Loading...
HomeMy WebLinkAbout2017-017 WORK ORDER NUMBER 9 US Highway 1 Landscape Improvements—S. County Line to Oslo Road IRC Project No. 1631 This Work Order Number 9_is entered into as of this 7thday of February, 2017, pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011 and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of the 4`h 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 & Associates, Inc.("Consultant"). EXHIBIT A SCOPE OF WORK The COUNTY desires to seek to beautify the above identified corridors by the installation of median landscape improvements which will enhance its aesthetic quality. Proposed landscape improvement PROJECT LIMITS along US Highway 1 (State Road 5) will be implemented between Highland Drive SW and Oslo Road for a total project length of 8,450 feet(1.6 miles). In addition, the COUNTY desires to construct a monument sign(s) along the southern portion of US Highway 1. The COUNTY will provide the survey base map information which the Consultant will utilize to prepare the construction documents upon. The proposed landscape and signage improvements will be designed, permitted and constructed consistent with the Florida Department of Transportation standards. 1. Landscape Plans: The Consultant shall develop Landscape Plans to delineate proposed planting types, scheme development and associated preliminary costs. A conceptual design shall be submitted with the 50% plan submittal. The conceptual design shall include identification of opportunities and constraints associated with the project based on existing site conditions. Summary of analysis, if required, will be included with the conceptual design. p g 50%Submittal 1. Design review and comment-Submit four hard copy sets of the landscape plans and specifications in 11"x 17"format for COUNTY design review and comment. 2. MOT plan sheets - Submit four hard copy sets included in the landscape plans and specifications. 3. Utility coordination letters will be submitted to franchise utility operators located within the corridor, requesting information on location, size, etc. related to existing utilities located in the corridor. The information obtained will be reflected in the 50%Submittal. 4. Overall project cost estimate, including maintenance of traffic, will be prepared -Submit two hard copies in 8%2" x 11" format. 5. Letters to billboard owners within the project limits will be submitted following COUNTY review of the 50%Submittal. The 90% and 100% Submittals shall include identifying the species/type, size, location, spacing and quality of all-plants. All plant material will consist of drought tolerant/ Florida-Friendly species. The Consultant shall include a written or graphic guide for care and maintenance associated with the plant material after the warranty period. The maintenance plan will be developed in coordination with the COUNTY who will assume maintenance obligation. The Landscape Plans will be developed so as to not require an automated irrigation system. 90%Submittal 1. A Comment/ Response letter will be prepared addressing each COUNTY 50%Submittal design review comment with a descriptive response. 2. Submit four 90% Submittal hard copy sets of the landscape plans and specifications in 11"x 17"format. 3. MOT plan sheets - Submit four final hard copy sets included in the landscape plans and specifications. 4. Letters of 'no conflict' from all utilities within the project limits - Submit two final hard copies of each in 8 %" x 11" format. Include any additional letters omitted in the first submittal.The Department must have two hard copies of all letters prior to the issuance of the Notice to Proceed with Construction. 5. Letters to billboard owners within the project limits-Submit two final hard copies of each in 8%" x 11"format. Include any additional letters omitted in the first submittal. 6. Overall project cost estimate, including maintenance of traffic, will be prepared -Submit two hard copies in 8%2" x 11" format. 100%Submittal 1. A Comment/ Response letter will be prepared addressing each COUNTY 90%Submittal design review comment with a descriptive response. 2. Submit four 100% Submittal hard copy sets of the landscape plans and specifications in 11" x 17" format. Plan sets shall be signed, sealed and dated if documents are created by a Landscape Architect. 3. MOT plan sheets-Submit four 100%Submittal hard copy sets included in the landscape plans and specifications. If the MOT plan is other than the Department Standard Indices, the plan must be signed, sealed and dated by a Professional Engineer. 4. Overall project cost estimate, including maintenance of traffic, will be prepared -Submit two hard copies in 8%" x 11" format. 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" = 40' prepared on 11" 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. Match lines shall not be located within the limits of an intersection. 5. All quantities shall reference FDOT Pay Item Numbers. 6. All details shall reference FDOT Index Numbers. 7. 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. 8. 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. 2. Monument Signage: The Consultant will be provided a monument sign conceptual design template from the COUNTY adequate to understand intent. From this template the ENGINEER will prepare specific design documents indicating the style, size, materials,finishes, etc. necessary to construct the final approved sign. The Consultant will prepare a family of signs (up to 3) based upon the conceptual design provided. 3. Permitting: The Consultant will submit an application to the Florida Department of Transportation (FDOT), following the 90% Submittal, to permit the proposed landscape and signage improvements proposed by the COUNTY. A draft copy of the permit application packages will be provided to the COUNTY for review. Once the COUNTY's comments have been received and incorporated into the permit packages, the Consultant will submit the package and respond to Request for Additional Information(RAI). Permit application fees and required agency review fees shall be paid by COUNTY. 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 `' 4 The basic compensation mutually agreed upon by the Consultant and the COUNTY; is as follows: Lump Sum Components Task Labor Fee Landscape Plans $46,125 Monument Signage $ 12,400 Permitting $ 6,500 Work Authorization Total $ 65,025 TIME SCHEDULE Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately six(6) months from the Notice to Proceed (NTP). NTP Upon BOCC Approval 50% Design Submittal 2 months following NTP 90% Design Submittal 4 months following NTP 100% Design Submittal 6 months following NTP The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), part of 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 A (Fee Schedule), part of 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 A (Time Schedule), part of 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 KIMLEY-HORN&ASSOCIATES,INC. OF INDIAN RIVER COUNTY By: j By: co pr R b N p Bridn.,A. ood,P.E. seph E. Flescher, Chairman A Title: Sr.Vice President - - - - - - - --- A H BCC Approved Date: February 7, 2017 % °c `moo 9yRj nce 8.Pia SOP Attest:Jeffrey R.Smith,Clerk of Court and Comptroller `FRcouNr� By: DeputV#kkj Approved: Jason E. rown County Admmistra r Approved as to form and legal sufficiency: Dylan T.Reingold,County Attorney