman Consulting Group, Ltd. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS,, OF IN ,AN RIVER COUNTY *� By: - By: 'bv,� �•�: Sus Adams, Chairman Prin Name: John M. Boyer, P.E. .... BCC Approval Date: July 2, 2024 Title: Senior Project Manager Attest: Ryan L. Butler, Clerk of Court and Comptroller By: aAZ-L,�� 61 ,�*E epu C erk By: Kohn A. Tit anich, Jr., County Administrator Approve as to form a e al s f ciency: �W4 William K. DeBraal, County Attorney WORK ORDER _ — FAIRGROUNDS IFAS/EXTENSION FACILITY EXHIBIT A -SCOPE OF WORK Bowman Consulting Group (Bowman) will provide professional services to Indian River County Parks & Recreation Department (Parks) for improvement to the Indian River County Fairgrounds (Fairgrounds) site. Improvements will include the installation of two portable office buildings, sidewalks, and related parking to the north of the existing pavilions. The portable offices will be served by new water, sewer, and electrical utilities extended from existing equipment on the Fairgrounds. Bowman proposes to provide the following services: Task 1— Special Purpose Survey Bowman will prepare a Limited Topographic and Tree Survey in accordance with the Standards of Practice for Surveys set forth in Chapter 5.1-17.051 of the Florida Administrative Code and to the Indian River County Standards. 1. Prepare a Topographic Survey, as defined in Chapter 5.117-05 of the Florida Administrative Code (F.A.C.). 2. The Topographic Survey limits shall include the land as approximated and shown on Exhibit "A" (Included). Elevations shall be collected at an interval suitable for generating 1 -foot contours. All existing visible above ground improvements and structures will be located. 3. All visible utilities and drainage features will be located along with determining the associated invert elevations. Survey data will be presented on a copy of the site boundary as provided by the County. All work performed under this task order shall be under the direction of a Professional Surveyor and Mapper registered in the State of Florida in accordance with Chapter 472 of the Florida Statutes. Task 2 — Subsurface Soils Exploration Bowman will provide a subsurface soils exploration to support the engineering and stormwater management designs. The exploration will consist of one (1) boring to a depth of 20' where the proposed Restroom Facility will be. A geotechnical report will be provided to include bore logs, soil classification, thickness of soil layers, and groundwater depth. The report shall include opinions regarding the building foundation and stormwater retention design. Task 3 —Engineering Design Bowman will prepare engineering design plans including a site plan based on the special use survey obtained in Task 1 that will illustrate the full scope of the portable building improvements. The site plan will include the location of an accessible parking space, ramp and illustrate site grading and water and sewer utilities design. The site grading design will include sidewalk systems, and tie downs to existing elevations. The two proposed portable buildings, concrete accessible parking space, and related sidewalk will comprise about 3,000 to 3,600 square feet of impervious area, and therefore classifies for stormwater exemption per Indian River County's code Section 930.06(1)(d). Additionally, per the Florida Statutes Title XXVIII, Chapter Work Order #_— Bowman Consulting Group Fairgrounds Portable IFAS/Extension Facility 373.406(6), Bowman will apply for a stormwater exemption that will be determined by the St Johns River Water Management District (SJRWMD). The proposed development will have minimal impacts on water resources, and therefore, is anticipated to be given an exemption. The utilities design will illustrate service extensions from existing water and sewer mains on the Fairgrounds site to the proposed portables. A modular lift station is anticipated for the sanitary sewer service. The lift station will connect to an existing 4" force main along the Fairgrounds' north driveway. This task will include the following deliverables: • Construction -level plans including site, paving and grading, utilities, and construction details. • Lift Station Calculations & Design. • Opinion of Probable Cost for Civil Elements (ie: grading, utilities). Task 4 — Permitting Bowman will prepare applications for the following jurisdictional Permits: • IRC Minor Site Plan; • IRC Land Clearing & Tree Removal; • IRC Utilities Construction Permit (UCP); • Florida Department of Environmental Protection (FDEP) Water Construction General Permit; and • FDEP Wastewater General Permit. Permit exemptions are anticipated from the following agencies: • St Johns River Water Management District (SJRWMD) • IRC Engineering Task 5 — Construction Observation and Certification Following the selection of a contractor and award of bid, Bowman shall provide construction observation and certification services. This task shall include shop drawing review, response to contractor requests for clarification (RFC's), and attendance of formal inspection/testing events. Upon completion of construction the project's conformance to contract documents shall be certified to jurisdictional agencies. Page 2 of 3 Work Order #_ — Bowman Consulting Group Fairgrounds Portable IFAS/Extension Facility SERVICES AND/OR INFORMATION TO BE PROVIDED BY OTHERS Client or others will provide the following services and/or information: A. Provide record -drawings and information of existing improvements and utility -owned facilities and other substructures. B. Listed Species Survey & Permitting. C. Portable Building Design. D. All Permit Application and Review Fees. SPECIFIC EXCLUSIONS The scope of work is limited to that described above. Additional professional services may be provided by an amendment to this work order. The following items are specifically excluded: A. Architectural Design. B. Bidding Assistance. C. Specification Book (Specification to be Shown on Plans) EXHIBIT B — FEE SCHEDULE Bowman will provide the services described above according to the following schedule of fees: Task 1— Special Purpose Survey (Lump Sum) $ 12,290.00 Task 2 — Subsurface Soils Exploration (Lump Sum) $ 2,875.00 Task 3 — Engineering Design (Lump Sum) $ 22,640.00 Task 4 — Permitting (Lump Sum) $ 10,820.00 Task S — Construction Observation and Certification (Hourlyl $ 5,825.00* Total: $ 54,450.00 *Hourly tasks will be invoiced in accordance with the contract rate schedule and time expended. The total billing for hourly tasks shall not exceed the amount(s) stated above without authorization from Indian River County. EXHIBIT C — PROJECT SCHEDULE This Task Order shall commence upon Notice to Proceed (NTP) with the work to be completed as follows: Task 1— Special Purpose Survey 30 days Task 2 — Subsurface Soils Exploration 30 days concurrent with Task 1 Task 3 — Engineering Design 120 days following Task 1 Task 4 — Permitting 90 days following Task 3 Task 5 — Bid Documents & Bid Assistance: 30 Days following Task 3 Total: 270 days Page 3 of 3