Loading...
HomeMy WebLinkAbout2007-245 INTERSECTION IMPROVEMENTS AT CR-510 AND US HIGHWAY 1 AMENDMENT NO. 2 TO THE PROFESSIONAL CIVIL ENGINEERING GEOTECHNICAL ENGINEERING & LAND SURVEYING SERVICES AGREEMENT BETWEEN McMAHON ASSOCIATES, INC. & INDIAN RIVER COUNTY, FLORIDA This is an amendment to the existing Professional Civil Engineering, Geotechnical Engineering and Land Surveying Services Agreement (AGREEMENT) dated May 17, 2005, between McMahon Associates, Inc. (ENGINEER) and Indian River County (COUNTY). This amendment addresses changes in "Section I — Project Limits and Description," "Section III — Scope of Services," "Section IV — Time for Completion," "Section V — Compensation," and "Section VIII — Extra Work" of this AGREEMENT. "SECTION I - PROJECT LIMITS AND DESCRIPTION" is being modified to incorporate the following: Consultant services are required for the preparation of supplemental design survey, roadway design plans with the design of improvements within the present contract limits of the intersection of SR-5/US- I and CR-510 (Wabasso Road), in Indian River County, Florida, as amended on February 7, 2006. The roadway improvements identified by the COUNTY consist of the following: "SECTION III - SCOPE OF SERVICES" is being modified to incorporate the following: The ENGINEER agrees to perform professional roadway design and related services in connection with the project, as required and set forth in the following: B. Design Survey The ENGINEER shall provide supplemental design survey services necessary to support and facilitate contemplated design and permitting activities associated with this supplemental portion of the project. Additional subsurface utility locating is included. 1 . Establish a project wide Horizontal Control Network within the DESIGN LIMITS . a. Existing horizontal control, as established per the original agreement, dated May 17, 2005 and Amendment No. I , will be supplemented to complete the design survey effort as identified in this amendment (number 2), and as reviewed by the COUNTY, dated May 21 , 2007. 2. Establish a project wide Vertical Control Network within the DESIGN LIMITS. a. Existing vertical control, as established per the original agreement, dated May 17, 2005 and Amendment No. 1 , will be supplemented to complete the design survey effort as identified in this amendment (number 2), and as reviewed by the COUNTY, dated May 21 , 2007. 8 . The DESIGN LIMITS shall be extended to include the following. These station limits are approximate and will be used as a guide to acquire the supplemental information. • From CR-510 B/L Survey sta 315+00 (60' to 100' rt) to CR-510 B/L Survey sta 316+50 (60 ' to 100' rt). • From CR-510 B/L Survey sta 319+ 10 (60 ' to 100' rt) to CR-510 B/L Survey sta 321 +00 (60 ' to 100' rt). • From CR-510 B/L Survey sta 321 + 10 (40 ' to 100' rt) to CR-510 B/L Survey sta 325+50 (40 ' to 100' rt). • From CR-510 B/L Survey sta 327+50 (50 ' to 100' rt) to CR-510 B/L Survey sta 328+50 (50 ' to 100' rt). • East of Old Dixie Hwy, north of CR-510 between B/L Survey sta 338+00 to 339+7Q west of US- 1 between B/L Survey sta 759+20 to 763+00. • From CR-510 B/L Survey sta 338+00 (south side back of sidewalk to I00' rt) to CR- 510 B/L Survey sta 340+00 (south side back of sidewalk to 100 ' rt). • From US- I B/L Survey sta 753+20 (west side existing edge of pavement to 120' It) to US- 1 B/L Survey sta 754+30 (west side existing edge of pavement to 120 ' It). • From US- 1 B/L Survey sta 754+30 (west side back of sidewalk to 90' It) to US- 1 B/L Survey sta 758+50 (west side back of sidewalk to 90 ' It). • Additional topography to include north and east CVS building sides and adjacent parking lot. • From 58" Avenue B/L Survey sta 211 +50 to 219+00 (west side existing dtm limit to 60' It). • 58"' Avenue B/L, Survey sta 210+00 to 214+00 to 50' rt. BL Rieht-of-Way Survey The ENGINEER shall provide supplemental design survey to assist the COUNTY in determining the limits of right-of-way acquisition from individual property parcels. This task will be accomplished in the field, using the roadway plans, and then physically providing proposed right- of-way stakes, or parcel stakes along the frontage of the property. The effort for this task is based upon an approximate number of 10 parcels, at a per unit fee of $600.00. This effort/fee will be listed under the Hourly Rate Components, in "Section V — Compensation." When the fee utilized equals 75%, the ENGINEER will assess and advise the COUNTY, if the balance of the work can be accomplished with the balance of the fee. If the work 2 cannot be completed, the ENGINEER will notify the COUNTY, in writing, and make a request for a supplemental agreement. The ENGINEER shall also provide for Parcel Sketches and Legal Descriptions for properties along 58th Avenue, that are impacted by the proposed project, and which will require property acquisition. It is estimated that I I parcels are impacted. The effort for this task is based upon a per unit fee of $600.00. This effort/fee will be listed under the Hourly Rate Components, in "Section V — Compensation." When the fee utilized equals 75%, the ENGINEER will assess and advise the COUNTY, if the balance of the work can be accomplished with the balance of the fee. If the work cannot be completed, the ENGINEER will notify the COUNTY, in writing, and make a request for a supplemental agreement. D. Roadway Design Plans Replace the chart in Amendment # 1 with the chart below to account for the pre-60% project submittal: 30% Pre-60% 90% 100% Cover Sheet X X X X Typical Sections X X X X Surmriary of Quantities & General Notes X X Summary of Drainage Structures Sheets X X X Details X X Plan and Profile Sheets 40 scale) X X X X Cross-sections at 100 Foot Intervals X X X Landscape Plans X X Signage & Pavement Marking Plans ( 100 scale) X ( av mrk onl X X X Signalization Plans X X X Intersection Plan & Details X X X X Drainage Structure Sheets X X Storm water Pollution Prevention Plans SWPPP X X Computation Book X X Construction Cost Estimate and Quantities X X X X The following shall be replaced in the original agreement, date May 17, 2005 . 7. The roadway design plans will be submitted to the COUNTY for an additional level of review at pre-60% stage of design. 3 The following additional data shall be utilized for the development of the plans: 11 . The ENGINEER will modify the existing topographic base file at the intersection of US- 1 and CR-510. The base file will also be modified along US- 1 between stations 750+00 and station 772+00 to reflect work that was removed from the FDOT RRR construction project, and now made a part of this amendment (number 2). 12. The ENGINEER will modify the existing cross-sections shown in the plans, to reflect the removal of the FDOT RRR construction project. G. Signalization Plans 5 . Additional special mast arm design is required for dual mast arm with light standards attached, as per a request for the COUNTY. There will be no approach lighting on CR-510 or SR-510; however, light standards will be included on each of the four comers of the intersection and will be attached to each of the proposed four dual mast arms. This additional lighting will also be coordinated with the upgraded lighting system and design, made a part of the CR-510 project along the north and south approaches of US- 1 . This additional effort will be listed under the Hourly Rate Components in "Section V — Compensation." H . Lighting Pg lans This section in the original agreement, dated May 17, 2005, is completely replaced with the following: The ENGINEER will not prepare roadway lighting plans and calculations for the lighting of the intersection of CR-510 and US- 1 ; however, and as requested by the COUNTY, the ENGINEER will only provide lighting, as attached to the traffic signal mast arm supports at the intersection, and due to the minor widening of the US- l roadway that was not included in the FDOT RRR, the lighting design/plans will be modified for those approaches, accordingly. The design will be in accordance with standard FDOT procedures and will meet the FDOT lighting criteria found in Chapter 2 and Chapter 25 of the FDOT 2006 Plans Preparation Manual. 4 1 . Lighting Plans: Note, a lighting design was included in the original agreement; however, it was assumed that only relocations would be necessary. This supplement (number 2) addresses only the differences in the preparation of the design/plans due to the widening, and what was not included in the FDOT RRR project. The Lighting Plans will include the following: a. Key Sheet b. Summary of Pay Item for Estimates c. Tabulation of Quantities d. General Notices/Pay Item Notes e. Pole Data/Legend & Criteria f Service Point Details g. Project Layout h . Plan Sheets i. Special Details 2. Lighting Report/Voltage Drop Calculations A Lighting Report will be prepared and submitted, including voltage drop calculations showing the equation or equations used along with the number of luminaries per circuit, the length of each circuit, the size conductor or conductors used and their ohm resistance values. The voltage drop incurred on each circuit (total volts and percentage of drop) will be calculated. Load analysis calculations shall be submitted for each branch circuit breaker and main breaker. 3 . Coordination with Utilities The lighting design will be coordinated with the maintaining agency and any utility owners affected by the lighting project. K. Utility Design L Utility Subsurface Locates The ENGINEER will locate horizontally and vertically subsurface utilities, only for those utilities owned and operated by Indian River County, at conflicts with the proposed storm sewer facilities and proposed signalization mast arms. Additional design services will include the following tasks: 5 a. Perform approximately 83 subsurface utility locations using air/vacuum method at the conflicts with the proposed storm sewer facilities and proposed signalization mast arms with existing subsurface utilities owned and operated by Indian River County. b. The Utility Department of Indian River County is interested in acquiring GPS coordinates for the existing water and sanitary sewer facilities within the project limits. The facilities for which they desire GPS locates, are for water valve/box locations and sanitary manholes. It is assumed that these locates are estimated to be for 40 locations. It is further assumed that this effort could be associated with the soft dig effort. c. At times, and due to the location of the utility subsurface locates, maintenance of traffic (MOT) may be required. "SECTION IV - TIME FOR COMPLETION" is being modified to incorporate the following: The time for completion of the 90% design drawings for the scope of services detailed in this amendment (number 2) will be four (4) months from the formal execution of this amendment (number 2). The location of the drainage pond sites, may however, affect this estimated project schedule. "SECTION V — COMPENSATION" is being modified to incorporate the following: The COUNTY agrees to pay and the ENGINEER agrees to accept for services rendered pursuant to this Agreement fees in accordance with the following: A. Professional Services Fee 1 . The basic compensation mutually agreed upon by the ENGINEER and the COUNTY is as follows: Task Fee Fee Lump Sum Components Amendment 2 Total Contract Design Survey $ 40,530.00 $ 109,924.00 Roadway Design $ 29,000.00 $ 246,767.00 Signing and Pavement Marking Design $ 0.00 $ 545224.00 Traffic Signal Design $ 0.00 $ 37,825 .00 Permitting $ 0.00 $ 38,014 .00 Utility Coordination $ 0.00 $ 15,638.00 Landscape Plans $ 0.00 $ 27,850.00 Lighting Design $ 5 ,200.00 $ 17,200.00 Geotechnical Investigation $ 0.00 $ 51 , 110.00 Right of Way Maps $ 0.00 $ 84,650.00 Sub-total $ 74,730.00 $ 6835202.00 6 Hourly Rate Components Amendment 2 Total Contract 4 lane/2 lane Roadway Transition $ 0.00 $ 71500.00 Geotechnical Investigation $ 0.00 $ 225760.00 Retention Pond Design $ 0 .00 $ 525542 .00 Landscape Details/Maintenance $ 0.00 $ 6,000 .00 Utility Location Survey $ 0.00 $ 12,000 .00 Utility Soft-dig Location Survey $ 37,350.00 $ 37,350 .00(2) (drainage design) (83 @ $450) MOT for Utility Soft-dig $ 16,000.00 $ 16,000 .00 (8 set-ups @ $2,000 ea) Special Signal Pole Design $ 0.000) $ 16,000.00 Parcel Sketches & Legal Descriptions @ $375 $ 0.00 $ 38,250.00 Parcel Sketches & Legal Descriptions @ $600 $ 61600.00 $ 6,600.00 ( 11 estimated parcels) Parcel Staking ( 10 @ $600.00) $ 6,000.00 $ 61000.00 Construction Phase Assistance $ 0.00 $ 20,000.00 Sub-total $ 655950.00 $ 241 ,002.00 Grand Totals $ 1409680.00 $924,204.00 ( 1 ) The fee for the special mast arm design, with a light standard will be considered an hourly compensation, and the funds/fee provided in the original agreement will be utilized. (2) It is assumed that 40 water valve/box and manhole locations may be located by GPS coordinates within the limits of this project, and included in this cost. 7 "SECTION VIII — EXTRA WORK" is being modified to incorporate the following: In the event extra work is necessary by the ENGINEER due to a change in scope of the project, such work shall be the subject of a supplemental Work Order approved by the Board of County Commissioners. The work shall be completed in accordance with the following rate schedule : Principals $ 225 .00 Project Manager $ 170.00 Senior Engineer $ 135 .00 Engineer $ 95 .00 Senior CADD Designer $ 110.00 CADD Designer $ 80.00 Chief of Surveys $ 130.00 Party Chief $ 115 .00 Survey Technician $ 85 .00 Field Crew/Daily Cost $ 19250.00 Traffic Control/Construction Specialist $ 115 .00 Field Traffic Count Personnel $ 40 .00 8 SECTION XVII - ENTIRETY OF AGREEMENT This writing embodies the entire AGREEMENT and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties hereto. This AGREEMENT, 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 day of 12007. McMAHON ASSOCIATES, INC. INDIAN RIVER COUNTY, FLORIDA 7741 N. Military Trail, Suite 5 PALM BEACH GARDENS, FLORIDA 33410 I By: By; John S. ePalma ' Gary Wheeler , Chairman Vice Pre 'dent & Regional Manager Board of C unty Commissioners WITNESSED BY: Approved by BCC 7 — DL ' --07 Attest: Jeffrey K. Barton, Clerk of Circuit Court — By.,G County Attorney Deputy Clerk Approved as to Form and Legal Sufficiency Indian River County Ap roved Administration UAdBud4jet — Jo ph A. B rd Co . Attorney 07 unty Administrator Risk Management Department pmov,FAFD04206n\04206N01Amend 2\Submittal 060107\Submittal 071307\.SA2McM C 1- NtfA 9