HomeMy WebLinkAbout2003-038 IMPLEMENTATION OF THE
EAST INDIAN RIVER COUNTY MASTER STORMWATER
MANAGEMENT PLAN .
WORK ORDER No . 2
TO THE
PROFESSIONAL ENGINEERING SERVICES AGREEMENT
BETWEEN CARTER ASSOCIATES, INC. AND
INDIAN RIVER COUNTY, FLORIDA
FOR THE
INSTALLATION OF TILTING WEIR GATES
Pursuant to the Professional Engineering Services Agreement (MASTER AGREEMENT)
dated May 8 , 2001 , 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 . 2 is an
extension of and hereby becomes a part of the MASTER AGREEMENT as follows :
SECTION I - PROJECT LIMITS AND DESCRIPTION
In accordance with the East Indian River County Master Stormwater Management Plan ' s
(Master Plan) recommended improvements and actions , WORK ORDER NO . 2 includes the
following major components , which are discussed in more detail in SECTION III — SCOPE OF
SERVICES PROVIDED BY THE ENGINEER : Retrofit the existing spillover gate of each of the
Indian River Farms Water Control District ' s (IRFWCD) four existing radial arm control
structures with a tilting weir gate (overshoot gate) . The four existing radial arm control
structures are located in the following IRFWCD canals : ( 1 ) North Relief Canal, (2) Main Relief
Canal, (3 ) South Relief Canal, and (4) Lateral " C" Canal
SECTION II - COUNTY OBLIGATIONS
The COUNTY will coordinate with the IRFWCD and review and comment on the ENGINEER ' s
work in a timely fashion.
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, " can be permitted by applicable regulatory
agencies , properly bid by IRFWCD , and constructed by a Contractor selected by
IRFWCD :
1 . Engineering Design Services and Surveying Services
2 , Construction Drawings
F :\Public Works\KeithM\Stormwater Projects\East IRC\Contracts\Cmsultant Contract with Carter & Associates\Wcrk Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc I
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
3 . Technical Specifications
4 , Biding Documents and Construction Contract Documents
5 , Engineer' s Opinion of Construction Cost
6 , Project Meetings
7 . Pre-Bid Meeting
8 , Assistance During Bidding
9 . Bid Analysis and Recommendation of Award
10 . Construction Services and Part-time Construction Observation Services
11 , Project Close-Out Services
These services are discussed in more detail below .
B . Eneineering DesiEn Services and Surveying Services — Prepare detailed engineering
design calculations and sketches as necessary to replace the existing spillover gate at each of
the four existing radial arm water control structures , with an overshot gate . Base the designs
on an overshoot gate manufactured by Armtec , Limited (contact Mr. Frank Stang of Armtec
at 800-955 -9587) . Work closely with Armtec and provide all Structural Engineering services
required for a complete installation of an Armtec overshoot gate and appurtenances , at each
of the four locations . Such services shall include, but are not limited to structural slab
thickeners ; a concrete upstream laminar flow channel ; pier extensions (if necessary) ; a
downstream energy dissipation pool ; sill design ; vibration dampeners ; and gate base hinge
plate and side- swipe plate connections .
In conjunction with the engineering design services , provide surveying services as necessary
to accurately draw and dimension each of the four existing radial arm water control
structures . Prepare existing condition drawings for each of the four existing structures , with
plan view, section views , and details . For each of the four structures , the existing condition
drawings shall indicate existing structural components , dimensions , and location of the gate
to be replaced. In addition to using this information for the structural engineering design,
these drawings shall be included in the bid package for the use of bidders for their bid
preparation.
Establish Permanent Bench Marks (PBMs) at each of the four existing radial arm water
control structures . The Contractor will use these PBMs during construction. Show PBMs on
the Construction Drawings .
Determine if the existing concrete structures at each of the four locations require "stiffening"
in order to accommodate the new overshoot gates . Working with a geotechnical engineering
firm selected by the COUNTY, determine the types of tests , quantity, and test locations
necessary to provide the information required to make these decisions , and coordinate said
testing with the geotechnical firm. Based on this information, for each structure, recommend
whether or not additional stiffening is required . Because it will not be known if such
stiffening is required until said testing is complete, any Structural Engineering design
services required to "stiffen" the structures based upon said test results are not included in
this Scope, and shall be considered an additional service. It is estimated that additional
Structural Engineering design services , if necessary, will be in the range of $ 3 , 000 to $ 5 , 000
F:\Public Works\KeithM\stormwater ProjectsTast IRC\Contracts\Consultant Contract with Carter & Associates\Werk Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc 2
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
for all four gate locations . The cost for coordinating with the geotechnical engineering firm
and performing the necessary structural engineering analyses to determine if any or all of the
four existing concrete structures require stiffening, will be included in this Work Order.
C . Construction Drawings — Prepare the necessary construction drawings so that the
project can be properly bid and constructed by a general contractor. The Plan View Scale
shall be 1 /8th" to 3 /8th" = V -0" and the Elevation View/Section View Scale shall be
1 /8th" to 3/8th" = V -0" . No text shall be less than 1 /8 " high. After IRFWCD has
approved the ENGINEER ' s final construction drawings , provide the following :
1 . Reproducible Construction Drawings (24-inch x 36-inch vellum) — one set to
IRFWCD
2 . Electronic copy of the drawings in AutoCad format (Release 12 or later) on 3 . 5 -inch
or CD -R disks — one set to IRFWCD and one set to COUNTY .
3 . Blueprints — two sets to COUNTY , signed and sealed .
D . Technical Specifications
1 . Prepare all Technical Specifications necessary for the Contractor to properly
construct the project. The overshoot gate specifications shall be based on draft
specifications provided to the ENGINEER by David Gunter of IRFWCD and they
shall be written around an Armtec gate. The gate specifications shall accurately
describe in detail, the type of overshoot gate desired by IRFWCD and all desired
appurtenances thereto . The specifications shall state that other "equivalent" or "or-
equal" overshoot gates may be used, but any structural modifications required to the
bidding documents to accommodate the "equivalent" or "or-equal" gate , shall be
included in the bid price , and the associated construction drawings and calculations
shall be signed and sealed by a Florida registered professional engineer. On or before
the 90 percent review meeting, provide the COUNTY and IRFWCD with one
hardcopy each, of all technical specifications for review . Technical Specifications
shall meet the following minimum formatting criteria :
a. Microsoft Word Format
b . Aerial font, size 12
C * full justification.
2 . Revise the Technical Specifications as requested by IRFWCD . After IRFWCD has
approved the Technical Specifications, provide both the COUNTY and IRFWCD
with one signed and sealed hard copy of the Technical Specifications , and with one
electronic copy on 3 . 5 -inch or CD — R disks .
E . Bidding Documents and Construction Contract Documents — Using the standard
EJCDC bidding and construction contract documents as a guide, prepare bidding
documents and construction contract documents for the Work. IRFWCD will bid the
project . On or before the 90 percent review meeting, provide the COUNTY and
IRFWCD with one hardcopy each, of all bidding documents and construction contract
documents for review. Revise the documents as requested by IRFWCD . After IRFWCD
has approved the documents , provide both the COUNTY and IRFWCD with one signed
and sealed hard copy, and with one electronic copy on 3 . 5 -inch or CD — R disks .
F:\Public Works\KeithM\Stcrmwater Projects\East IRC\Contracts\Consultant Contract with Carter & Associates\Wcrk Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision.doc 3
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
F . Engineer' s Opinion of Construction Cost - On or before the forty- fifth day after this
Work Order is executed, prepare and submit an Engineer' s Opinion of Preliminary
Construction Cost to IRFWCD and the COUNTY . The COUNTY will use this
information to apply for state and federal grants for the Project .
On or before the tenth day after IRFWCD approves the ENGINEER ' s final construction
design submittal, prepare and submit an Engineer ' s Opinion of Final Construction Cost to
the MFWCD and the COUNTY . Provide both IRFWCD and the COUNTY with one signed
and sealed hardcopy.
Both opinions of construction cost shall be in the following format :
1 . Aerial font, size 12
2 . Tabulation format :
ITEM No . DESCRIPTION QUANTITY UNIT UNIT TOTAL
PRICE AMOUNT
G . Project Meetings — Attend at least four review meetings with IRFWCD and a COUNTY
representative at the MFWCD office :
1 . Meeting No . I — Coordination meeting to discuss the project to confirm the
IRFWCD ' s and COUNTY ' s requirements and objectives for the project, and to
review all available data.
2 . Meeting No . 2 — 30% Review Meeting.
3 . Meeting No . 3 — 60% Review Meeting.
4 . Meeting No . 4 — 90% Review Meeting.
H . Pre-Bid Meeting — Schedule and moderate a pre-bid meeting . Respond in writing to all
questions raised at the meeting and forward the written responses to the COUNTY,
IRFWCD , and all official project plan holders .
I . Assistance During Bidding — Provide IRFWCD with whatever bidding assistance it
requires during the project bidding process . Respond to all bidder' s questions in writing
and copy the COUNTY and IRFWCD .
J . Bid Analysis and Recommendation of Award — When bids are received, analyze each
bid for completeness , compliance with the overshoot gate specification requirements ,
mathematical errors, references , financial status, and other pertinent topics , and
recommend in writing to IRFWCD and the COUNTY, the bidder with whom IRFWCD
should enter into a construction contract .
K. Construction Services and Part-Time Construction Observation Services — During
construction, provide construction services and part-time construction observation
services . Construction services include, but are not limited, to answering the contractor ' s
questions regarding design and construction related issues , reviewing shop drawing
submittals , and reviewing and approving the contractor' s pay requests .
F :\Public Works\KeithM\Stamwater Projects\East IRC\Contracts\Consultant Contract with Carter & Associates\Work Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc 4
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
L. Proiect Close-Out Services- At the end of construction, provide project close-out services .
These services include, but are not limited to , preparation of final punchlist(s) , review and
approval of the constructed Works , review and approval of the Contractor ' s final pay request,
review and approval of project record drawings . Prepare "As-Built" drawings from
„ Contractor' s record drawings and shop drawings . Distribution of "As-Builts" shall be as
follows :
1 . Reproducible Construction Drawings (24-inch x 36 -inch vellum) — one set to
IRFWCD .
2 . Electronic copy of the drawings in AutoCad format on 3 . 5 -inch or CD -R disks — one
set to IRFWCD and one set to COUNTY .
3 . Blueprints — one set to COUNTY .
SECTION IV - TIME FOR COMPLETION
After the COUNTY issues a written authorization to proceed, ninety (90) calendar days
shall be allowed for completion of Items III. B , C , D , E, F , and G. The remainder of the Scope of
Services shall be as scheduled by IRFWCD .
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 $ 65 , 085 .
This maximum fee is itemized as follows :
TABLE V- 1 — MAXIMUM COMPENSATION SCHEDULE
Task Description ENGINEER' s
Compensation
1 Engineering Design Services and Surveying Services $ 20 , 600 . 00
2 Construction Drawings $ 11 , 850 . 00
3 Technical Specifications $ 39000 . 00
4 Bidding Documents and Construction Contract Documents $ 39930 . 00
5 Engineer' s Opinion of Construction Cost $ 1 , 570 . 00
6 Project Meetings
6 . a Meeting No . 1 — Coordination Meetin $400 . 00
6 .b Meeting No . 2 — 30% Review Meeting $ 400 . 00
6 . c Meeting No . 3 — 60% Review Meeting $ 400 . 00
6 . d Meeting No . 4 — 90% Review Meeting $400 . 00
7 Pre-Bid Meeting $ 540 . 00
8 Assistance During Bidding $ 25640 . 00
9 Bid Analysis and Recommendation of Award $ 19305 . 00
10 Construction Services and Part-Time Construction Observation
F :\Public Works\KeithM\Stcrmwater Projects\East IRC\Contracts\Cmsultant Contract with Carter & Associates\Work Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision.doc 5
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
Services $ 9 ,410 . 00
11 Project Close-Out Services $4 ,240 . 00
12 Reimbursable Expenses $4,400 . 00
TOTAL MAXIMUM COMPENSATION $659085. 00
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 .
TABLE VI- 1 — MAXIMUM UNIT PRICES FOR ADDITIONAL SERVICE WORK
PERFORMED ON A TIME AND MATERIAL BASIS
ENGINEERI . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . $ 115 . 00/hr
ENGINEER II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . $ 85 . 00/hr
ENGINEER III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 .
. . . . . . . . . . . . . . . . $ 60 . 00/hr
ENGINEER TECHNICIAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $
50 . 00/hr
SURVEYOR I (Principal) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . $ 115 . 00/hr
SURVEYOR H (Registered) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . $ 65 . 00/hr
SURVEYOR III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . $ 55 . 00/hr
SURVEY CREW (3 -MAN) . . . . . . . . a I 1 0 * a * $ 90 . 00/hr
CADD TECHNICIAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . $ 50 . 00/hr
DRAFTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . $ 45 . 00/hr
SECRETARY/WORD PROCESSOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 4 . . . 00 . . . . . . . $ 30 . 00/hr
RESIDENT PROJECT REPRESENTATIVE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 35 . 00/hr
GRAPHICS ASSISTANT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . $ 25 . 00/hr
RECORDING AND PERMIT FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cost
MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . Cost + 10%
TRAVEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
0 . . . . . . . . . . . . . . . . . . . . $ 0 . 29/Mile
SUB - CONSULTANTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . Cost
REIMBURSABLE EXPENSES .
Postage, Long Distance Calls , Federal Express ,
Handouts for Public Meetings , etc .
Blueprints . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .
. . . . . . . $ 1 . 00/sheet
Mylars . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . $4 . 00/sheet
Xerox . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . $ 0 . 15/page
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
F:\Public Works\KeithM\Stcrmwater Projects\East IRC\Contracts\Cmsuhant Contract with Carter & Associates\Work Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc 6
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
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.
Fees are payable monthly. Billings shall be payable within twenty- five days . 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
This Contract shall be governed by the laws of the State of Florida. 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 REMAINDER OF THIS PAGE HAS BEEN LEFT BLANK INTENTIONALLY]
F:\Pubbc Works\KeithM\Stcrmwater Projects\East IRC\Contracts\Consultant Contract with Carter & Associates\Wank Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc 7
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
IN WITNESS WHEREOF the parties hereto have executed these presents this 11 th
day of February , 2003 .
CARTER ASSOCIATES , INC . INDIAN RIVER COUNTY, FLORIDA
170821 IT STREET BOARD OF COUNTY COMMISSIONERS
VERO BEACH , FLORIDA 32960
Alb
Z�Jdzovo,�,l
BY :
Dean F . Luethje, Vice Pres ' ent kc th R. Macht, Chairman
Approved by BCC : 02 - 11 - 2003
Attest :
JdffAlp K. Barton, Clerk of Circuit Court
B
WDeput:
r of
ounty Attorney
aures E . Chandler, County Administrator
Indian River County Approved Date
Administration 03
Budget /
4 3
Legal
Risk Management A ^✓ 5 . p
i
Public Works
Stormwater 2 �4_�3
Management T
F:\Public Works\KeithM\Stmnwater Projects\East IRC\Ccntracts\Consultant Contract with Carter & Associates\Wank Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision.doc 8
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
j
�M
ATTACHMENT A
CONSULTANT ' S APPLICATION FOR PAYMENT NO . for
WORK ORDER NO. 2
EAST INDIANRIVER COUNTY
MASTER STORMWATER MANAGEMENT PLAN
To : INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT
Contract for WORK ORDER NO . 2 TO THE PROFESSIONAL ENGINEERING
SERVICES AGREEMENT — INDIAN RIVER COUNTY — EAST INDIAN RIVER
COUNTY MASTER STORMWATER MANAGEMENT PLAN.
INDIAN RIVER COUNTY PROJECT No . 0113
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 Request Request
Pay (3) (2)x(3 )
Requests
Task 1 — Engineering Design Services $ 20 , 600 . 00
and Surveying Services
Task 2 — Construction Drawings $ 11 , 850 . 00
Task 3 - Technical Specifications $ 39000 . 00
Task 4 — Bidding Documents and $ 35930 . 00
Construction Contract Documents
Task 5 — Engineer ' s Opinion of $ 15570 . 00
Construction Cost
Task 6 . a — Meeting No . 1 — $ 400 . 00
Coordination Meeting
Task 6 .b — Meeting No . 2 — 30% $400 . 00
Review Meeting
Task 6 . c — Meeting No . 3 — 60% $400 . 00
Review Meetin
Task 6 . d — Meeting No . 4 — 90% $400 . 00
Review Meeting
Task 7 — Pre-Bid Meeting $ 540 . 00
Task 8 — Assistance During Bidding $2 , 640 . 00
Task 9 — Bid Analysis and $ 1 , 305 . 00
Recommendation of Award
Task 10 - Construction Services and
Part-Time Construction Observation $ 95410 . 00
Services
Task 11 — Project Close-Out Services 1 $49240 . 00
FAPublic Works\KeithM\Stcrmwater Projects\East IRC\Contracts\Ccnsultant Contract with Carter & Associates\Work Order No. 2 - Replacement
of Radial Arm Gates\Work Order No. 2 - Latest Revision .doc 9
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN
i
Task 12 — Reimbursable Ex enses ( 1 ) $4,400 . 00
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
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 . ENGINEER ' S REPRESENTATIVE :
1708 21st Street
Vero Beach, Florida 32960
(561 ) 562 -4191 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\KeithM\Stcrmwater Projects\East IRC\Contracts\Consultant Contract with Carter & Associates\Wak Order No. 2 - Replacement
of Radial Arm Gates\Wak Order No. 2 - Latest Revision.doc 10
EAST INDIAN RIVER COUNTY MASTER STORMWATER MANAGEMENT PLAN