HomeMy WebLinkAbout2017-117INDIAN RIVER COUNTY
CONTINUING CONTRACT AGREEMENT FOR
PROFESSIONAL SERVICES
This Work Order Number 14 is entered into as of this 15 day of August , 2017,
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 Beautification Phase 11
The COUNTY desires to continue the pedestrian and beautification improvements along
45th Street, as originally contemplated in the Gifford Neighborhood Plan developed by
Gifford residents and Indian River County. The Phase 11 improvements will incorporate
enclosing the existing Indian River Farms Water Control District (IRFWCD) sub -lateral
canal located along the south side of 45th Street.
The proposed sub -lateral canal enclosure will begin approximately 625 linear feet east
of 43rd Avenue (connecting to the newly installed sub -lateral enclosure culvert recently
constructed, by others) and continuing approximately 3,800 linear feet to the IRFWCD
Lateral 'H' Canal. The purpose of the sub -lateral canal enclosure is to allow for a 6'
pedestrian sidewalk to be constructed along the south side of 45th Street, extending the
pedestrian connection along the south side of 45th Street from approximately 43rd
Avenue to 28th Court (Gifford Middle School).
In addition, the additional green space created by enclosing the sub -lateral canal will
allow for additional landscape improvements to be constructed away from existing
utilities and other limiting factors located along the north side of 45th Street.
Work Order No. 14 — 45th Street
Beautification Phase II Improvements,
Indian River County
A. Supplemental Topographic Survey:
The Consultant will provide professional surveying services to supplement the
existing 45th Street Topographic Survey prepared by the COUNTY. The topographic
design survey will be prepared under the direct supervision of a Professional
Surveyor and Mapper registered in the State of Florida, in accordance with the
Minimum Technical Standards for surveying in the State of Florida, pursuant to
Chapter 5J-17, Florida Administrative Code.
B. Construction 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, 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" = 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. Signing and Pavement Markings will be included within the Construction
Documents. All signing and pavement markings are to be prepared in
accordance with the latest design standards and practices (MUTCD), FDOT
Standard Specifications, Indexes, and COUNTY standards.
4. 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.
5. Plans shall include spot grades adequate to describe any proposed grading.
6. Match lines shall not be located within the limits of an intersection.
Page 2 of 7
Work Order No. 14 -45th Street
Beautification Phase II Improvements,
Indian River County
7. If applicable, soil boring information shall be plotted on cross sections with
soil classification and high season water table.
8. All quantities shall reference FDOT Pay Item Numbers.
9. All details shall reference FDOT Index Numbers.
10. 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.
11. Initial (40% completion), interim (80% completion) and Final Plan (100%
completion) 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.
C. Drainage Design and Permitting:
1. Perform drainage investigations and analysis necessary to prepare a design
which will drain the project in accordance with the COUNTY, St. Johns River
Florida Water Management District (SFWMD), IRFWCD and U.S. Army Corps of
Engineers (ACOE) design criteria. The work will include the engineering analyses
for the following:
a. Design of Roadway Ditches
Design roadway conveyance ditches. This includes determining ditch
cross sections, grades, selecting suitable channel lining, designing the
side drain pipes, and documentation.
b. Design of Outfalls
Analyze and document the design of ditch or piped outfalls.
c. Drainage Design Documentation Report
Compile drainage design documentation into report format. Include
documentation for all the drainage design tasks and associated
meetings and decisions, except those associated with the Pond Siting
Analysis Report and Bridge Hydraulics Report.
Page 3 of 7
Work OrdeNo. 14 — 45th Street
Beautification Phase 11 1 mprovements,
lndian River County
2. The Consultant will submit a permit applications to the |RFVV[C\ St. Johns River
Water Management District (SJRWMD) and the U.S. Army of Corps Engineers
(ACOE) to support the proposed improvements.
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. All permit fees will be paid directly by the COUNTY and are not included in the
lump sum fees.
D. Franchise Utilitv 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. The Consultant will
physically ocate subsurface existing franchise utilities that cross the IRFWCD right-
of-way to ensure that conflicts with the proposed culvert improvements are
avoided.
E. Landscape Plans:
The Consultant will prepare Landscape improvement plans consistent with the
Phase U conceptual landscape plan, previously approved by the COUNTY. Final
design shall include identifying the species/type, size, location, spacing and quality of
all plants. The Landscape Plans will be developed to not require an automated
irrigation system.
Page 4 of 7
Work Order No. 14 — 45th Street
Beautification Phase II 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
Supplemental Topographic Survey $6,500
Construction Plans $46,365
Drainage Design and Permitting $22,870
Franchise Utility Coordination $2,510
Landscape Plans $7,250
Project Total $85,495
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 7
Work Order No. 14 — 45th Street
Beautification Phase U Improvements,
Indian River County
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, finai designn documents are ex
to take approximately six (6) months from the Notice to Proceed (NTP).
NTP contingent upon BOCC approval
Initial Submittal (40% Design Drawings)
Interim Submittal (80% Design Drawings)
Final Submittal (100% Design Drawings)
lmonths following NTP
4months following NTP
6months following NTP
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 6 of 7
Work Order No. 14 — 45th Street
Beautification Phase II 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-HORN AND ASSOCIATES,
INC.
By:
Bri n Good, P.E.
Title: Senior Vice President
BOARD OF COUNTY COMMISSIONERS•li COti