Loading...
HomeMy WebLinkAbout2003-199A2 7/31 /03PWDjwd4Wd T — 3 INDIAN RIVER COUNTY 0 y fl, / 1 r-� PUBLIC WORKS DEPARTMENT PROJECT #0222 NEW ROADWAY PLANNING PROJECT WORK ORDER No . 1 TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN CARTER ASSOC ., INC . , AND INDIAN RIVER COUNTY, FLORIDA DATED August 12 , 2003 Pursuant to the Professional Engineering Services Agreement - Indian River County, NEW ROADWAY PLANNING PROJECT (MASTER AGREEMENT) dated 08 - 12 - 03 , 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 . 1 is an extension of and hereby becomes a part of the MASTER AGREEMENT as follows : SECTION I - PROJECT LIMITS AND DESCRIPTION This Work Order is for development of a New Roadway Planning Study for the unincorporated Indian River County area where new residential development is occurring . The ENGINEER' S work will include but may not be limited to, engineering design and calculations , preparation of existing condition road attribute survey and spread sheet, preliminary technical specifications , Engineer' s Opinion of Probable Construction Cost, and permit requirement determination for St. Johns River Water Management District and FS 298 Drainage Districts . A more detailed scope is provided in Section III. The Engineer will work with and complement the Public Works Dept. staff. SECTION II - COUNTY OBLIGATIONS The COUNTY will review and comment on the ENGINEER ' S work in a timely fashion. The County obligations are listed in the MASTER AGREEMENT . SECTION III — SCOPE OF SERVICES PROVIDED BY THE ENGINEER A. The ENGINEER shall provide the following services so that the Work described in Section I — "Project Limits and Description," which includes a planning document (report) can be prepared for consideration by the Indian River County Board of County Commissioners . F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 1 PROJECT Task 1 -Inventory and ExistinL Condition Survey The ENGINEER will assist County Public Works Dept. staff to prepare an inventory and condition survey of needed roads in developing areas of unincorporated Indian River County, which are not currently being maintained by the County Road and Bridge Division. These needed roads shall be primarily in residential areas to support emergency access and provide safe ingress/egress within adequate present or future right-of way. In preparing the survey, the following attributes will be reported : 1 -Current road width, condition, and type (paved, stabilized, etc . ) . 2 -Present Right-of way width, ownership, and availability 3 -Drainage facility type, adequacy, and availability 4-Number of residences served 5 -Proximity to County Grader Route The COUNTY, assisted by ENGINEER, summarizing the Task 1 effort, will prepare an existing condition road matrix spreadsheet. Two workshop meetings with the Indian River County Representatives are included Task 2-Alternative Road Improvement Prorrams and Cost After completion of Task 1 above, the County Staff and ENGINEER shall prepare alternative road improvement cross-sections and cost per lineal foot estimates for each alternative . Consideration shall be given to drainage needs . Design shall conform to the Florida Dept. of Transportation Manual of Uniform Minimum Standards for the Design, Construction, and Maintenance of Streets and Highways-2002 Edition (FDOT Green Book) . Right-of way needs shall be determined . Alternative designs will be evaluated and rated on a scale of 1 - 10 based upon local conditions . Two workshop meetings with the Indian River County representatives are included. Task 3 -FundinLy Alternatives Funding alternatives shall be identified including special assessments on a front footage and square footage benefited area method, municipal service benefit unit (MSBU) , gas tax , and other methods as appropriate . Funding alternatives shall be applied to the top three road improvement alternatives . Two workshop meetings with the Indian River County Representatives are included. Task 4-Implementation An implementation program shall be recommended based upon the most cost effective alternative selected. Right-of-way acquisition shall be donated or funding for right-of-way will be included in the recommended alternative . Two workshop meetings with the Indian River County Representatives are included. F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 2 PROJECT • 8/6/03PWDjwd/wdb Be ENGINEER' S WORK PRODUCT The ENGINEER ' S work product must meet or exceed the following minimum standards , or else the COUNTY will not approve the ENGINEER ' s Request for Payment : 1 . Drawing Requirements a. Minimum drafting standards for the Drawings are : ( 1 ) Prepare all Drawings using AutoCAD release 14 or later. (2) Drawing Scale — Unless otherwise approved in writing by the COUNTY, the horizontal scale shall be 1 "=20 ' or larger (e . g. 1 "= 10 ' , 1 "=5 ' , 1 "=29 , etc . ) and the vertical scale shall be 1 " = 2 ' . Use matchlines as appropriate. Drawings showing the overall project for general information purposes only, may be drawn to a scale smaller than 1 "=20 ' . (3 ) Text Size - No text shall be smaller than 1 /8 -inch high . (4) Drawing Sheet Size - Drawing sheet size shall be 11 %2 x 17 inches . (5 ) Screening — Screen existing mapping features to 60 percent . (6) Existing Utilities (a) Existing utilities with diameters less than 12 -inches : Single line symbol . (If there are potential conflicts , draw existing utility lines to actual scale. ) (b) Existing utilities with diameter 12 -inches and larger: Double line symbol . (If there are potential conflicts, draw existing utility lines to actual scale . ) (c) Call out each existing utility in the following order: 1 . Type of utility ("high pressure gas main, " high voltage electric lines," "water," "sewer, " etc . ) 2 . Diameter 3 . Type of material 4. Number of pipes/conduits , as applicable . (d) All existing utilities shall have the system-abbreviated text written into the line . (e . g. ------FM- ----- for a force main . ) b . After the COUNTY has approved the ENGINEER ' S final C Drawings , provide the COUNTY with one reproducible Drawing set , and one electronic copy of the drawings in AutoCad format on 3 . 5 -inch disks . 2 . Planning Document a. All documents shall meet the following minimum criteria : ( 1 ) Microsoft Word Format (2) Arial font, size 12 (3 ) full justification. b . Revise documents as requested by the COUNTY. After the COUNTY has approved the document, provide the COUNTY with one hard copy and with one electronic copy on 3 . 5 -inch disks . 3 . Engineer' s Opinion of Probable Construction Cost — For each alternative, work with County Staff to prepare and submit an Engineer' s Opinion of Construction Cost. Provide the COUNTY with one signed and sealed hardcopy, F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 3 PROJECT 8/6/03PWDjwd/wdb and one electronic copy on a 3 . 5 -inch disk. The Engineer' s Opinion of Final Construction Cost shall be in the following format : a. Microsoft Excel b . Arial font, size 12 C , Tabulation format : ITEM No . DESCRIPTION QUANTITY UNIT UNIT TOTAL ]—1 PRICE AMOUNT 5 . Permits - List all required permits needed for each alternative . SECTION IV = TIME FOR COMPLETION After the COUNTY issues a written authorization to proceed, ninety (90) calendar days shall be allowed for delivery of the completed work product to the COUNTY. SECTION V - COMPENSATION The COUNTY agrees to pay, and the ENGINEER agrees to accept, a fee for services rendered according to the "Scope of Services Provided by the ENGINEER," identified in Section III of this WORK ORDER, with a maximum charge under this WORK ORDER of $ 22 , 890 . This maximum fee is itemized as follows : TABLE V- 1 — MAXIMUM COMPENSATION SCHEDULE Task Description ENGINEER' S Compensation 1 Inventory and Existing Conditions Survey of Approximately 40 $ 115730 Road Segments 2 Alternate Road Improvement Programs and Cost $ 59550 3 Funding Alternatives $ 3 ,200 4 Implementation $ 2 ,410 TOTAL MAXIMUM COMPENSATION $ 22 ,890 SECTION VI - ADDITIONAL SERVICE WORK Additional service work shall be in accordance with the MASTER AGREEMENT . Additional service work performed on a time and material basis shall not exceed the unit values listed in the following schedule. Lump sum fees for additional service work shall be negotiated . F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 4 PROJECT 8/6/03PWDjwd/wdb TABLE VI- 1 — MAXIMUM UNIT PRICES FOR ADDITIONAL SERVICE WORK PERFORMED ON A TIME AND MATERIAL BASIS ENGINEERI . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 135 . 00/hr ENGINEERII . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 100 . 00/hr ENGINEERIII . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 75 . 00/hr ENGINEER TECHNICIAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 60 . 00/hr SURVEYOR I (Principal) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 125 . 00/hr SURVEYOR II (Registered) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 95 . 00/hr SURVEYOR III Registered) , , , , , , * * * , * * " , 0000 00 69 0000690 , 11000 * 11 total ' 66 * 800 * 8 ' 006 * 000 11 85 . 00/hr SURVEY CREW (4-MEN) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 115 . 00/hr SURVEY CREW(3 —MEN) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 98 . 00/hr SURVEY CREW (2-MEN) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 85 . 00/hr GPS RTK SURVEY CREW (3 -MEN/3 UNITS) " " , " " " , , , , , , . . . 006 . . . . . . . . . . . . . $ 145 . 00/hr GPS RTK SURVEY CREW (3 -MEN/2 UNITS) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 130 . 00/hr GPS RTK SURVEY CREW (2 -MEN/2 UNITS ) . , , . . . , , , * * , 61 19 . $ 115 . 00/hr CADDTECHNICIAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 53 . 00/hr SECRETARY/WORD PROCESSOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 35 . 00/hr INSPECTOR, a , 0 0 a . . . a . . . . . . , $ 420/hr RECORDING AND PERMIT FEES . . at If go , , * * 09006 , at ' , Cost + 10% cost MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cost TRAVEL . . . . . . . . . . . . . . . . . . 0011 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0600 . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 0 . 29/mile SUB -CONSULTANTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cost + 10% REIMBURSABLE EXPENSES : Postage, Long Distance Calls , Federal Express , etc , . . . . . 0 . . . Cost Blueprints . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ . 25 safe Mylars . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 1 . 75 safe Photocopy (8 . 5 " x 11 " ) . . . . . . . . . . . . . . . . . . 06 . 00 . 6 . . 60 . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 0 . 15/ea. Photocopy (8 . 5 " x14 ") . 19611 . 0 . 61110 . 001904100 . 0110 . . . . . . . . . . . . . . . . . . . . . . . . . . 00 . . . . . . . . . . . . . . . . . . . . . $ 0 . 25/ea Photocopy ( 11 " x 17) . . . ' a * Ile 00 # 6 a 66110 * 61lo * 6 * 119 fee l000lle 00 0110 * 1 , 1 * & 1 1 * * # * , , . $ 0 . 3 5/ea. CourtTestimony . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $250/hr. These fees shall be renegotiated on an annual basis F:\Public WorkACapital Projects\0222 ROADWAY PLANNING\Work Order.doc 5 PROJECT r v i 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 . The ENGINEER shall use the form provided in "Attachment A," herein. The ENGINEER shall submit invoices 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. For lump sum line items, the amount 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. For time and material line items , the amount submitted shall be based on the actual hours worked and expenses incurred for the billing period . The amount of the partial payment due the ENGINEER for the work performed to date under these phases shall be an amount calculated in accordance with the previous paragraph, less ten percent ( 10%) of the invoice amount thus determined, which shall be withheld by the COUNTY as retainage, and less previous payments . Per F . S . 218 . 74(2) , the COUNTY will pay approved invoices on or before the forty- fifth day after the COUNTY receives the ENGINEER ' s invoice . Per F . S . 218 . 74(2) , the ten percent ( 10%) retainage withheld shall be paid in full to the ENGINEER by the COUNTY, on or before the forty-fifth day after the date of final acceptance of the Work by the Public Works Director. The Agreement is broken into deliverable units . No payment shall be made unless the Public Works Director has received and approved the work products required under the "Scope of Services Provided by the ENGINEER, " herein. SECTION VIII - VENUE Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. SECTION IX - 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. The laws of the State of Florida shall govern this Contract, regardless of where executed. F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 6 PROJECT IN WITNESS WHEREOF the parties hereto have executed these presents this day of Alldiist 1 , 2003 . CARTER ASSOCIATES , INC . INDIAN RIVER COUNTY, FLORIDA 170821 IT STREET BOARD OF COUNTY COMMISSIONERS VERO BEACH, FLORIDA 32960 BY : ft V � i � • BY . Dean F . Luethje , Ice Presl ent enneth Macht, Chairman Witness Approved by BCC : August 12 2003 �� Attest : Witness Jeffery K. Barton, Clerk of Circuit Court By: Deputy Clerk County Atto ey ames E . Chand er, County Administrator Indian River County Approved Date Administration G [Bu,, dget gal j k Management blic Works F:\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 7 PROJECT r r 1 ATTACHMENT A CONSULTANT ' S APPLICATION FOR PAYMENT NO. for To : INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT Contract for WORK ORDER NO. _ TO THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT — INDIAN RIVER COUNTY — INDIAN RIVER COUNTY PROJECT No . For Work accomplished through the date of Percent Percent Gross Contract Contract Complete Complete Amount Due Task Amount From This Pay This Pay (2) Previous Pay Request Request Requests (3) (2)x(3) Task 1 Task 2 Task 3 Task 4 Task 5 Reimbursable Ex enses 1 !!TOTAL GROSS CONTRACT AMOUNT DUE THIS PAY REQUEST AMOUNT OF RETAINAGE ( 10% of Total Gross Contract Amount Due This Pay Request) ( ) CONTRACT AMOUNT EARNED TO DATE (Total Gross Contract Amount Due This Pay Request minus Amount of Retainage) TOTAL AMOUNT PAID TO ENGINEER PRIOR TO THIS PAY REQUEST ( ) AMOUNT DUE THIS PAY REQUEST (Contract Amount Earned To-Date minus Total Amount Paid To Engineer Prior To This Pay Request) ( 1 ) Attach copies of all invoices for Reimbursable Expenses R\Public Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 8 PROJECT r c ENGINEER' S CERTIFICATION : THE UNDERSIGNED ENGINEER ' S REPRESENTATIVE CERTIFIES that I have checked and verified the above Application for Payment No . and that to the best of my knowledge and belief, it is a true and correct statement of work performed and/or material supplied by the ENGINEER; that all work and/or materials included in the Application for Payment have been inspected by me and/or by my duly authorized representative or assistants ; that it has been performed and/or supplied in full accordance with the requirements of the referenced Contract and with sound engineering practice and judgment; and that the payment amount claimed and requested by the ENGINEER is correctly computed on the basis of work performed and/or materials supplied to date . THE UNDERSIGNED ENGINEER ' S REPRESENTATIVE ALSO CERTIFIES that all previous progress payments received from the COUNTY on account of Work done under the Contract referred to above have been applied on account to discharge ENGINEER ' s legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; and if this is a Final Pay Request, I further certify that all persons doing work upon or furnishing materials or supplies for this project under this foregoing Contract have been paid in full . Dated ENGINEER: CARTER ASSOCIATES , INC . 1708 21st Street Vero Beach, Florida 32960 (561 ) 562 -4191 ENGINEER ' S REPRESENTATIVE : Name and Title : State of Florida. County of Indian River. Subscribed and sworn to before me this day of 200 Notary Public My Commission expires : FAPublic Works\Capital Projects\0222 ROADWAY PLANNING\Work Order.doc 9 PROJECT