Loading...
HomeMy WebLinkAbout2009-170 Oct i a . o x - 1 , WORK ORDER NUMBER 5 SECTOR 3 BEACH RESTORATION PRE_CONSTRUCTION SERVICES This Work Order Number 5 is entered into as of this 9th day of dune , 2009 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of December I3 , 2005 ("Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("COUNTY" ) and Coastal Technolosv Cor oration ("CONSULTANT") . The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 1 , attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 2, 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 2, 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 . Notice to Proceed is limited to Task I of this Work Order. COUNTY shall provide Notice to Proceed for Tasks 2 and/or 3 at a later date as appropriate. 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 CON A4ISSIONE c OF INDIAN RIVER COUNTY Coastal�,�'e hnology Corporation By : V By ^ .� --- Michael P . Walt er, P . E. , President Wesley S . D2eavis, hairman �^ Attest : J. K. Barton, Clerk of Court Deputy Clerk APPROVED : seph A. aird, County Administrator L as to form and legal sufficiency : arian E . Fel1�Senioi` st. C" my orney EXHIBIT 1 Indian River County Sector 3 Biddin ! & Pre - Construction Phase Services Scope of Work Sector 3 Beach and Dune Restoration Project Bidding & Pre - Construction Phase Services Introduction : On May 14 , 2009 the Indian River County Board of County Commissioners directed County staff to : ( a ) abandon the Upland Sand Source Request for Qualifications No . 2009044 , and ( b ) move forward with the issuance of a solicitation to allow for the construction of the Sector 3 Beach and Dune Restoration Project (Sector 3 Project ) via the use of the offshore sand source or an upland sand source . — Upon authorization of the work proposed under this Work Order , Work Order No . 4 ( associated with the Upland Sand Source Request for Qualifications No . 2009044 ) shall be terminated . The objective of this Scope of Work is to provide services : ( a ) to formulate and execute a solicitation to receive bids for the Sector 3 Project construction with sand from the currently proposed offshore sand source or from an acceptable upland sand source , and ( b ) to fulfill expected pre - construction permit requirement . The following describes the work under this Scope of Work : TASK 1 — BIDDING PHASE SERVICES In general , COASTAL TECH will assist the COUNTY with formulation and execution of a solicitation to provide for construction of the Sector 3 Project via use of the proposed offshore sand source or via an acceptable upland sand source to be tentatively identified in concert with the work under this Task and confirmed under Task 2 . Task la — Ranking Criteria & Contract Award Process : In concert with the COUNTY , for inclusion in the Bid Documents , COASTAL TECH will formulate : ( a ) a draft written description of the bidding and construction contract award process and the associated expected schedule ( " Bid/Award Process " ) , and ( b ) draft criteria for ranking of the bids ( " Ranking Criteria " ) . Bid cost is expected to be the primary basis for contract award cited in the Ranking Criteria , Bid/Award Process , and Bid Documents . Bid cost shall be the total bid cost with the unit price for sand adjusted via multiplication by the ` overfill factor" per methods prescribed by the U . S . Army Corps of Engineers Shore Protection Manual (per methods of James , 1975 ) . Based upon previous analysis by COASTAL TECH of sand samples provided by local upland sand suppliers for other local projects , COASTAL TECH will calculate the expected overfill factor of known/documented upland sand sources for comparison with the offshore sand source ; COASTAL TECH will meet with COUNTY staff to review the results , the draft Bid/Award Process , and the draft Ranking Criteria . In concert with COUNTY staff, COASTAL TECH will meet individually with each member of the COUNTY ' s Board of County Commissioners to review the draft Bid/Award Process, and the draft Ranking Criteria . COASTAL TECH will incorporate revisions as directed by the COUNTY . Page 1 of 4 May 29 , 2009 Indian River County Sector 3 Bidding & Pre - Const uction Phase Services ScoPe of work Task lb — Technical Specifications : COASTAL TECH will revise the Technical Specifications prepared for use of the offshore sand source under Work Order No , 3 Sector 3 Design & Permitting Task ? b — Final Design Plans and Specifications to include : ( a ) provisions to identify those that are specifically applicable to the use of the offshore sand source , ( b ) provisions that are specifically applicable to the use Of an upland sand source - including the requirement that any information required by FDEP ( under Task 2 ) relative to the upland sand source shall be provided by the respective bidder — to be considered for Construction Contract award , and ( c ) appropriate incorporation and revisions of the Geotechnical Standards and Geotechnical Requirements — previously prepared under Work Order No . 4 , COASTAL TECH will meet with the COUNTY to review the Technical Specifications . COASTAL TECH will incorporate revisions as directed by the COUNTY . Task le — Bid Documents : The COUNTY will prepare Bid Documents to include : ( a ) BidlA ward Process — prepared under Task I a , ( b ) Ranking Criteria — prepared under Task I a , ( c ) the Technical Specifications — prepared under Task I b , (d ) standard " front - end " documents as warranted for Bid Documents and a Construction Contract as deemed appropriate by the COUNTY . COASTAL TECH will review the Bid Documents and recommend revisions as may be deemed warranted by COASTAL TECH . COASTAL TECH will meet with the COUNTY to review the Bid Documents , The COUNTY will incorporate any recommended revisions as deemed warranted by the COUNTY . Task Id — Bidding Phase : Prior to receipt of bids , during the bidding phase , COASTAL TECH will : ( a ) address questions from prospective bidders as directed by the COUNTY , ( b ) attend a pre - bid meeting to clarify the proposed construction and address questions posed by prospective bidders , and ( c ) draft addendum to the Bid Documents — as requested by the COUNTY . Task le — Evaluation of Bids : Upon receipt of bids , the COUNTY will verify that each bid entails a valid bid including the COUNTY ' s insurance/bond requirements for the work . For the valid bids identified by the COUNTY , COASTAL TECH will : ( a ) ( a ) Based upon the sand samples submitted by local upland sand suppliers with their bid , COASTAL TECH will calculate the expected overfill factor of upland sand sources for comparison with the offshore sand source , review the bids and prepare a summary - draf't - ranking of the bids per the Ranking Criteria developed under Task 1 a , ( b ) meet with the COUNTY to review the results and confirm the recommended ranking of bids , The following will subsequently occur : ( a ) If the top ranked bid entails use of the offshore source , COASTAL TECH will make a recommendation to the COUNTY for Construction Contract award and assist the COUNTY with negotiation of a Construction Contract . ( b ) If the top ranked bid entails use of an upland source , COASTAL TECH will initiate and perform services under Task 2 and subsequently assist the COUNTY with negotiation of a Construction Contract . Page 2 of 4 May 29 , 2009 Indian River County Sector 3 Bidding & Pre - Construction Phase Services Scope of Work TASK 2 — DESIGN & PERMITTING — UPLAND SAND SOURCE In general , if, under Task le , the top ranked bid entails use of an upland source , COASTAL TECH Will formulate an alternate design employing the top ranked upland source , prepare and submit a proposed modification to the existing JCP application , and process the JCP modification request via the Florida Department of Environmental Protection ( FDEP) and U . S . Army Corps of Engineers ( USACE ) . Task 2a — Alternate Preliminary Design : In general , COASTAL TECH will prepare an alternate preliminary design for the Sector 3 Project employing the upland sand source for the top ranked bid as determined under Task le . The alternate design shall include : ( a ) revisions to design templates and initial fill volume to maintain a " No Impact " (to existing hardbottom ) design , ( h ) an Opinion of Probable Costs for initial construction — based upon the unit prices obtained under Task 1 , ( c ) assessment of the re - nourishment interval and determination of probable annual maintenance costs — based upon the unit prices obtained under Task 1 , and ( d ) preparation of 8 ' / 2 " by 11 " preliminary design Drawings ( plan and cross - section ) and the existing permit sketches to be submitted Upon completion of the alternate design , COASTAL TECH will prepare a Design Document Addendum and provide five ( 5 ) copies of the Design Document Addendum to the COUNTY . COASTAL TECH will meet with the COUNTY to review the above and subsequently incorporate revisions as may be required by the COUNTY . Task 2b — EA Modification : COASTAL TECH will review and revise the existing Environmental Assessment ( EA ) to identify appropriate revisions to the EA to accommodate the upland sand source . COASTAL TECH will sub -contract with Dial - Cordy & Associates ( DCA ; the COUNTY Is previous EA consultant) to revise the EA to incorporate the appropriate revisions . COASTAL TECH will review the revised EA and confer with the COUNTY and DCA to finalize the EA to reflect the alternate use of the upland sand source . Task 2c — ,JCP Modification Request : COASTAL TECH will prepare and submit a JCP modification request incorporating the Design Document Addendum , and the revised EA prepared under Tasks 2a and 2b respectively . The COUNTY will provide any JCP modification fee as may be required by FDEP . COASTAL TECH will review the draft permit modification request with the COUNTY and incorporate revisions as appropriate — prior to submitting the application to FDEP and USAGE . Task 2d — ,JCP Modification Processing : Subsequent to submittal of the JCP modification request , COASTAL TECH will serve as the COUNTY ' s agent for processing of the application through FDEP and the USAGE . COASTAL TECH will make informal contact with FDEP and USACE staff to address staff questions regarding the JCP modification request and Project . COASTAL TECH will compile , clarify , and provide existing information as may be requested by FDEP , USACE , and state/ federal commenting agencies . COASTAL TECH will represent the project before FDEP and USACE staff toward obtainment of a modified JCP and to negotiate acceptable permits ( s ) for the Project . Any information required by FDEP relative to the upland sand source shall be provided by the respective bidder as identified in the Technical Specifications developed under Task Ib . It is expected that the FDEP will make three ( 3 ) requests for additional information ( RAI ) and that three ( 3 ) meetings will be required with FDEP staff in Tallahassee to favorably conclude the JCP modification request . It is assumed that existing information ( including design details /analysis ) will Page 3 of 4 May 29 . 2009 Indian River County Sector 3 Bidding & Pre- Construction Phase Services Scope of Work be sufficient to meet permit application requirements ; however , FDEP may require additional surveys and studies which are beyond this scope , but may be provided by COASTAL TECH under separate authorization . Task 2e — Alternate Final Design : Upon FDEP acceptance of the upland sand sources under Task 2d , COASTAL TECH will revise the Final Design Drawings and Contract Documents to incorporate the modified JCP and approved upland sand sources . Task 3 — PRECONSTRUCTION SERVICES Task 3a - Construction Contract Award : Upon award of a Construction Contract by the COUNTY , in collaboration with COUNTY staff, COASTAL TECH will : ( a ) sub - contract with Morgan and Eklund , Inc . to provide a pre -construction physical monitoring survey along FDEP reference monuments R - 15 to R - 60 at 1000 ' intervals , ( b ) review the Contractor ' s construction Schedule , Schedule of Submittals , and Schedule of Values , ( c ) prepare and provide an exhibit summarizing COASTAL TECH ' s ( Engineer ' s ) representatives , their responsibilities , and means of communication among representatives with the Contractor and COUNTY , ( d ) evaluate any substitutions as may be provided by the Contractor , ( e ) assist the COUNTY with designation of its representative , and providing Mechanic ' s Lien and financial information to the Contractor . ( f) Review and provide comment on Contractor ' s daily reporting format to ensure that specific construction and monitoring items will be properly reported following COUNTY ' S notice to proceed to Contractor . Task 3bLm Permit Compliance : As is expected to be required by the FDEP Permit , COASTAL TECH will : ( a ) arrange and attend a meeting between the COUNTY , DEP , FWC and the permitted person responsible for marine turtle egg relocation [The meeting will be scheduled to be concurrent with the pre -construction meeting at least 30 days prior to the commencement of work , with at least 10 days advanced notice to FFDEP and FWC . ] , ( b ) request and obtain a written notice to proceed from FDEP , ( c ) at least thirty ( 30 ) days prior to the requested date of the notice to proceed , confirm the following has been submitted for review and approval by FDEP : ■ Written documentation that the FDEP approved ECL has been recorded in the County Records , ■ A Sediment Quality Control /Quality Assurance Plan ■ A detailed Physical Monitoring Plan . ( d ) arrange and attend a pre -construction meeting to occur at least 7 - days prior to the commencement date of construction , with a minimum of 14 days advance written notification of the pre - construction meeting to : DEP Bureau of Beaches and Coastal Systems ; DEP Northwest District Office ; Florida Fish & Wildlife Conservation Commission , hnperiled Species management Section ; the Contractor - and prepare a written summary of the meeting , ( e ) verify that at least forty -eight ( 48 ) hours prior to commencement of authorized activity a written notice of commencement of construction is submitted to the Bureau of Beaches and Coastal Systems ( Bureau ) and appropriate FDEP District Office . ( f) verify that a complete copy of the FDEP Permit is kept at the work site and that the Contractor has reviewed the Permit . Page 4 of 4 May 29 , 2009 E-xHI�IT 2 Indian River County - Sector 3 Bidding & Pre - Construction Phase Services Detailed Summary of Estimated Pees May 29, 2009 Yids-,cl l.niri> Clin' Oilip W.iUr Mule' Lc, tKinn sticlu)d KIM Lois Al..v'aper Rohcn DrooY,c lValllcr V:inro Tom? Rano D;m son Porpaim Budh Oslwn, Cu Its = :,nl.. Nc¢Ir tl:lll Rdl<ar.1S Notice To - - - - - - - - - - - - - -- - - - t„LSI 1'rnMed I le I Iro I 1 - .or 01 Scittirr i': C , Mil IC 9 I I m : C A111) sr 6J ilo r1'I .lar {II 5247.916 Pnr„ t .r ,M C - , 0lr - ,.K I I . , r.. 1 ,u,_, a.dn1 + I' t <, ,7 renal Tonal _ D—ir1ect—Costs _ _ tinhlack Task Task Descri tion $21 % 3166 31 [•C,[” $ t6 5126 YI26 Ss< - 39 . .1107 5111 3N. „ I $ IJa r S.6 fees Aamuni I neu.-ri lion Total Total Start Finish Days TASK 1 - BIDDING PHASE SERVICES n l.I,m4)�i 21_jitrWP) 14 la - Ranking Crilcria k, Contract A�Inrd Prcxess SJ6.91J $ 11 .94.1 drift "Bill/Award Proccs-s- 4 4 S Y> 61 > _ — — _ — — _ — — — _ _ S2 h 1 dmtl "fta k cC t — 7 .{ — — 4 \ — — — — — 7— $2,724 L — — — — — 12,724 plculalc rf II f Io. _ 1 _ 4 $ — — — — — — — — — — cl—aaCOUNY oro ' d 11BdlAanlPmcm _ — 4ch in — YI { fl� t With Chun) Cnnt $lomIo mrtrn dnfl Bid/Auard Pnxcs YFll— — — _ _ — — - - — — — — —vipmnc mvou,o to BdA,v:no Pimvss 7 4 4 { $2- I0 — — — — — — Irl-1,pNlyJnir-o) IJ 16- I cCIIH Cal Slh<ifcationS Y2. 10% TcNmn:nl Sp.rticnlimu *2- 4 $ 16 SI0- I _ n1cot mil COUNT Y21-1,uw" 2;-lun4)9 Ic id Documents norpon J S Y> 6I > 5_2.61 ' 3 6( u COUNTY Rid 7)na nrruc nM wfrantrvrpd m s $ 5'2. 111%a oxctuACOUNIY tomini Bid DooumCn'sIdBidding Phase39, 17N address In,csumis from pmspi lsc bidders g I6:%tend prc-hitl nKclutg — — _ — — — — — 34 % 7> _ — — — — 34.xuj $ Lli % YI_li % Bran wacmpn, to Bid Doluncros — — — q — [, — — ,1 6 — — — — — — — — — — — — — — — $l 12% 25.JW-ov I Allgtry 21 Ic - I:Valuation ol' Bids SI23')fl mi_t, Lids :npl p,y_ne xniuini}-drill-I:,nAiub baud on R:nixi,g Ci licit 4 $ — I ? 24 _ — V036 S6.736 I I lith COUNTY Io mvic,v M dIS .ud Conrim, ranking ofbids IO 4 I ' — — — — — — — — — — — _ :FI? (6 — _- — — — 34 iiM1 i- n, ,�•, - n COUNTY t,iN rp:tolinuon of Coas,nc,ion Conva,l I — — _ 4 — — — — — — — — — — — — — — SI .306 41 .3oR Indian River Countv - Sector 3 Bidding & Pre- Construction Phase Services Ell Detailed Summary of Estimated Fees May 29. 2009 61 hacsl l:mcs Clio Dilip R;,Ihcr Clc rlcs Icigbnnn Miclnd Kim Lni. AI<su,dcr Rol,cn arackt W:,Idror ttanno Tmnl 13:mn Dawn Fonminc Baddc Odom CE) ad F.&I rEs �cacb IIoII CA,rards Ek - Notice To11 , lets, I 1 v.Uk' 11c . I '.. t,l ' . I t Icnn I: N)n 5 . Ccnc _ _ _ ProlizaacId Irl 11341141 524',.11 (. Ona, pxe�ryt Un t,ll ... 411JIN •.. to L -I'cce DEAL I, r - _ _ Tol ',1 _ . Dimer Costs tiuhlaSl: Task Descn tion It lx 5166 Sol 5166 1126 SL6 j95 .,t So. $ W7 IL Yai4 jl4a 556 Fns nmoum Dew ,aun TatoI Trial $150,885 Ell TASK 2 - DESIGN & PERd11TPING - UPLAND SAN 11 OU RCC I 541 ,388 - IN 1 I , �q.I 311 2n A11=1c Proliminarg Design ctm design lcn,pl:ncs ,c initial ml sonn„L 2 S I _ 12 — — — — — — — — — — 40t — —Toisiois — — S _ _ — — — _ — — — � — — — 53.%42 cibnunliMcnal & probablcaunc,i mairinElIll-cuuwc 1 3 — 12 24 J — — — — — — — _ — — — — — — _ — j6, )li2 — — — — — 1^_( �. — — — 1 dcsicnDn+ n •s skcmlx.<— — _ 6_ _ — _ 'IG -�.%;n — + 6 troprc inmu,n' _ h pernul . — — — — — _ $ 40 '_0 — — — _ _ — — _ iG — — — — — SI ' .r,x4 — — — $ 12.1,x4 U. Dcicu Docmnan Addcndtri, n 9 2 _ — _ — — — _ — — — — — — — — — — — — ncd mCOUNTY — 4 —) -- — — —10 — — — — — — — — — �- — — — — ?ar, I 51 , 168 5' a3a corporate malleo tv — — — — — — - — — — - - $31 , 11 I I 6 2b - LA Moditicinon 18 7 iAcntli aptimpritna revrsinte to Em'immncnlal 4susmcn — U — _ IG — — _ — — — _ � 1 s illea mw m rime misiols m Ea — — — ? — _ — — — _ — �_ — — — — — — — — 514_6 Sl ?fxln DCn -- _ _51 !,466 _ me _ �Pn P _ _ _ _ _ _ _ - - - , , — — c,v miscd En :ud mnfn nnb COUNTY it DCA 1 4 14 — _ — — — — I3 — — — _ — — — — .x113 — — _ — — _ Y3 n(-2 � -Eli — u III lllll — — — — — timlocen — — — — — — — — —y — 1 , 5235 0 5).35n 1x,54D -�c, -u•' I --v:s ^, a 2c - JCP Moditieation Request ' 1 ' 1 — — — PrcP:uc JCP nlodi0uniai rcgncsl 1 4 10 4NINE _ I — — _ — _ — — — — — — — — — — -16COUNTY — — — — 44 } _ _ + 4 o s10>b 51 J2( sit cerpomle revisions — — — — — 7 — — — — — — — — — — G — — — — — — — — — �- — — — — — — — — q 51 042 I 2 submit JCP inodif anon mclltctl I 156,924 I ," hit 1 242 2d ICP Medifcauon Protak - . _ $ 13 4X11 813,4 hG mf and wssew ,snb FDEP. USACE. s agolcics _ 10 2 _ 16 - S 4 — — _ — 4S — I G — — _ — 12 — — — — — — — FDEPR41V1 _poruc I 12 2 20 '24 _ - 16 - 24 _ — 11 '__164 — — — _ — Kir leo - — " I — , t — — — — — — — — — — — — — —I — 1'1,X7(1 4DFP RAinz rEkWse 1 10 — —1G— — — — — — — — — — `.11,. l •'- 9Pr l - — =— — — — — FDEP RAha_c9*^ncc— — — — — 4 10 — — �0 — — _ — - -- — O — �4 — I '1 — — — — — $fll Tilt Y21K101 . -- tru.d $ 12,i52 � I It — — — — — — — — — irccungswith FDEP 4 R 74 2 813?'8 1 ._ hll- 1 't I - �.i •- In 3o _ . Alienate Final U_s,>,m 6G F14 I = . sc timl dcsinn Drmilas 4 S 2 I6 — — _ — — — — — — — — — — — — — — — — — — S1iX_o I — — — — rnisc Cost m. Da�mcn� — — — — — g — — T , 13S4 791) 949.614 TASK 3 - PRECONSTRUCTION SERVICES 536 44 ss.L+ry 30 3a • Construction Contract Award pre-conslncuon sun CN I 1 — — G — — — - — — — _I � — — — — — 525 illy Mor4lnk tkAlnd — b?7 %illi coriant ion scicdulc. schcdulc of subminnls C schedutc cf, alttcs _ 4 _ — 4 10 — — — — — _ — — _ _ — — — _ — — — .I�_ T $ I ,J I % prepare cchibit 1 2 — — — 12 ; — — — — — — — — — — — — — — — Y 1 .2 U6 1 — — — — 51 .3tK, — — — — cs:thcnc snbstittx,olu — — — — — i 2 — — — — _4 — _ — __ _ — — — — — — — — — — — — — — — — - - — 1i COUNTY ,eil6"NUdcsictnbon ofrcpreseneni,c I _ — — — 4 _ — — — — _ — — - __ — — — 51 .306 — — 11_3(16 rcvc and -Ac consistent ncnl nn CnMrclors daily nidi ! omel' I — G SI ;p pmol mPo f I $ 135070 I ixcl.,l't 111tkIA„: 35 ib - Permn Compliance — _ $ 1 ,974 Plait alln,d. aid rollc,olq Truckling all FDFPrFWC I — — — — T— — 351971 7GSI (tot qucsiand oblom mntwo N IP from LP — — — — — — — — — — — — — — — _ _ _ — 2 16— 4 — T — S3d3a coMrmapprok turn FDEY— _ _ — — — — — — — — — — — — — — _ 15, ) liarmngC aid a1Mld Pativtumclnn RCCllllg — — — — — — — — — — — — —m — — _ — — — _ 4 — — — — — — — — 151 .?30 — —_ ' — — sks-1 c,ifv FDIP lal ,nil utyik — — - — — 1512( r 126 Total Hours : 103 111 17 '0 336 ?31 12 0 274 I IG ?�3 d IIN ' jay 416 - - - - -- - — - - sl. l�a Ht s±"Jlx il_ nNl r_ I :u. 151 . 15± s??,•1', j205. 11a S<12,30U > 5217.416 _ - Total Costs: s='+s+ 15,5.11± s±N s?.r_n 154 z,o s±+. ur- - Notes : t Data. (fit '1'ucit 3 a•cnnx. Itnr bidder a•mpl,,.. npinELL l .4041 ELL: nrice fnr ,.hirl, <a.r Ta.l, ? ti<us, ace. ..IiIJ IK Jclu�ed until 'l a .k '_ i, ct1,nl,leted : 5203. 116 &42.300 5247410 ,inn , fair I 'a.l. . .t rime 11sat 1ii.1 act a ,.,111,1a tilfNIN'tY sItIA "IT ) a . .