HomeMy WebLinkAbout2025-038IRC -1818 & IRC -1818A
43rd Ave Bike & Pedestrian Improvements (12th St - 16th St)
43rd Ave (14th Lane and 15th Place Resurfacing)
ENGINEERING SERVICES WORK ORDER 01
This Work Order Number 01 is entered into as of this 11thday of FeE,ay 2025
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("Agreement"), by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and
CONSOR NORTH AMERICA, INC. ("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 of the Agreement (Rate Schedule) for RFQ
2023015, 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: CONSOR NORTH AMERICA, INC.
By.
Name: David Bowden
Title: EVP, East Region Director
BOARD OF COUNTY COMMISSONERR:l .�� `�M Ssi�n✓ `
INDIAN RIVER COUNTY: r F�
By:
J eph . Flescher, Chairman;
:.05'.., r. �;: -�t .••oma;.
_�%• '?lktS.�' ".ice%�
By:
Approval Date: Fekxuary 11, 2025-:""? coui�l '
n A. TI'tkanich, Jr., County Administrator
Approved as to Form and Legal Sufficiency:
By: YY
nifer . Shuler, County Attorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
Deputy 6rk
(SEAL)
RFQ 2023015 Continuing Engineering Consulting Services
Consor North America, inc.
consorIRC-1818 & IRC-1818A CEI Services
EXHIBIT A -SCOPE OF WORK
This scope of services describes and defines the Construction Engineering and Inspection (CEI)
services which are required for contract administration, inspection, and materials sampling and
testing for the construction projects listed below:
• IRC -1818, 43rd Avenue Pedestrian Improvements 12th Street to 18th Street project
• IRC -1818A, 14th Ln and 15th PI Resurfacing project
Serve as the Indian River County's representative on the project and faithfully represent the
County's interest in all matters, with special emphasis given to issues involving public safety,
quality, timely completion of the work, and financial responsibility. Exercise independent
profession aIjudgment in performing obligations and responsibilities under this Agreement.
Services shall complywith FDOT's and Indian River County's procedures & requirements.
The project includes all work as described in the plans. The scope of work for the CEI Services
may include, but is not limited to, the administration, monitoring, testing, inspection,
certification, and closeout of the construction project.
Services may include:
• Coordination and meetings, including pre -construction and progress meetings, with the
contractor, County, public, utility companies, landowners, and testing firms, review all
contractors change orders.
• Review contractors pay estimates, pay requests, and schedules.
• Review shop drawings.
• Review of test results.
• Preparation of project progress reports.
• Coordination of permit conditions and compliance including preparation of all required
reporting and document.
• Provide the County with copies of project records.
• Respond to requests for information by the contractor and public.
• Project Closeout and review of as-builts by others to ensure compliance with permitting
agencies.
The County reserves the right to request the professional resume of any field staff assigned to a
specific project. If the proposed field staff is not sufficiently qualified and/or persistent failures
to provided services as necessitated by the project are not addressed, the County reserves the
right to request a change in the staffing of field personnel.
1. The Engineering Team shall be FDOT pre -qualified, at a minimum in the following CEI
categories:
a. Roadway
b. Minor Bridge & Miscellaneous Structures
Page 2 of 5
2. Additional Personnel Qualifications
a. FDOT Advanced MOT
RFQ 2023015 - Continuing Engineering Consulting Services
Consor North America, Inc.
IRC -1818 & IRC -1818A CEI Services
b. CTQP Quality Control Manager -attend class and pass the examination.
c. CTQP Final Estimates: Level I
d. CTQP Final Estimates: Level II
e. CTQP Concrete Field Inspector: Level I
f. CTQP Concrete Field Inspector: Level II (Bridges)
g. CTQP Asphalt Roadway: Level I
h. CTQP Asphalt Roadway: Level II
i. CTQP Earthwork Construction Inspection: Level I
j. CTQP Earthwork Construction Inspection: Level 11
k. CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including
miscellaneous structures such as sign structures, lighting structures, and traffic signal
structu res)
I. IMSA Traffic Signal Inspector: Level I
Deliverables
The Engineer shall prepare and submit the following:
1. Construction Completion Package containing the following:
a. Dated final as -built schedule, time file and daily work reports.
b. Field survey/geotechnical verification data provided to Engineer by the contractor. Final
as -built plans provided to Engineer by the contractor.
c. Final as -built plans provided to Engineer by the contractor.
d. Documentation of progress meetings, public informational meetings, and any other
pertinent project meetings with dates and notes.
e. Documentation of all field decisions which caused any deviation from the plans and/or
specifications.
f. Signed and Sealed test results.
g. Documentation of progress payments and final payment to the contractor.
h. Copies of all RFIs and responses.
i. Copies of all executed changes to the contract.
j. Copies of the final inspection punch lists with dates of item resolution.
k. All other project records.
2. Thumb Drive containing electronic copy of all deliverables noted above in PDF format.
3. Final as -built plans in AutoCAD (2015 version or newer), PDF and hard copy formats as provided
by the contractor.
Page 3 of 5
O RFQ 2023015 -Continuing Engineering Consulting Services
Consor North America, Inc.
consIRC-1818 & IRC -1818A CEI Services
Our fee schedule is based on the attached man-hour estimate for a construction duration of 300
calendar days. For estimating purposes, we have included thirty (30) calendar days to perform
preliminary administrative services priorto the issuance of the contractor's notice to proceed for
the project and thirty (30) calendar days to demobilize after final acceptance of the Construction
contract. The actual fee will be invoiced monthly based on actual hours worked. We will use staff
only when necessary to ensure that adequate inspection levels are achieved, based on the
resources implemented by the construction contractor.
Subconsultant services for asphalt plant verification & verification laboratory testing are
included, when required by document specifications.
Asphalt Plant VT Inspector
Lab Testing
$ 5,000.00
$ 2,500.00
This Task shall commence upon Notice to Proceed by Indian River County for an estimated
services duration of 360 calendar days - 30 days pre- construction, 300 days of construction &
30 days post -construction.
Attached manhour estimate and total fee of $896,006.13
Page 4 of 5
CEI Senior Project Engineer
$ 289.78
1.20
207.60
$
60,158.33
CEI Project Administrator
$ 205.23
9.75
1686.75
$
346,171.70
CEI Contract Support Specialist
$ 140.59
5.50
951.50
$
133,771.39
CEI Senior Inspector
$ 126.79
10.00
1730.00
$
219,346.70
CEI Inspector
$ 93.25
6.50
1124.5
$
104,859.63
CEI lns ector
$ 93.25
5.00
38.45
865.00
6651.85
$
$
24,198.38
888,506.13
Asphalt Plant VT Inspector
Lab Testing
$ 5,000.00
$ 2,500.00
This Task shall commence upon Notice to Proceed by Indian River County for an estimated
services duration of 360 calendar days - 30 days pre- construction, 300 days of construction &
30 days post -construction.
Attached manhour estimate and total fee of $896,006.13
Page 4 of 5
Asphalt Plant VT Inspector $ 5,000.00
VT Lab Testing $ 2,500.00
$ 896,006.13
Page 5 of 5
1.20
207.60
5 60,158.33
CEI Senior Project Engineer Kelly Cowger, PE $ 289.78 0.10 0.10 0.10 0.10 0.10
0.10 0.10 0.10 0.10 0.10 0.10 0.10
CEI Project Administrator
Tyler Storey
$ 205.23
0.50 1.00
1.00
1.00
1.00 1.00 0.75
0.75 0.75
0.75
0.75 1 0.50 9.75
1686.75
5 346,171.70
CEI Contract Support Specialist Stacy Griffin, PE
$ 140.59
0.25 0.50
0.50
0.50
0.50 O.SO 0.50
0.50 0.50
0.50
0.50 0.25 5.50
951.50
$ 133,771.39
CEI Senior Inspector
TBD
$ 126.79
1.00
1.00
1.00
1.00 1.00 1.00
1.00 1.00
1.00
1.00
10.00
1730.00
$ 219,346.70
CEI Inspector
TBD
$ 93.25
1.00
1.00
1.00 1.00 1.00
1.00 0.50
6.50
1124.50
I
$ 104,859.63
CEI Inspector
TBD
$ 93.25
.
1.00
.0
0.50
4.10 3.60
0.85
1.50
259.50
$ 24,198.38
0.
Asphalt Plant VT Inspector $ 5,000.00
VT Lab Testing $ 2,500.00
$ 896,006.13
Page 5 of 5