Loading...
HomeMy WebLinkAbout2015-025INDIAN RIVER COUNTY CONTINUING CONTRACT AGREEMENT FOR PROFESSIONAL SERVICES This Work Order Number 1 is entered into as of this 17thday of February, 2015, pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15th 2011, and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4th day of November, 2014 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and KIMLEY-HORN AND ASSOCIATES, INC. ("Consultant"). EXHIBIT A — SCOPE OF WORK 45th Street and U.S. Highway 1 Intersection The COUNTY desires to construct an eastbound left turn lane at the 45th Street/ US Highway 1 intersection. This will require modification of the existing US Highway 1 signalization components to accommodate the additional vehicular lane. In addition, the COUNTY desires that this additional auxiliary lane extend approximately 1,200 feet to the west to tie to the existing 45th Street auxiliary lane west of the Florida East Coast Railroad right-of-way and that left turn auxiliary lanes be provided for all four approaches to the 45th Street/ Old Dixie Highway intersection. These roadway improvements will need to consider Supplemental Safety Measures (SSM) at the 45th Street rail crossing. SSMs are risk reduction engineering treatments (e.g. medians or channelization devices) installed at public highway rail crossings within the quiet zone and can help maximize safety benefits and minimize risk. A. Roadway Plans: The final design plans will be prepared in accordance with the Indian River County and Florida Department of Transportation (FDOT) standards to provide all elements necessary to accommodate the scope of work. This effort will include at a minimum; Key Sheet, Typical Section Sheet, General Notes Sheet, Plan and Profile Sheets, Cross Section Sheets, Signalization Plan Sheets, Erosion Control Sheets, Opinion of Probable Construction Cost and other detail sheets as necessary to produce the construction bid plans. The following additional data shall be utilized for development of the plans: 1. The roadway plans sheets will be drawn at a scale of 1" = 4D' prepared on 11" I lra *e Work Order No. 1— 45th Street and US Highway 1 Roadway and Signalization Improvements, Indian River County x 17" sheets. 2. Plan sheets shall depict existing right-of-way, section lines, property lines, temporary construction easements, and centerline of construction. Horizontal control points with state plane coordinates for all PC's, PT's, curve radius, curve length and horizontal Pi's shall be included on the Plan or summarized in an alignment table. 3. Utility adjustment sheets are not included in this scope of services and will be negotiated, if required, as a separate agreement at the completion of the design phase. 4. Plans shall include spot grades adequate to describe any proposed grading. 5. Match lines shall not be located within the limits of an intersection. 6. If applicable, soil boring information shall be plotted on cross sections with soil classification and high season water table. 7. All quantities shall reference FDOT Pay Item Numbers. 8. All details shall reference FDOT Index Numbers. 9. All specifications shall reference to FDOT Specifications for Road and Bridge Construction. Any deviations are special specifications not included in FDOT Specifications are required in the Technical Specifications. 10. The COUNTY will be responsible for supplying all needed topographic design survey data and geotechnical data necessary to design and permit the above identified improvements. 11. Initial, interim and Final Plan Submittal shall include the following: i. Three (3) Sets of Signed and Sealed Plans. ii. One (1) Opinion of Probable Construction Cost iii. One (1) CD with drawings in PDF format. The plans will be prepared based upon English units. The design will be conducted in MicroStation and Geopak. Final Design files will be provided to the COUNTY in autoCAD format. B. Signing and Pavement Marking Plans: Pave 2 of 6 Work Order No 1— 45' Street and US Highway 1 Roadway and Signalization Improvements, Indian River County Signing and Pavement Markings will be included within the Construction Documents. Quantities will be provided in the Summary of Pay Items sheet. All signing and pavement markings are to be prepared in accordance with the latest design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, County standards and shall be accurate, legible, and complete in design. C. Drainage Design and Permitting: 1. The Consultant will submit a permit application to the Florida Department of Transportation (FDOT) to support the roadway and signalization improvements proposed to take place within the FDOT US Highway 1 right-of-way. 2. Perform drainage investigations and analysis necessary to prepare a design which will drain the project in accordance with the COUNTY and St. Johns River Water Management District (SJRWMD) criteria. 3. A Stormwater Pollution Prevention Plan (SW3P) will be developed in conjunction with this project. The site specific SW3P is a requirement of both the EPA National Pollutant Discharge Elimination System (NPDES) General Permit for Stormwater Discharges from Construction Activities, and the FDEP Generic Permit for Stormwater Discharges from Construction Activities. 4. The Consultant will submit a permit application to the Florida East Coast (FEC) Railroad to support the roadway improvements proposed to take place within the FEC right-of-way. 5. All permit fees will be paid directly by the COUNTY and are not included in the lump sum fees. D. Franchise Utility Coordination: The Consultant will coordinate with franchise utility operators in the vicinity of the project such that the proposed construction activities can be developed to minimize impacts to existing utilities located within the project limits. E. Signalization Plans: The Consultant will design mast -arm traffic signalization plans at the subject intersection to accommodate the proposed roadway improvements identified within this scope of work. The signalization plans will be developed consistent with FDOT design standards and requirements. Pave 3 of 6 fl Work Order No. 1— 45' Street and US Highway 1 Roadway and Signalization Improvements, Indian River County EXHIBIT B — FEE SCHEDULE The COUNTY agrees to pay and the Consultant agrees to accept for services rendered pursuant to this Agreement fees inclusive of expenses in accordance with the following: A. Professional Services Fee The basic compensation mutually agreed upon by the Consultant and the COUNTY is as follows: Lump Sum Components Task Labor Fee Roadway Plans $35,465 Signing and Marking Plans $10,250 Drainage Design and Permitting $18,580 Franchise Utility Coordination $2,510 Signalization Plans $15,390 Project Total $82,195 (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 4 of 6 Work Order No 1— 45th Street and US Highway 1 Roadway and Signalization Improvements, Indian River County EXHIBITC — TIME SCHEDULE Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately sixteen (16) weeks from the Notice to Proceed (NTP). (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 5 of 6 Work Order No 1— 45th Street and US Highway 1 Roadway and Signalization Improvements, Indian River County The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), 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 B (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 C (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: KIMLEY-HORNS i.11e 5, INC. By: Title: rl'ood, Senior Vice President •�\\• •. COArM�ss; *:' `9 • •/GFgCOUhlN,E���\O B BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Wesley S. Davis, Chairman BCC Approved Date: February 17, 2015 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk inistrator Approved as to form and legal sufficiency: 4., Dylan T. Reingold, County Attorney Page 6 of 6