HomeMy WebLinkAbout2016-062 1
Board of County Commissioners
180127th Street
Vero Beach, Florida 32960
Telephone: (772) 567-8000 FAX: (772)-778-9391
Professional Design Services
For
CR-512 Resurfacing and Shoulder Widening Project
(From Myrtle Street to 1251h Avenue)
IRC Project No. 1305
WORK ORDER NO. 3 (Engineering Division)
FOR
EXTENSION AND AMENDMENT TO CONTINUING CONTRACT AGREEMENT
FOR PROFESSIONAL SERVICES CONTRACT, NOVEMBER 4, 2014
WITH
ATKINS NORTH AMERICA, INC.
All services performed under this contract shall be supervised and certified by a licensed Professional
Engineer(PE) registered with the State of Florida and staff employed directly with your firm.
Scope of Services
Indian River County is proposing to improve the safety and operation of CR 512 from Myrtle Street to
125th Avenue in Fellsmere, Florida. The proposed improvements will consist of constructing new 2 ft.
wide shoulder widening to the existing 3 ft. wide shoulder to provide a paved 5 ft. wide shoulder,
repairing the existing shoulder base as needed, milling and resurfacing the existing pavement,
repairing existing sidewalks, rehabilitating existing crosswalks, upgrades to existing traffic signal
equipment at three locations, relocating an existing school zone flasher, review/relocation of existing
signage, new signage as needed and thermoplastic pavement markings. The length of roadway within
the project area is approximately 8,500 LF.
All work shall be performed in accordance with attached the Proposal dated March 23, 2016 (Exhibit A)
and shall comply with Standards enumerated in the Continuing Contract Agreement for Professional
Services, dated November 15, 2011, and that certain Extension and Amendment of Continuing Contract
Agreement for Professional Services. Effective Date: November 4, 2014.
COMPENSATION.
The COUNTY agrees to pay, and ATKINS NORTH AMERICA, INC., agrees to accept, $159,221.00 for
services rendered according to the Proposal dated March 23, 2016, identified in the attached EXHIBIT A,
incorporated by reference herein.
Work Order No.3
CR-512 Resurfacing and Shoulder Widening Project
(From Myrtle Street to 125th Avenue)
IRC Project No. 1305
TIME FOR COMPLETION
ATKINS NORTH AMERICA, INC., will perform the professional services within the time frame outlined in
Section 3 of attached EXHIBIT A.
IN WITNESS HEREOF the parties hereto have executed these presents
This 19th day of April , 2016.
OWNER ATKINS NORTH AMERICA, INC.
BOARD OF COUNTY COMMISSIONERS •.•••QNjERs••.,
INDIAN RIVER COUNTY,FLORIDA ;�`�\SS1......... •.'
s VV"
Bob Solari,Chairman ;�;, 6Z4%. aylor, .E.,Division Manager
Approved by BCC Apri 1 1 q•
-"Nu . :Witnessed by:
ATTEST:
Jeffrey R.Smith, k of Court and
Comptroll
Ka — �rc�
Deputy Cle) (Printed name)
Approved as to Form and Legal
Sufficiency:
VIA—k
William K. DeBraal, Deputy County
Attorney
4:0 jp–h A
J seph A. Oaird,County Administra r
F-Tublic Works\ENGINEERING DIVISION PROJECTS\I305-CR 512 Resurf(SCOP)_Mynle St to 125th StWdmimtag®da items\WO No.3 Atkins 4-4-
16.doc
AM NS
Proposal to Provide
Professional Engineering Services
for
IRC Project No. 1305 — CR 512 Resurfacing and Shoulder Widening Project
Myrtle Street to 125th Avenue
Fellsmere, Indian River County, Florida
Indian River County (County) is proposing to improve the safety and operation of CR 512 (Pennsylvania
Ave./Fellsmere Rd) from Myrtle Street to 125th Avenue in Fellsmere, Indian River County, Florida. The
proposed improvements will consist of constructing new 2 ft. wide shoulder widening to the existing 3 ft.
wide shoulder to provide a paved 5 ft.wide shoulder,repairing the existing shoulder base as needed,milling
and resurfacing the existing pavement, repairing existing sidewalks, rehabilitating existing crosswalks,
upgrades to existing traffic signal equipment at three locations, relocating an existing school zone flasher,
review/relocation of existing signage, new signage as needed and thermoplastic pavement markings. The
length of roadway within the project area is approximately 8,500 LF.
At the request of the County, ATKINS (Consultant) has prepared a scope of services for providing
engineering design and construction documents for the proposed roadway improvements as follows:
SECTION 1 SCOPE OF SERVICES
TASK 1: EXISTING CONDITIONS REVIEW
Atkins will review the existing survey of the roadway area provided by the County and make a site visit to
review the project area. This task also includes meeting with County Staff to review the project and discuss
areas of particular concern.
TASK 2: ROADWAY PLANS
1. Based on review of the information obtained in Tasks 1, the Consultant will prepare design and
construction documents for the proposed improvements. The construction documents will be
prepared in 22 inch x 34 inch format and will include the following drawing sheets:
• Cover Sheet,
• Typical Section,
• Quantities Summary,
• Roadway Plan,
• Cross Sections,
• Stormwater Pollution Prevention Plan,
• Selective Clearing and Grubbing,
• Signing and Pavement Marking Plan,
• Construction Details
• Signalization Plans(Task 3)
March 23,2016
Exhibit "A" Page 1 of 10
AM N S
The construction plans will be based on the survey provided by the County in electronic format
(pdf and AutoCAD .dwg file) and will show the following:
a. Construction of new shoulder-pavement,
b. Repairing the existing shoulder base as needed,
c. Milling and resurfacing the existing pavement, including cross slope correction if needed,
d. Repairing existing sidewalks,
e. Rehabilitating existing pedestrian crosswalks to meet current FDOT/ADA design
standards,
f. Removal of the existing mid-block crosswalk at Magnolia Street,
g. Sidewalk with pedestrian crossing per FDOT/ADA requirements at Willow Street,
h. Relocation of the existing east bound school zone flasher,
i. Relocation and/or replacement of existing signage,
j. New thermoplastic pavement markings.
k. Cross sections will be provided at 100 ft intervals.
1. Signalization Plans(Task 3).
Plans will be submitted to the County for review at the 30%, 75% and 100% design stages.
2. Prepare two (2) estimates of probable construction costs based on 75% and 100% Construction
Documents (CD's). The area of any easements or right of way required for construction of the
proposed improvements will be calculated but no dollar value will be assigned.
3. Provide technical specifications for the project. The technical specifications will be based on an
approved current edition provided by the County. Specifications shall be submitted to the County
for review with the 75%and 100%design submittal.
4. This task includes 3 meetings with County staff to review the roadway and signalization design.
5. For each review submittal to the County the Consultant will provide three sets of plans and
calculations, an electronic PDF copy of each submittal will also be provided.
TASK 3: SIGNALIZATION PLANS
The following traffic signal, pedestrian crossing and school zone upgrades are proposed by the County:
1. CR-512 and Willow Street: The existing span wire signal will be replaced with a new mast arm,
signal equipment and new video signal controls per Indian River County requirements. The
locations of the mast arms and signal controls will be coordinated with FPL.
2. CR-512 and Broadway Street: The existing beacon will be replaced, including the service box.
The existing span wire signal poles and span wires will also be replaced.
3. CR-512 and Cypress Street: The existing beacon will be replaced, including the service box.
The existing span wire signal poles and span wires will also be replaced. The existing mid-block
crosswalk at this location will be upgraded to the latest FDOT pavement marking and signage
standards. Additionally, if the sidewalk ramps are impacted by the proposed project, they will be
replaced and upgraded to the latest standards. The location of the existing sidewalk on CR-512 at
the intersection may need to be relocated to accommodate the proposed improvements.
March 23,2016
Page 2 of 10
OUMNS
4. CR-512 and Majznolia Street: There is an existing mid-block crosswalk at this location. This
crosswalk and all associated signage will be removed. The crosswalk will not be reinstalled at this
location. These improvements will be shown on the roadway plan (Task 2).
5. CR-512 Existing School Zone Flasher: Due to the removal of the mid-block crosswalk at
Magnolia Street, the existing school flasher (location and existing equipment) will be relocated.
These improvements will be shown on the roadway plan (Task 2).
The services to be performed under�this task are as follows:
1. Traffic Signal Concept Plan:
Based on the survey provided by the County, the Consultant will develop a base map and Traffic Signal
Concept plan of the signal locations for the traffic signal location. The signal design team will verify and
supplement the survey data by field measurements, and set up the base mapping files in order to conduct
the signal design. The level of effort assumed for this task includes one site visit.
2. Subsurface Utility Excavation (SUE):
Atkins will retain the services of a qualified professional to provide SUE at the four(4)proposed mast arm
locations. A maximum of 20 test holes will be performed to clear the foundation locations of utilities. The
proposed foundation locations will be provided to the SUE contractor by ATKINS based on the Traffic
Signal Concept Plan approved by the County. Based on information obtained from the test hole excavation,
the SUE contractor will provide a utility location plan sheet documenting the apparent utility type and
observed location, depth and size uncovered in this investigation. This information will be used in the
design phase to minimize or avoid utility relocations. The utility location plan sheet will be forwarded to
the County for their information regarding any utilities that require relocation.
3. Traffic Signal Design:
The Consultant will prepare and submit a Traffic Signal Concept Plan with the 30% Roadway plan
submittal. Based on review and approval of the Traffic Signal Concept Plan the Consultant will develop
signal design plans prepared in accordance with the County standards and preferences, the Florida
Department of Transportation (FDOT) standards and the Manual on Uniform Traffic Control Devices
(MUTCD). Locations of signal equipment and power source will be coordinated with FPL.
The signal design plans will be prepared in 11 inch x 17 inch format and will include the following sheets:
• Tabulation of quantities sheet,
• General notes sheet,
• Signalization plan sheets,
• Utility location plan sheets,
• Mast arm tabulation,
• Detail sheets
The plans will be submitted to the County at the 75% and 100%phases for review and comment. Review
comments received from the County will be incorporated into the plans and written responses to the
comments will be provided. This task includes one meeting with the County to review comments on the
75% plan submittal. Following review of County's comments the Consultant will revise the traffic signal
plans and provide a written response to each comment. Final 100%Traffic Signal plans signed and sealed
plans will then be submitted to the County for approval.
The following detail the proposed traffic signal improvements:
March 23,2016
Page 3 of 10
AMNJ
Intersection of CR 512 at Willow Street:
The traffic signal design will incorporate a mast arm pole design layout in accordance with FDOT mast
arm standards and County's preferred signal configuration for the intersection of CR 512 at Willow Street.
The design will feature LED signal heads, video detection, and overhead street name signs in accordance
with FDOT approved materials.
Intersections of CR 512 and Broadway Street and CR 512 at Cypress Street:
Based on information provided by the County it is assumed that the existing signal poles and span wire
system will require replacement, including replacement of the flashing beacon signal heads and wiring.
Relocation of existing ITS pull boxes and connect proposed signal at Willow Street to ITS system.:
Based on existing pull box locations provided by the County the Consultant will show re-located pull box
locations along CR 512 on the construction drawings and connection of the proposed new traffic signal at
Willow Street to the ITS system. It is assumed there is sufficient slack in the existing pull box for the
relocation.
4. Structural Review:
Intersection of CR 512 at Willow Street:
The Consultant will review the Project Geotechnical Investigation Report (provided by the County) of the
proposed mast arm locations. The report will be based on the Traffic Signal Concept Plan provided to the
County by the Consultant. The report shall provide geotechnical boring information for all four mast arm
pole locations at the intersection of CR 512 and Willow Street.
Based on review of the Project Geotechnical report, the Consultant will provide a structural evaluation of
the geotechnical findings to determine if FDOT standard signal poles and foundations can be used. If the
finding are outside the standard guidelines then a more extensive structural design for the poles and
foundations will be necessary(not included within this scope of work and fee proposal).
TASK 3A: STRAIN POLE DESIGN
1. Strain Pole Design:
Intersections of CR 512 and Broadway Street and CR 512 at Cypress Street:
The Consultant will review the Project Geotechnical Investigation Report (provided by the County) of the
proposed signal pole locations. The report will be based on the Traffic Signal Concept Plan provided to
the County by the Consultant. The report shall provide geotechnical boring information for all signal pole
locations at the Broadway Street and Cypress Street intersections.
The Consultant will provide the structural analysis in order to design the two strain poles at each
intersection. This analysis will include designing the poles and foundations and identifying the
appropriate poles at each location.
2. Subsurface Utility Excavation (SUE):
Atkins will retain the services of a qualified professional to provide SUE at the four (4) proposed signal
pole locations. A maximum of 20 test holes will be performed to clear the foundation locations of utilities.
The proposed foundation locations will be provided to the SUE contractor by ATKINS based on the Traffic
Signal Concept Plan approved by the County. Based on information obtained from the test hole excavation,
the SUE contractor will provide a utility location plan sheet documenting the apparent utility type and
observed location, depth and size uncovered in this investigation. This information will be used in the
design phase to minimize or avoid utility relocations. The utility location plan sheet will be forwarded to
the County for their information regarding any utilities that require relocation.
March 23,2016
Page 4 of 10
AMNS
TASK 4: PERMITTING AND UTILITY NOTIFICATION
The Consultant will prepare and submit permit applications with accompanying Construction Documents
for agency review, coordinating each submittal with the Client as necessary. The following permitting
activities are anticipated:
Indian River County Public Works staff review:
The Consultant will prepare and submit to County Public Works submittal packages with accompanying
Construction Documents (plans and specifications), and the Engineers Estimate of Probable Construction
Cost in support of obtaining Public Works Approval for the proposed improvements. The submittals will
occur at the 30%, 75% Design and 100% Construction Documents phase. Comments from the 30% and
75%plan submittal will be incorporated into the 100%Construction Document Plan set for approval by the
County and the Consultant will provide a written response to each comment. This task includes one meeting
with the County to review comments.
St. Johns River Water Management District(SJRWMD)Permit Exemption Request:
The Consultant shall prepare and submit a request for permit exemption for the proposed improvements.
It is assumed that this project will qualify for an exemption under F.A.C. Chapter 62-330.05 Exempt
Activities(c)Minor roadway safety construction,alteration, or maintenance and operation.
Utility Notification and Coordination:
The Consultant will coordinate with local utility providers including FP&L, AT&T, Bright House
Networks, NUI City Gas Company, County and Town Utility department to obtain available information
regarding existing utilities within the proposed project limits. This task includes review and coordination
of proposed FPL poles within the project area with the proposed improvements,including new traffic signal
poles. The Consultant will provide a Notice to Utility Owner Providers of the proposed improvements.
Upon request by the County a record of notification to each utility provider will be provided to the County.
This record will either consist of an email confirming electronic delivery, certified mail, or fedx/ups
delivery record. This task includes one utility coordination meeting during the design phase to review
utility conflicts that have been identified by the utility provider or determined during the design phase.
TASK 5: BID PHASE SERVICES
Following approval of the 100% Construction Documents for the roadway plans and traffic signal
improvement by the County, the Consultant will prepare bid documents to the County consisting of the
approved construction drawings and the project technical specifications issued for bid. The Consultant will
also edit Division 0 and 1 specifications provided by the County in MS Word format to insert project
specific information in these sections, including the bid schedule. It is assumed that only minor project
specific information editing of Division 0 and 1 specifications will be required. The Consultant will also:
1. Attend a pre-bid meeting,
2. Prepare answers to questions submitted by potential bidders to the County(7 calendar day review
period). Estimated level of effort is based on providing one combined response of all questions
submitted to and compiled by the County.
3. Assist the County with preparing bid addendums for technical items(one bid addenda is assumed).
4. Review and make recommendations to County regarding acceptance of the low bid contractor's
Schedule of Values.
Following bid submittal, the Consultant will review the submitted bids and provide a recommendation for
award to the County.
March 23,2016
Page 5 of 10
AMNS
SECTION 2 ASSUMPTIONS AND EXCLUSIONS
1. Application fees, impact fees and any other fees required by regulatory agencies are considered a direct
expense to the County.
2. The following assumptions apply to this scope of services:
• The site does not contain hazardous materials.
• The existing shoulder construction matches the existing roadway pavement section.
• Sidewalk repair is limited to replacement of damaged sections.
• Sidewalk replacement is limited to minor alignment adjustments to meet current ADA
requirements including upgrades at pedestrian crossings.
• The proposed facilities will not require relocation of major utility facilities, including power,
communications, water, sewer and gas. Design and permitting of major utility relocation is
assumed to be by the utility provider and is not included in this proposal.
• Drainage, grading and utility adjustment information will be located on the roadway plan
sheets.
• The Contractor will be responsible for preparation and submittal of a Maintenance of Traffic
(MOT)Plan to the County for approval prior to construction. No MOT details will be included
in the Construction Plans.
• The Contractor will be responsible for preparation and submittal of the FDEP NOI for the
project prior to construction and N.O.T upon completion of construction.
• The Contractor shall provide an as-built survey, prepared by a land surveyor registered in the
State of Florida, to the County and Atkins.
• Task 5 Bid Phase services is assumed to last approximately two months from submittal of Issue
for Bid documents to the County.
3. Design and permitting of any offsite improvements,other than those identified herein, are not included
in this proposal.
4. FDOT standard structures will be specified for all proposed drainage structures. The structural design
of special structures that may be required to address special design conditions or conflicts is not
included in this scope.
5. The following items are not included in this scope of work:
• Traffic Signal Warrant studies.
• Traffic Planning and traffic studies.
• ITS design.
• Geotechnical Investigations.
• Profile Drawings of the proposed improvements.
March 23,2016
Page 6 of 10
AM N S
• Stormwater management system design and permitting.
• Fellsmere Water Control District, City of Fellsmere, SJRWMD,ACOE and FEMA,FDEP
and FDOT permitting are considered an additional service.
• Utility design and utility main relocation (except for minor utility service or hydrant
adjustments).
• Surveying, Right of Way,easements and land acquisition support services.
• Division 0 and 1 Specification preparation (except as specified in the scope) and legal
review.
• Maintenance of Traffic (MOT)Plans and MOT Details.
• Evaluation of Contractors Means and Methods or alternative designs for components
proposed by Contractor.
• Construction phase services,including pre-construction meeting,review of shop drawings,
responses to requests for information (RFI's), review of change orders, pay application
reviews, site inspections, as-built survey review, certification of completion and record
drawings.
March 23,2016
Page 7 of 10
AM N S
SECTION 3 SCHEDULE & DELIVERABLES
The following schedule is anticipated for Tasks 1 through 5 (Task 3a is included in Task 3):
A. Twenty eight calendar days from NTP:
• Task 1 - Survey review, Site Visit, Coordination meeting with Indian River County Public
Works Staff. Meeting minutes will be provided within seven calendar days from date of
meeting.
• Task 3 —30% Roadway Plans and Conceptual Signal Plan
• Task 4—Notice to Utility Providers
B. Twenty eight calendar days from approval by County of Concept Traffic Signal Plan:
• Task 3 —SUE completion.
C. Sixty calendar days from completion'of Task 1 and SUE completion, approval by County of
Concept Traffic Signal Plan and receipt of utility provide information from all utility providers
with facilities located within the project area:
• Tasks 2 and 4 - Submittal of 75% Construction Documents to County, Submittal of
SJRWMD Permit Exemption Request.
• Task 3 - Submittal of 75% Signal Plans to County,
D. Twenty-one calendar days from submittal of 75% Construction Documents to County:
• Review comments by County.
E. Twenty-one calendar days from receipt of County Comments:
• Task 2 and 4- Submittal of 100%Construction Documents to County.
F. Fourteen calendar days from submittal of 100% Construction Documents to County:
• Approval of 100%Construction Documents by County.
G. Fourteen calendar days from approval of 100%Construction Documents by County:
• Task 5 —Submittal of Issue for Bid documents to County.
• Task 5 services will be coordinated with the County's schedule for procurement.
March 23,2016
Page 8 of 10
UUMNS
The following deliverables will be provided to the County(Tasks 1-5, Task 3a is included in Task 3):
A. Task 1 - County coordination meeting minutes,
B. Task 2 and 3 —30% Conceptual Roadway and Traffic Signal Plans(3 hardcopies and 1 pdf),
C. Task 4—Notice to Utility Providers(pdf copy),
D. Task 3 —Results of SUE(pdf copy),
E. Task 2 and 3 —75% Construction Drawings(Roadway Plans and Traffic Signal Plans),
Specifications and Cost Estimate(3 hardcopies and 1 pdf),
F. Task 4—SJRWMD Permit Exemption Request(pdf copy),
G. Task 2 and 3 — 100% Construction Drawings(Roadway Plans and Traffic Signal Plans),
Specifications and Cost Estimate, response to County Comments(3 hardcopies and 1 pdf),
H. Task 5 - Issue for Bid Documents (Roadway Plans and Traffic Signal Plans, Specifications
and Cost Estimate(3 hardcopies and 1 pdf).
March 23,2016
Page 9 of 10
AM UVJ
SECTION 4 COMPENSATION
The proposed scope of services will be provided on a lump sum basis administered pursuant to the
provisions of our master contract dated September 15,2010,and invoiced monthly based on the percentage
of completion of the overall project.
Task 1: Existing Conditions Review $ 4,149
Task 2: Roadway Plans $ 71,162
Task 3: Signalization Plans $ 43,003
Task 3a: Signalization Plans—Strain Pole Structural $ 13,860
Task 4: Permitting and Utility Notification $ 13,257
Task 5: Bid Phase Services $ 13,791
TOTAL Tasks 1-5 $ 159,221
March 23,2016
Page 10 of 10
MAN HOUR BREAKDOWN
Project: IRC-GEC- Project 1305-CR 512 DATE: 3/23/2016
Myrtle St to 125th Ave
BY: J H W
PROGRAM
TASK DESCRIPTION MGR SR ENG III/PM SR ENG I ENG I CAD DESIGNER
Task 1 -Existing Conditions Review
Site Visit/project walk walk 8.0 8.0
Survey review 1 4.0
County Meeting and minutes 1 2.0 1 4.0 4.0
Subtotal 20 12.0 80 8.0 0.0
Task 2- Roadway Plans
Project Management 12.0 70.0
County Meetings 3 separate)and minutes 16.0
Roadway Analysis and Design 8.0 40.0 8.0
Utility Coordination 4.0 20.0 8.0
Construction Drawings, CAD and Review 8.0 12.0 24.0 200.0
Cost Estimates 75%and 100% 4.0 24.0 24.0
Technical Specs 8.0 24.0 160
QAQCJ 8.0 1 24.0 240 16.0
Subtotal 20.0 142.0 1440 80.0 2160
Task 3-Si nalization Plans
'SUE SUBCONTRACTED
Base Mapping 6.0
Utility Coordination 4.0 8.0 24.0 16.0
Si nalization Analysis and Plans 6.0 24.0 32.0 720 1 88.0
Mast Arm Structural Review 14.0
Si nalization QAQC 4.0 8.0 24.0 8.0 180
Subtotal 100 50.0 64.0 104.0 128.0
Task 3a-Strain Pole Structural
SUE SUBCONTRACTED
Strain Pole Utility Coordination 2.0 6.0 4.0 8.0
Strain Pole Analysis and Design, 1.0 40 12.0 160 8.0
Strain Pole QAQCJ 1.0 2.0 1 4.0 4.0 40
Subtotal 20 8.0 22.0 24.0 20.0
Task 4- Permitting
IRC-30%Submital 4.0 40 8.0
IRC-75%Submital 12.0 60 24.0
IRC- 100%Submital 60 8.0 8.0
SJRWMD exemption request 2.0 4.0 2.0
NTUP Notice and coord meeting 4.0 8.0 8.0
Subtotal 0.0 28.0 30.0 8.0 42.0
Task 5-Bid Phase Services
IFB Dw s, specs, bid schedule, cost estin 2.0 14.0 16.0 8.0
Pre Bid Meeting 80 8.0
Bid RFI's 8.0 80
Bid Review and Recommendation 8.0 16.0
Subtotall 2.0 1 380 1 480 0.0 8.0
TOTAL HOURS 360 278.0 1 3160 224.0 1 414.0