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