Loading...
HomeMy WebLinkAbout2009-237 9 #08 - 09 a4 3P31 goo Q _ a37 WORK ORDER NUMBER 1 This Work Order Number 1 is entered into as of this 8th day of September 2009 , pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of May 1 , 2007 (the "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 1 ( Scope of Work) , attached to this Work Order and made a part hereof by this reference . The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 2 (Fee Schedule) , attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit 3 (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 . CONSULTANT : BOARD OF COUNTY COMMISSIONERS CART R ASSOCIATES , INC . OF IND N RIVER COUNTY Y J hn H . Blum, P . E . Wesley S . Davis , Chairman Title : Principal (Treasurer) BCC Approved Date : SP tomar Ph8 20QQ Attest : J . K . Barton Clerk of Court By: i Deputy Clerk TJephoved : A . Bai d , County Administrator ove as to form and 1 ufficiency : /:Marian E . Fell/Assistant County Attorney Page 1 of 6 EXHIBIT ` 1 ' SCOPE OF WORK WORK ORDER NO . 1 It is our understanding that the project will consist of a force main extension along 16` ' Street from the Old Savannah Subdivision east to 43 �d Avenue (2 , 300± lineal feet) , north along 44°i Avenue from 16th Street to State Road 60 (2 , 600± lineal feet) , and south along 43 "d Avenue from 16 `h Street to 12th Street (2 , 600± lineal feet) . The following describes our proposed scope of work and terms of agreement between Carter Associates , Inc . (CONSULTANT) and Indian River County Department of Utility Services (COUNTY) . Task 1 - Design Survey : CONSULTANT will perform surveying services for the project site to include the following : 1 . A Specific Purpose Survey will be prepared by a licensed and registered Florida Professional Surveyor and Mapper which meets the minimum technical standards set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 61G17 , Florida Administrative Code pursuant to Section 472 . 027 , Florida Statutes . 2 . Above ground topographic information will be referenced to the National Geodetic Vertical Datum of 1929 . Topographic data will be obtained on 10046ot intervals , or equivalent , along the proposed construction route within the existing rights-of-way. Cross - sections and other pertinent information will be obtained as needed for design of proposed force main extension . Task 2- Construction Plans and Specifications : CONSULTANT will prepare plan and profile drawings , detail sheets , and technical specifications for the proposed force main extension . Task 3 - Permitting : CONSULTANT will prepare and submit applications and required exhibits toward obtaining the following permits : 1 . Department of Environmental Protection a . Wastewater Collection Permit 2 . Indian River County a . Land Clearing / Tree Removal Permits 5V/z6/o , c . Right-of- Way Permit CONSULTANT will generally confer with permitting agencies staff and maintain contact with staff to expedite receipt of permits . Task 4 - Construction Administration : CONSULTANT will prepare a contract for construction, including bidding requirements , general conditions , technical specifications , and Page 2 of 6 project location plans in sufficient detail to define the scope and requirements for the proposed utility construction . CONSULTANT will assist COUNTY in bidding the project by selling plans and attending pre- bid and post- bid meetings , and by addressing contractor questions and requests for clarifications regarding construction of utilities . CONSULTANT will review and approve shop drawings/submittals from contractors . CONSULTANT will conduct routine site inspections over the duration of the construction period (approximately four ( 4) months) to verify that the work is proceeding in accordance with the plans and specifications and to verify contractor ' s pay requests . CONSULTANT will conduct a final walk-through inspection and prepare a punch list . CONSULTANT will verify the completion of final punch list items . Task 5 - "As - Built" Survey : Final certifications will require an "as -built" survey meeting the requirements of the permitting agencies . The "as- built" survey is not an independent survey drawing of "as -built" conditions but is the collection of "as-built" data in the field which is in turn superimposed on the engineering drawings . The " as - built" survey is limited to the minimum amount of information necessary to provide final certifications to permitting agencies listed under Task 3 , Permitting . Task 6 — Certifications and Close-out Documents : CONSULTANT will provide final certifications of the work to FDEP and Indian River County . CONSULTANT will complete the Indian River County sewer checklist and submit along with required attachments ENGINEERING ASSUMPTIONS : In developing this proposal , CONSULTANT represents to the COUNTY that the following assumptions have been made and that deviation from these assumptions may require additional expenditures on behalf of the COUNTY to CONSULTANT . I . All permitting, application , impact and testing fees are not included and will be paid for by the COUNTY separately . 2 . This sizing of the force main will be coordinated with the COUNTY and verified by the CONSULTANT . 3 . Construction staking is not included with this proposal . Page 3 46 EXHIBIT ` 2 ' FEESCHEDULE WORK ORDER NO . 1 CONSULTANT will generally bill the COUNTY monthly on approximately the 10 ' h day of each month for the previous month ' s charges . All tasks will be billed on a percentage complete/lump sum basis , plus direct expenses ( See attached Rate Schedule) . Should additional services be required , a separate written agreement will be prepared and fees shall be negotiated based on the attached Rate Schedule . Payment shall generally be proportional to the following schedule of values : Task 1 Design Survey - - - - - . . . . . . . . - - - - - - - - - - - - - - - - - - - - - - - - - - - - M .$ 6 , 965 . 00 Task 2 Construction Plans and Specifications - - - - - - - - - - - - - - - - - - - - - - - $ 13 ,485 . 00 Task 3 Permitting - - - - - - . $ 45420 . 00 Task 4 Construction Administrations- - - - - - - - - - - - - - - - - - - - - - - - - $ 6 , 965 . 00 Task 5 As -Built Survey - - - - - - - - - - - - - - - - $ 25320 . 00 Task 6 Certifications and Close- out Documents $ 11350 . 00 MMM Total = $ 35 , 505 . 00 (plus expenses) Page 4 of 6 CARTER ASSOCIATES , INC . AUGUST 2009 RATESCHEDULE Engineer I (Registered - Principal ) $ 150 . 00/hr Engineer (Registered - Senior Consultant) $ 140 . 00/hr. Engineer I (Registered) $ 140 . 00/hr. Engineer II (Registered) $ 125 . 00/hr. Engineer III - EIT $ 100 . 00/hr. Engineer Technician ( Senior) $ 105 . 00/hr. Engineer Technician $ 85 . 00/hr. Surveyor I (Registered - Principal) $ 150 . 00/hr . Surveyor (Registered - Senior Consultant) $ 140 . 00/hr . Surveyor II (Registered) $ 125 . 00/hr. Surveyor III (Registered) $ 100 . 00/hr . Survey Crew (4 Men) $ 143 . 00/hr. Survey Crew ( 3 Men) $ 130 . 00/hr. Survey Crew (2 Men) $ 120 . 00/hr. GPS RTK Survey Crew ( 3 Men) $ 150 . 00/hr. GPS RTK Survey Crew (2 Men) $ 135 . 00/hr. CADD Technician I $ 80 . 00/hr. CADD Technician II $ 70 . 00/hr. Secretary/Word Processor $ 45 . 00/hr. Inspector $ 62 . 00/hr. ,RL.cordingand Perm ; r FPp�_— ___�__. — ___ -_ _ _ __ . cost + 10% Materials Cost Mileage $ 0 . 505 /mile o --�-ttb=-cortsultarrts-__.-__-. _ ---------------- -Wiest--� 10 /0 Reimbursable Expenses : 7 Postage , Long Distance Calls , l Federal Express , etc . Cost Blueprints $ 0 . 25 /S . F . Mylar $ 1 . 75 /S . F . Photocopy ( 8 . 5 x 1 I ") $ 0 . 15 /ea . Photocopy ( 8 . 5 " x 14") $ 0 . 25 /ea . Photocopy ( 11 " x 17 ") $ 0 . 35 /ea. Page 5 of 6 EXHIBIT ` 3 ' TIME SCHEDULE WORK ORDER NO , 1 The following timeline is projected after the Notice to Proceed is issued by the COUNTY : Task 1 Design Survey : ( 045 days) Survey drawings completed within 45 days after Notice to Proceed . Task 2 Construction Plans and Specifications : (45 — 90 days) Construction plans and specifications completed 45 days after completion of Survey. Task 3 Permitting : ( 90- 180 days) Permits submitted after completion of Construction Plans and Specifications . Permits estimated to be issued within 90 days of submittal . Task 4 Construction Administrations : (ongoing) Construction administration to be provided for duration of construction . Length of construction estimated to be 4 months . Task 5 As -Built Survey : (upon completion of construction) As -builts surveys will be performed during and immediately after completion of construction . Task 6 Certifications and Close-out Documents : (upon completion of construction) Certifications and Close-out Documents will be provided after Contractor has completed construction and met all required information on the COUNTY checklist . Page 6 of 6