HomeMy WebLinkAbout2025-166IRC -2508
20th Avenue Sidewalk (8th Street - 12th Street)
ENGINEERING SERVICES WORK ORDER 02
This Work Order Number 02 is entered into as of this 19 day of August , 202
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
CARTER ASSOCIATES, 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.
CONSUL ANT: CARTTE,R� ASSOCIATES, INC.
Name: 1JA01 c k L J4 /447 CA
Title: Vice AResr—et9 7'—
BOARD OF COUNTY COMMISSONERS OF
INDIAN RIVER COU TY: ,'���jV cohrM�ss`•
seph . Flescher, Chairman ° Y ,:
BCC Appr al D t -August 19 �rtmoo:
. CQU(1T l.��e'�•
By.
A. TitVanich, Jr., County Administrator
Approved as to Form and Legal Sufficiency:
I
By: J&jMd4v r • U
nnifer . Shuler, County Attorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest: \,Dt - • A
Deputy Clerk
(SEAL)
a� �A �omP�nr
July 2, 2025
Addie Javed, PhD, PE, CFM
Public Works Director
Indian River County Engineering Division
180127 1h Street
Vero Beach, Florida 32960
Re: IRC -Project No. 2508 - 2011 Avenue Sidewalk (81h Street to 12th Street)
Engineering Services Agreement
Dear Mr. Javed:
It is our pleasure to present for your acceptance, this proposed Agreement for engineering services
for the above referenced project. The project includes analyzing and designing improvements to
accommodate new sidewalk along approximately 0.5 miles of 20 Avenue between 8th Street and
12th Street. The project design process will include a full survey of the project area. The following
describes our proposed scope of work and terms of agreement between Indian River County
(COUNTY) and Carter Associates, Inc. (CAI):
SCOPE OF SERVICES:
PHASE 1— Initial 30%
Following issuance of a Notice to Proceed (NTP), CAI will coordinate a kick-off meeting with
COUNTY staff to discuss specific issues relative to the project and to establish procedure and
protocol.
A. SurveyinIZ Services:
The project Limits consist of 20th Avenue right-of-way between 8th Street and 12th Street
plus the intersections of 20th Avenue with 8th Street and 12th Street.
Survey tasks:
Research:
Right of way information.
Deeds of adjacent parcels. Approximately 55+ parcels, the majority unplatted.
Record survey information.
1708 21st Street, Vero Beach, Florida 32960 • t 772.562.4191 • carterassoc.com
Page 1 of 7
• Recorded and unrecorded plats.
• Local benchmarks.
• County provided survey information.
• Prepare field crew file, worksheets, and maps for survey observations.
Field survey crew tasks:
• Review survey objective and scope of project with the field crew.
• Establish maintenance of traffic (MOT) daily for work performed in right of way.
• Establish horizontal site control for route survey and boundary reconnaissance.
• Establish vertical site control for site specific topographic survey utilizing differential
leveling fiom published benchmarks.
• Reconnoiter monumentation from deeds, record survey information, and plats
adjacent to the project.
• Locate trees and vegetation within right of way and those within 15 feet outside the
right of way.
• Perform detailed cross sections of IRFWCD canals, roadway, and sidewalks for
surface creation.
• Observe all visible above ground improvements within right of way and within 15
feet outside right of way (e.g. culverts, driveways, mailboxes, water meters, valves,
back flow preventers, fences, etc.)
• Differential leveling to critical drainage structures and culverts.
Field tasks NOT included in this proposal:
• Subsurface Utility Engineering (S.U.E.) and survey observations of S.U.E. markings.
• Aerial mapping and establishment of aerial ground control points.
• LiDAR topographic survey services.
• Construction staking
• As -built survey observations
Office tasks:
• Calculation and boundary determination of right of way per record information.
• Prepare survey base map of route right of way based on record and observed
information.
• Prepare 24"x 36" control sheets of the route with 100 -foot stationing for engineering
design plans at 1 "=20' (approximately 7 sheets)
• Generate Triangulated Irregular Network (T.I.N.) surface from survey observations
and break lines. Provide to project engineer for design drawings.
• Input as -built utilities from county provided GIS information.
• Prepare plan sheets of the topographic survey of the project site with improvements,
spot grades and contours. Plan sheets only at 1'= 20' on 24"x 36" (approximately 7
sheets)
Page 2 of 7
B. Drainage Study
• Develop a drainage basin map for the project area based on available information
including but not limited to plats, survey, COUNTY provided lidar, IRFWCD
drainage study, and field observations.
• Conduct site visits to research and observe drainage patterns and drainage obstacles.
• Identify what drainage improvements will be needed to prevent historic flows from
being blocked by proposed improvements.
• Evaluate drainage improvement considerations for the sidewalk location options
including but not limited to restoration of existing swales and installation of
additional piping.
• Provide drainage calculations for stormwater conveyance within the limits of the
project.
C. Conceptual Design (30%):
Meet with and coordinate with COUNTY staff throughout the conceptual design
process with occasional progress meetings.
Conduct site visits to observe existing conditions and identify obstacles.
Develop conceptual plans for replacement sidewalk along west side of 20th Avenue
and new sidewalk along east side of 20th Avenue. Design will follow the latest FDOT
Greenbook standards. Concept plans to include site plan, typical section, preliminary
grading and drainage and identify potential utility conflicts. The west side sidewalk
will connect to existing sidewalk approximately 400' north of 8th Street. The west
side crosswalk at 12d' Street will most likely be relocated. The east side sidewalk will
either be located at the R -O -W line or adjacent to a curb. A new east side crosswalk
and pedestrian signal will be required at 12th Street.
Verify permitting requirements.
Provide 30% submittal to COUNTY.
PHASE 2 — Progress 60,90, 100%
A. Design Development
Progress 60%
• Meet with and coordinate with COUNTY staff throughout the design development
process with occasional progress meetings.
• Address COUNTY 30% comments.
• Review as -built utilities from COUNTY provided GIS information and provide utility
coordination.
• Identify conflicts and develop options to resolve conflicts.
• Determine if a IRFWCD culvert extension is needed at 12th Street for relocated west
side crosswalk.
Page 3 of 7
• For new crosswalk, design pedestrian signal equipment, conduit runs, pullboxes and
connection to the existing signal controller. Intersection isolated timings will be
reviewed and updated as needed (yellow, all -red and ped timings). Coordination
meetings with COUNTY and one field review. (by LJA Orlando office).
• 201h Avenue / 12th Street intersection lighting: Coordination with COUNTY and the
power company regarding existing lighting, utility lighting options, analysis of the
existing lighting at the intersection, development of lighting improvements that will
meet FDOT FDM lighting criteria, development of a simple lighting report to
document that criteria is met, and development of plans for lighting installation
(potentially all power company lighting). (by LJA Orlando office).
• Update drainage calculations and plans accordingly.
• Provide 60% submittal to COUNTY.
Constructability 90%
• Address COUNTY 60% comments.
• Prepare final full set of plans.
• Finalize drainage calculations.
• Provide quantity take -off and engineer's estimate of probable construction cost.
• Provide 90% submittal to COUNTY.
Final 100%
• Address COUNTY 90% comments.
• Submit final 100% plans, quantities and engineer's estimate to COUNTY.
B. Permitting
• Prepare and submit IRFWCD permit application (w/ 60 % plans). COUNTY to
provide application fees.
• . Address comments and resubmit as necessary to obtain permit.
PHASE 3 — Bidding and Construction
A. Bidding
• Provide bid quantities and civil documents to COUNTY. COUNTY will solicit bids.
• Attend pre-bid meeting. Pre-bid meeting to be scheduled and conducted by COUNTY.
• Provide clarifications upon request.
B. Construction Administration
• Attend pre -construction meeting to be scheduled and conducted by COUNTY.
• Address contractor's RAI's when applicable.
• Review and approve shop drawings.
• Provide periodic construction observations as needed for EOR certification.
COUNTY to provide inspections on regular basis.
Page 4 of 7 IT Al
• Conduct initial final inspection and prepare punch list.
• Review as -built drawings and provide comments if warranted.
• Conduct final inspection.
• Prepare and submit final certifications.
General:
CAI will invoice the COUNTY monthly for the previous month's charges. All tasks will be billed
on a percent complete basis plus expenses which will be invoiced in accordance with the attached
rate schedule. Reimbursable expenses are estimated to not exceed $1,000.00.
CAI's fees are summarized as follows:
Phase 1 - Initial 30% Services:
Surveying Services....................................................................
3,7
. 4 25 00
Drainage Study.........................................................................
4,1
. 1 20 00
Conceptual Design(30%).............................................................$32,760.00
Subtotal = $90,605.00
Phase 2 — Progress 60, 90 & 100% Services:
. 4 00 00
Design Development (60, 90 & 100%) .............................................. 4,1
Pedestrian Crosswalk Signalization ...................................................$12,6
$12,600.00
201h Avenue / 12th Street Intersection Lighting......................................$10,200.00
Permitting..............................................................................
. ... $2,250.00
Subtotal = $69,150.00
Phase 3 Bidding & Construction Services:
00
Bidding................................................................................... $2,270.00
Construction Admin..............................................................................$11,290.00
Pedestrian Crosswalk Signalization /Intersection Lighting..................................$2,000.00
Subtotal = $15,560.00
TOTAL = $175,315.00
Reimbursable Expenses = $1,000.00
Grand Total = $176,315.00
Page 5 of 7
If additional services are desired above and beyond the scope of work described herein, then fees
for additional services will be negotiated based on the attached rate schedule and shall be approved
by separate written authorization in the form of an amendment to this Agreement. CAI looks
forward to furnishing the services described herein. Our Man-hour/Fee estimate and anticipated
schedule is attached. Should you have any questions regarding our proposed scope of work or
terms of agreement, please feel free to call me at your convenience.
Sincerely,
ARTER ASS CIATES, INC.
Patrick S. Walther, P.E.
Vice President
Attachments
Cc via e-mail: Adam Heltemes
Douglas Ferrante
Page 6 of 7
CARTER ASSOCIATES, INC.
INDIAN RIVER COUNTY 2023-2026 RATE SCHEDULE
Staff TVDe: Hourly Rates
Engineer (Principal)
$195.00
Engineer I
$175.00
Engineer II
$160.00
Engineer III
$140.00
Engineer IV
$130.00
Engineer V
$115.00
Surveyor (Principal)
$185.00
Surveyor (Sr. Consultant)
$160.00
Surveyor I
$160.00
Surveyor II
$140.00
Surveyor III
$125.00
CAD/GIS Tech 1
$130.00
CAD/GIS Tech II
$125.00
CAD/GIS Tech 11I
$120.00
CAD/GIS Tech IV
$110.00
CAD/GIS Tech V
$100.00
Administrative Staff
$ 75.00
Expert Witness
$350.00
4 Man Survey Crew
$200.00
3 -Man Survey Crew
$175.00
2 -Man Survey Crew
$150.00
1 -Man Survey Crew
$120.00
Inspector
$ 90.00
It Systems Administrator
$100.00
SPECIALIZED EQUIPMENT:
Leica HD P40 Scanner
$175.00/Hour
Aluminum Boat
$500.00/Day
All -Terrain Vehicle (ATV)/Trailer
$250.00/Day
$1,000.00/Week
REIMBURSABLE EXPENSES:
Postage, Express Mail, etc.
Cost
BlueprintsBlackline (24" x 36")
$2.20/Each
Color Prints (24"x36)
$5.50/Each
Mileage
IRS Standard Rate
Mylar
$7.00/Each
Photocopies:
8.5" x 11"
16¢/Each
8.5" x 14"
27¢/Each
I I" x 17"
38¢/Each
Concrete Monuments
$20.00/Each
Rebar
$ 2.50/Each
Laths
$ 0.75/Each
Hubs
$ 1.00/Each
Sub -Consultants
Cost + 10%
Note: These hourly billing rates will remain effective up to (1) one year from contract date.
Page 7 of 7
«IA--
20th Avenue Sidewalk 8th Street to 12th Street - IRC Project No. 2508
n u
Carter Associates, Inc. Fee Estimate 06/06/2025
$195.00
$175.00
$115.00
$120,00
$IRi.00
$140.00
$175.00 $125.00
Eng Principal
Eng.1
Fag V
Eng CAD •tech III
Sin Principal
Surveyor 11
3-Man Sur crew Sur GIS Tech II
'Sub-Consultant
Subtotal
Phase 1
A. Survey
Field Work
131
522.925.00
Office Work
22
32
98
$20.300.00
B. Drainage Study
8
40
40
8
$14,120.00
C.Conceptual Desi 30%)
48
40
30
(ill
$32,760.00
Phase 2
A. Design Development 60, 90 & 100%)
40
60
120
100
$44,100.00
Pedestrian CrosswalkSignalization
S12 00.00
SI^_,600.00
20th Avenue/12th Street Intersection Lighting
$IO 00.00
$10.200.00
B. Permitting
2
8
4
S'' 2)50.00
Phase 3
A. BiddinF
2
8
4
$2.270.00
B. Construction Admin
20
10
24
24
$11.290.00
Pedestrian Crosswalk Signalization /Intersection Lighting
$2,000.00
S2 0110.00
Total Manhours
98
148
244
168
22
32
131 98
Total Fee Estimate
Tubd
$175,315.00
Reimbursable
$1,000.00
GRAND TOTAL
$176,315.00
*Note; eeoestnan crosswatK sipalizatton ano Intersection ligllnng will be Ilanoleo by our LJA oince In UrlanoD.
PROJECTED SCHEDULE FOR ENGINEERING DESIGN SERVICES:
PROJECT SCHEDULE FOR ENGINEERING SERVICES:
(COMMENCEMENT UPON RECEIPT OF NOTICE TO PROCEED)
MAJORTASKS
PHASE
Survey held work
Survey drawing preparation
Drainage Study
Conceptual plans prep (30%)
30% Plans Review by County
HASE2
60% DESIGN DEVELOPMENT
Address 30% review comments
Prepare 60% design development plans
60% Plans Review by County
Permitting
90% DESIGN DEVELOPMENT
Address 60% review comments
Prepare 90% design development plans
Prepare 90% Construction cost estimate
90% Plans Review by County
100% DESIGN DEVELOPMENT
Address 90% review comments
Prepare 100% construction plans
Praparel00% Construction cost estimate
PHASE 3
Bidding
Construction
WEMS
1 3 3 4 1111 9 10 11 12 10 14 X5 16 17 18 19 20 71 22 23 24 15 26 27 28 29 20 21 22 23 24 25 36 37 38 39 !0 �1 42 43 u 45 6 !7 48 49 50 57 52
il
continues..,