HomeMy WebLinkAbout2000-318Indian River County
Task 03 - Roseland Area Stormwater Improvements
WORK ORDER NO.8 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., VERO BEACH, FLORIDA, hereinafter referred to as the ENGINEER, this Work Order
No. 8 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows:
SECTION 1- PROJECT LIMITS AND DESCRIPTION
These services will include final design, permitting, and construction plan preparation for the Roseland
Area Stormwater project. The Roseland Area Stormwater Improvement Project consists of the construction of
two (2) lakes, conveyance pipe and swales and control structures which will provide flood control and
Stormwater quality treatment for a portion of Roseland lying east of the FEC. The limits of the work are the
east Roseland Watershed north of the City of Sebastian, east of the FEC Railroad, south of the St. Sebastian
River, and west of US 1, including connecting tributaries. The plans and specifications to be provided to the
County for use in constructing the work, shall be based on the County approved conceptual plan (revision
4/17/00) as modified during the permitting process. The following work items 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 County in their preparation of a S.J.R.W.M.D.
Cost Share Agreement for this project.
1. Project work items include:
A. Swale/Pipe Conveyance System from 781h Court to 81" Ave. along the east side of 135'" Street
and from 8e Ave. to Roseland Road on the west side of 135h Street. This conveyance system
will route water to the south lake.
B. The south wet detention lake consisting of: (2.8) ± acres of water surface area, two (2) ± acres
of perimeter buffer, inlet structure(s) and an overflow structure.
C. The north wet detention lake consisting of: (1.4)± acres of water surface area, (1.2)± acres of
perimeter buffer, an inlet structure and an overflow structure.
D. The control structures will be located in easements to be acquired by the county. The north
lake overflow structure shall run north on an easement which will be centered on the east
property line of parcel no. 21-30-384X()01-()000-000(14.1.
1 `CY\ 1:NGPROMCSWMWUMymin4xv�e•Ro lanJ\n(C-N'()RKORI)I:R ti() K-TA%K) &cc Page t of 6
do
40
E. Wetland impacts are to be minimized by locating the improvements on uplands to the greatest
extent possible.
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 the site(s) with jurisdictional agencies to determine existing
environmental conditions.
D. Landowner negotiations to acquire easements and/or right-of-way necessary for the project.
E. Property appraisal information for areas of potential acquisition.
F. Soils testing as required, under the direction of the ENGINEER.
G. Soil stockpile area(s) for lake excavation materials.
Il. Permit Fees
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 Roseland Area Stormwater Improvement project. 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
(SJRWMD), and US Army Corps of Engineers (USACOE), for the COUNTY signature.
B. After issuance of a work order and written authorization to proceed, the ENGINEER shall
develop the final design based on the County approved conceptual plan.
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 03- PROJECT DEFINITION
The ENGINEER will rrform and provide topographic and land surveying information
required of all areas of work. Location 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.
1:5CY`JiENGPRt)fliRCSicum�uMr+:rinrnocUt setandlkC-w'()kkt)kl kNO6-TASKId,x Page 2L46
The following itemized Engineering Services are included:
a. S.J.R.W.M.D. Grant exhibits and technical review of application.
b. Topographic Survey
• Perform and assemble topographic survey data for use in construction plans.
C. Schedule and coordinate soil borings at the lake site.
Review soils for use as a mining operation.
d. Environmental report and permitting
• Finalize on 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)
• U.S.A.C.O.E.
f. Engineering final design and specifications
• Prepare plans and specifications for structures, piping, excavation, and swales
as required for items listed in Section I. Plans will include an overall drawing
(1" = 200 ft) and lake improvement drawings (1" = 50 ft). This also includes
environmental consultant for incidental wetland impacts.
g. 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 SJRWMD staff.
• Program meeting to outline survey work and scope as defined.
• Preparation and/or review of Grant exhibits prior to submittal to SJRWMD.
s 60% drawings and specifications, (survey information and preliminary design)
• 90% construction plans and specifications, (permit plans)
• 100% construction plans and specifications, (construction plans)
County will supply their STANDARD BID documents.
h. The following items are specifically excluded from this work order and will be
provided on an hourly rate basis as needed by the County.
I. Follow through after we submit final plans and specs to the County, i.e.
contract bidding, administration and/or inspection service.
2. Additional engineering to resolve utility conflicts.
JACYttiVNGWROJVRCS1,,nv1% Wlgmth%vovcWo dar.MKC-%'ORKOKtk k NO 9=rASK1 dn- P4 -c t of
CU
40
C
SECTION IV - TIME FOR COMPLETION
A. After receipt of written authorization to proceed, CAI will proceed with the work based on the
following schedule:
• Submit 60% plans and specifications
75 days
• County Review
- 15 days
• Submit 90% plans
- 30 days
• County and SJRWMD and USACOE Review
- 60 days
• Submit 100% plans
- 30 days
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 3, identified in Section III of this work order with
a maximum charge under this
work order of $33,180.00. The attached Exhibit A indicates the itemized
man-hour changes. The fee is
summarized as follows:
A. SJRWMD Grant, Exhibits and Technical Assistance
$ 1,510
B. Boundary and Topographic Survey of Project Work Areas
$ 7,360
C. Schedule and Coordinate Soil Borings and
Evaluate Borings
$ 270
D. Environmental Report and Permitting
$ 3,470
includes G.K. Environmental, Inc.
E. Permit Plans and Calculations
$11,290
F. Engineering - Final Design, Construction Plans,
$ 8,060
Specifications, Summary of Quantities
G. Review Meetings with County and SJRWMD- 6 Required
1,220
Total
$33,180
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
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:
1.1C1''w a tiGPk01'.INCS urn,atrAiSmtltopro'rsUttvuL�uut I1tC-W(.)RiCt)RUi1t !v() 8-TASKA 4�' 1-'w 4 ut6
D
L
ENGINEER I (Principal) ........................................
$ 125.00/hr
ENGINEER II (Registered) .............................................
$ 90.00/hr
ENGINEERIII...........................................................
$ 65.00/hr
ENGINEER TECHNICIAN ............................................
$ 50.00/hr
1 SURVEYOR I (Principal) .............................................
$ 115.00/hr
SURVEYOR II (Registered) ..........................................
$ 85.00/hr
SURVEYOR III (Registered) ..........................................
$ 75.00/hr
SURVEY CREW (3 -MAN) ............................................
$ 95.00/hr
CADD TECHNICIAN ..................................................
$ 50.00/hr
SECRETARY/WORD PROCESSOR ................................
$ 35.00/hr
INSPECTOR.............................................................
$ 40.00/hr
RECORDING AND PERMIT FEES .................................
Cost
MATERIALS............................................................
Cost
TRAVEL.................................................................
$ 0.29/Mile or Cost
SUB -CONSULTANTS ................................................
Cost
REIMBURSABLE EXPENSES:
Long Distance Calls
Federal express, etc ..........................................
Cost
Blueprints......................................................
$ 0.25/sf
Mylars..........................................................
$ 1.75/sf
Photocopy......................................................
$ .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.
Tice 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.
J.`L't'%kNGPR0J\tKCSt8-1'ASK, by PW50(6
The ten percent (10%) retainage withheld with respect to the Task 03 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
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 17th day of
October 2000.
CARTER ASSOCIATES, INC.
1708 2151 STREET
VERO �tC , FL IDA 32960
BY:�`
Dean Luet je, t' P t Lnt
Attest:«
L'
INDIAN RIVER COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
C� .
BY-' 'S CV�� CtMc/>
(iF= B Adams, Chair an
Atte, . GG��GGC.�
PATRICIA M. RIDGEI.Y
I Indian River Countyl Approved I Date I
Budget t— 1A—N— 11fiff7W I
Leggy
Risk Management
Public Works /o .S a2J
1NON-I'ASKi4w Hankh"t6
EXHIBIT A
ITEMIZED MAN-HOUR ESTIMATE
TASK 3, ROSELAND
STORMWATER IMPROVEMENTS, PHASE I
WORK ORDER NO.8
September 27, 2000
A.
SJRWMD Grant
Engineer II 16 hrs. x $ 90 =
$ 1,440.00
Word Processor 2 hrs. x $ 35 —
70.00
$ 1,510.00
B.
Topographic Survey of Project Work Areas
Surveyor II 8 hrs. x $ 85 =
$ 680.00
Surveyor III 8 hrs. x $ 75 =
$ 600.00
Crew (3 -man) 64 hrs. x $ 95 =
6,080.00
$ 7,360.00
C.
Schedule, Coordinate and Evaluate Soil Borings
Engineer II 3 hrs. x $ 90 =
$ 270.00
D.
Environmental Report and Permitting
Engineer I 2 hrs. x $125 =
$ 250.00
Engineer II 8 hrs. x $ 90 =
$ 720.00
G.K. Environmental, Inc. (see proposal =
2,500.0
dated 5/11/00)
$ 3,470.00
E.
Permit Plans, Calculations, Reports and Applications
Engineer I 2 hrs. x $125 =
$ 250.00
Engineer II 90 hrs. x $ 90 =
$ 8,100.00
Cad Technician 56 hrs. x $ 50 =
$ 2,800.00
Word Processor 4 hrs. x $ 35 =
$140.00
$11,290.00
F.
Prepare Construction Plans, Specifications and Summary of Quantities
Engineer I 2 hrs. x $125 =
$ 250.00
Engineer II 24 hrs. x $ 90 =
$ 2,160.00
Engineer III 16 hrs. x $ 65 =
$ 1,040.00
Cad Technician 88 hrs. x $ 50 =
$ 4,400.00
Word Processor 6 hrs. x $ 35 =
$ 210.00
$ 8,060.00
1:�1'\1E:N(�tROl1dRt'Str>rmatr4lgrs+tlrtFao elko�eta+wil XTTTBI'T'A'-itrmitrdStan - Hour =ra,k3- oc Pige 1
40
40
40
G. Review Meetings with County (3 Meetings)
Engineer I 4 hrs. x $125 = $ 500.00
Engineer II 8 hrs. x $ 90 = 720.00
$ 1,220.00
TOTAL = 33.180.0
:\CYN'ENGPROJ4R('Stx+rm%ITNIgnwtlm oveaoanlarxllEKNIBITA'-ltr,iiited ,,,l:Ln-Nc�ur=r.t:ki.d,a Parc