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