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