HomeMy WebLinkAbout2019-038WORK ORDER NUMBER 1
6th Avenue Resurfacing from US Highway 1 to 21' Street
Project Number: IRC -1638
This Work Order Number 1 is entered into as of this 5th day of March , 2019, pursuant to that
certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th
day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political
subdivision of the State of Florida ("COUNTY") and Atkins North America, Inc. ("CONSULTANT").
The COUNTY has selected the CONSULTANT to perform the professional services set forth on Exhibit A (Scope
of Services), attached to this Work Order No. 1 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 timeframes 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:
ATKINS NORTH AMERICA, INC.
By:
Title:
atthe A. . ylor, PE
VP, Sr. Division Manager
BOARD OF COUNTY COMMISSIONER /•
INDIAN RIVER COUNTY >�. .!o�.,.
I *• ✓F�
BY: 3_€\.._j_Pi.4.. `. o =. _ `,,d'� r
Bob Solari, Chairman '2
.9i,,FR COUt1N.�•o'�.
BCC Approved Date: 03/05/2019 .Y
Attest: Jeffrey R. Smith, Clerk of Court and
Comptroller
By:
Approved:
Approved as to form and legal sufficiency:
UiibA")
Deputy Clerk
Jason •wn, County Administrator
�^
4/(9 n T. Reingold, County Attorney
f EXHIBIT A (SCOPE OF SERVICES)
Proposal to Provide
Professional Engineering Services
for
IRC Project No. 1638 — 6th Avenue Resurfacing Project
US -1 to 21st Street
Vero Beach, Indian River County, Florida
ATKINS
Indian River County (County) is proposing to improve the safety and operation of 6th Avenue from Highway
US -1 to 2131 Street. Approximately 3,700 LF (0.7 miles) of the road (15th Place north to 21St Street) are
within the city limits of Vero Beach, FL. The proposed improvements consist of milling and resurfacing
the existing asphalt pavement, filing in sidewalk gaps, and upgrading pedestrian crossings to current FDOT
standards. Included in the scope of services are survey and geotechnical services for roadway cores. The
total length of roadway within the project area is approximately 10,560 LF (2.0 miles).
The following are noted from the 8/29/2018 coordination meeting with IRC staff and follow up site visit
with IRC staff on 9/11/2018:
• Limited available right of way is expected to be a factor.
• No lane or shoulder widening is to occur.
• The use of shared lanes may be considered by IRC staff.
• The limits of existing curbing are to remain unless needed for drainage.
• The drop off near 12th Street may require drainage improvements to create an acceptable shoulder,
however this is not a drainage project. Any drainage improvements are limited to what is required
for the proposed sidewalk improvements.
• Replace existing asphalt sidewalks with 6" concrete (with fibermesh).
• Connect and fill in sidewalk gaps along the project area (east side 6th Avenue) from US -1 to 215t
Street.
• Replace damaged sidewalk panels and panels where vertical joint deflection exceeds ADA
tolerances.
• Upgrade pedestrian crossings at intersections to the current Indian River County PW/FDOT/ADA
standards.
• Maintain brick and concrete pedway crossings, but stamped asphalt pedway crossings are to be
removed (during pavement milling) and replaced with stamped asphalt.
• Include cross slope correction in typical section.
• All traffic signals will remain span wire, no upgrades to mast arms.
• Upgrade existing in -ground signal detection loops to video detection at two traffic signals (811' Street
and 12th Street).
• Provide an ITS fiber conduit for future use.
• Include cost estimate in the scope of services, with breakdown for inside/outside city limits.
At the request of the County, ATKINS (Consultant) has prepared a scope of services for providing
engineering design and construction documents for the proposed roadway improvements as follows:
February 14, 2019
Page 1 of 10
ATKINS
SECTION 1 SCOPE OF SERVICES
TASK 1: SURVEY
Prepare a road route survey, including right-of-way and topographic survey, of 6th Avenue from and
including the intersection of US -1 to and including the intersection with 21st Street (10,400± feet). The
survey observations shall include the following:
1. Establish right-of-way and vertical control for topographic collection along 6th Avenue within the
project limits. Topographic information to include crown of the road and well-defined edges of
pavement, shoulders, side slopes and ditch information every 100 feet. Existing improvements will
include pavement, walks, trees, storm structures, visible utilities, including inverts and rim elevations,
curb and gutters, sidewalks, utilities, pull boxes, drainage and street signs, power pole, mast arms,
existing driveways and other above ground (visible) features within the project limits.
2. Prepare a detailed plan view drawing of recovered and recorded information under the guidelines
and requirements set forth by Indian River County.
3. The survey base line will be monumented with offset control points to avoid being disturbed during
construction.
4. Survey will be referenced to the North American Datum of 1983, Adjustment of 2011, Florida East
State Plane Coordinate System (Zone 901) and displayed in US Survey Feet.
5. Extend topographic survey approximately 10 feet beyond the existing right of way of 6th Avenue at
approximately 30 intersecting road right of ways (750± feet).
6. Extend topographic survey east of the east right of way of 6th Avenue for approximately 4000 feet
(width varies) per aerial exhibits (Sheets 1-3).
All surveys shall meet minimum technical standards adopted by the Florida Board of Professional
Surveyors and Mappers as set forth in Chapter 5J-17 F.A.C.
Exclusions: Title Reports and Review thereof, Control Survey or Right of Way Maps, easements or right
of way parcel sketch and descriptions are not included in this scope of work.
TASK 2: PAVEMENT CORES
Atkins will utilize the services of a geotechnical testing firm to provide 6 pavement cores within the limits
of asphalt pavement. The locations of the cores will be based on an aerial photograph provided to the
geotechnical firm based on coordination with the County. The cores will be obtained using portable electric
core drill equipped with a 4 -inch diameter diamond tipped core barrel. Cores will be removed and measured
for asphalt and base thickness. A 3 -inch diameter hand held bucket auger will then be used to perform
shallow hand auger borings to a maximum depth of 3 feet below top of pavement to obtain samples of the
subgrade for classification. Bore holes will be backfilled with the soil cuttings and pavement core holes
will be patched with cold -patch asphaltic concrete upon completion. The following findings will be
provided for each pavement core: Approximate core location, approximate asphalt and base thickness,
apparent base type, and subgrade soil classification. LBR and gradation testing will not be performed.
February 14. 2019
Page 2 of 10
ATKINS
TASK 3: EXISTING CONDITIONS REVIEW
Atkins will review the existing survey of the roadway area provided by the County and will make a site
visit to review the project area. A list of existing conditions and the survey with field markups will be
provided to the County. This task also includes meeting with County Staff to review the project and discuss
areas of particular concern.
TASK 4: ROADWAY PLANS
1. Based on review of the information obtained in Tasks 1, 2 and 3, the Consultant will prepare design
and construction documents for the proposed improvements. The construction documents will be
prepared in 11x17 inch format and will include the following drawing sheets:
• Key Sheet,
• Summary of Pay Items,
• Typical Section & Cross Slope Correction Details,
• Project Layout and Control,
• General Notes,
• Roadway Plan,
• Cross Sections (at points of interest, up to 15 Cross Sections),
• Stormwater Pollution Prevention Plan,
• Signing and Pavement Markings,
• Signalization Plans (Task 5).
Any storm sewer improvements, utility adjustments, clearing and grubbing areas will be shown on
the plan sheets. Side walk grade spot elevations will also be shown on the plan sheets in lieu of
sidewalk profiles. Pavement markings will be based on existing aerial photograph. Applicable
FDOT standard index sheets, including Index 600 Traffic Control Details will be provided as a
separate attachment to the plan set.
Plans will be submitted to the County for review at the 60%, 90% and 100% design stages. Final
100% Construction Documents signed and sealed will be submitted to the County for record.
2. Prepare three (3) estimates of probable construction costs based on 60%, 90% and 100%
Construction Documents. Asphalt quantities computed for cross slope correction will be based on
evaluation of roadway section elevations via spreadsheet (a 3-D corridor will not be generated).
The area of any easements or right of way required for construction of the proposed improvements
will be shown on the roadway plan sheets but no dollar value will be assigned.
3. Provide technical specifications for the project. The technical specifications will be based on an
approved current edition provided by the County. Specifications shall be submitted to the County
for review with the 90% and 100% design submittal.
February 14, 2019
Page 3 of 10
ATKINS
TASK 5: SIGNAL UPGRADE PLANS
The following traffic signal upgrades are proposed by the County:
1. 8"' Street and 12th Street intersections: Upgrade existing in -ground signal detection loops to
new video detection per Indian River County requirements.
2. 6th Avenue from US -1 to 21" Street: Provide conduit for future ITS system. This information
will be shown on the roadway plan sheets. Assumes conduit will stop at the south end of 6th Ave
and the intersection at 21' Street.
The Consultant will develop signal design plans prepared in accordance with the County standards and
preferences, the Florida Department of Transportation (FDOT) standards and the Manual on Uniform
Traffic Control Devices (MUTCD). Locations of signal equipment and power source will be coordinated
with FPL.
The signal design plans will be prepared in 11 -inch x 17 -inch format and will include the following sheets:
• Tabulation of Quantities Sheet,
• General Notes Sheet,
• Signalization Plan Sheets,
• Detail Sheets.
The plans will be submitted to the County at the 60%, 90% and 100% stages for review and comment.
Review comments received from the County will be incorporated into the plans and written responses to
the comments will be provided. Final 100% Construction Documents, signed and sealed will be submitted
to the County for record.
TASK 6: PERMITTING AND UTILITY NOTIFICATION
The Consultant will prepare and submit permit applications with accompanying Construction Documents
for agency review, coordinating each submittal with the Client as necessary. The following permitting
activities are anticipated:
1. Indian River County Public Works staff review:
The Consultant will prepare and submit to County Public Works submittal packages with
accompanying Construction Documents (plans and specifications), and the Engineers Estimate of
Probable Construction Cost in support of obtaining Public Works Approval for the proposed
improvements. The submittals will occur at the 60%, 90% and 100% design stages. Comments from
County staff will be incorporated into the plans and the Consultant will provide a written response to
each comment. This task includes one meeting with the County to review comments.
2. City of Vero Beach Right of Way Permit:
The Consultant will prepare and submit to the City of Vero Beach in support of obtaining a Right of
Way Permit for the proposed project improvements located within the City. The initial submittal will
occur at the 90% design stage. Comments from city staff on the 90% submittal will be incorporated
into the 100% plans and the Consultant will provide a written response to each comment. It is assumed
that the 100% submittal will be approved by the city.
February 14, 2019
Page 4 of 10
ATKI N S
St. Johns River Water Management District (SJRWMD) Permit Exemption Request:
The Consultant shall prepare and submit a request for permit exemption for the proposed
improvements. It is assumed that this project will qualify for an exemption under F.A.C. Chapter 62-
330.05 Exempt Activities (c) Minor roadway safety construction, alteration, or maintenance and
operation.
3. Florida Department of Transportation (FDOT) General Use Permit:
The Consultant shall prepare and submit a General Use Permit application to FDOT for the proposed
improvements within FDOT Right of Way. The submittals will occur at the 90% and 100% design
stage. Comments from FDOT staff on the 90% submittal will be incorporated into the 100% plans
and the Consultant will provide a written response to each comment. It is assumed that the 100%
submittal will be approved by FDOT.
4. Utility Notification and Coordination:
The Consultant will coordinate with local utility providers including FP&L, AT&T, Bright House
Networks, NUI City Gas Company, County and Town Utility department to obtain available
information regarding existing utilities within the proposed project limits. The Consultant will provide
a Notice to Utility Owner Providers of the proposed improvements. Upon request by the County a
record of email delivery confirmation to each utility provider will be provided to the County. The
Consultant will provide a copy of each submittal (60%, 90% and 100%) to the utility providers
identified by Sunshine State One Call of Florida with a request for plan markups from the utility. The
Consultant will also attend a Utility Coordination Meeting at the County following the 60% and 90%
submittal (2 total) during the design phase to review utility conflicts that have been identified by the
utility provider or determined during the design phase. It is anticipated that only minor utility and
hydrant adjustments will be required, and those adjustments will be shown on the plans. Utility design,
utility adjustment plans and utility main relocation is not included in this scope of work.
TASK 7: BID PHASE SERVICES
Following approval of the Final Construction Documents the Consultant will prepare bid documents to the
County consisting of the approved construction drawings and the project technical specifications issued for
bid. The Consultant will also edit Division 0 and 1 specifications provided by the County in MS Word
format to insert project specific information in these sections, including the bid schedule. It is assumed that
only minor project specific information editing of Division 0 and 1 specifications will be required. The
Consultant will also:
1. Attend a pre-bid meeting.
2. Prepare answers to questions submitted by potential bidders to the County (7 calendar day review
period). Estimated level of effort is based on providing one combined response of all questions
submitted to and compiled by the County.
3. Assist the County with preparing bid addendums for technical items (one bid addenda is assumed).
4. Review and make recommendations to County regarding acceptance of the low bid contractor's
Schedule of Values.
Following bid submittal, the Consultant will review the submitted bids and provide a recommendation for
award to the County.
February 14, 2019
Page 5 of 10
ATKINS
SECTION 2 ASSUMPTIONS AND EXCLUSIONS
1. Application fees, impact fees and any other fees required by regulatory agencies are considered a direct
expense to the County.
2. The following assumptions apply to this scope of services:
• The County has supplied legal descriptions of parcels fronting the Right of Way via 9/25/2018
email with FTP site link.
• The proposed facilities will not require relocation of major utility facilities, including power,
communications, water, sewer and gas. Design and permitting of major utility relocation is
assumed to be by the utility provider and is not included in this proposal.
• It is assumed pavement resurfacing will be based on standard County pavement section,
detailed pavement design is not included in this scope of services.
• Any lane sharing will be accomplished by pavement marking "Sharrows", lane narrowing and
adding additional lanes, including bike lanes or lanes adjacent to the travel lane is not included
in this proposal.
• Drainage, grading, and utility adjustment information will be shown on the roadway plan
sheets.
• ITS conduit information will be shown on the roadway plan set.
• The Contractor will be responsible for preparation and submittal of a Maintenance of Traffic
(MOT) Plan to the County for approval prior to construction. No MOT details will be included
in the Construction Plans.
• The Contractor will be responsible for preparation and submittal of the FDEP NOI for the
project prior to construction and N.O.T. upon completion of construction.
• It is assumed that no changes or upgrades to existing pedestrian crossing signals are required
and that structural analysis of existing strain poles is not required.
• It is assumed the County will schedule the Utility Coordination Meetings.
• FDOT General Use Permitting assumes one submittal and one response to comments.
Additional submittals are not included in this scope of work.
• The Contractor shall provide an as -built survey, prepared by a land surveyor registered in the
State of Florida, to the County and Atkins.
• Task 7 Bid Phase services is assumed to last approximately two months from submittal of Issue
for Bid documents to the County.
3. Design and permitting of any offsite improvements, are not included in this proposal.
February 14, 2019
Page 6 of 10
ATKINS
4. FDOT standard structures will be specified for all proposed drainage structures. The structural design
of special structures that may be required to address special design conditions or conflicts is not
included in this scope.
5. The following items are not included in this scope of work:
• Traffic Signal Warrant, Traffic Planning, Traffic Studies and ITS design.
• Additional Geotechnical Investigations not specified in Task 2 of this scope of services,
• Subsurface Utility Engineering (SUE), including soft digs and utility locates.
• Profile Drawings of the proposed improvements.
• Stormwater management system design and permitting.
• Additional City of Vero Beach, SJRWMD and FDOT permitting not specified in Task 6
of this scope of services
• ACOE and FEMA and FDEP permitting is considered an additional service.
• Utility design, utility adjustment plans and utility main relocation (except for minor utility
service or hydrant adjustments).
• Easements and land acquisition support services.
• Division 0 and 1 Specification preparation (except as specified in the scope) and legal
review.
• Maintenance of Traffic (MOT) Plans and MOT Details.
• Evaluation of Contractors Means and Methods or alternative designs for components
proposed by Contractor.
• Construction phase services, including pre -construction meeting, review of shop drawings,
responses to requests for information (RFI's), review of change orders, pay application
reviews, site inspections, as -built survey review, certification of completion and record
drawings.
February 14, 2019
Page 7 of 10
EXHIBIT C (TIME SCHEDULE)
SECTION 3 SCHEDULE & DELIVERABLES
The following schedule is anticipated for Tasks 1 through 6:
A. Fifty-six calendar days from NTP:
• Task 1 — Survey,
• Task 2 — Pavement Cores,
• Task 6 — Notice to Utility Providers.
B. Twenty-one calendar days from completion of survey and pavement cores:
• Task 3 - Existing conditions review and list, meeting with IRC Staff.
C. Fifty-six calendar days from completion of Task 3 Existing Conditions Review:
• Task 4 - Roadway Plans — 60% design completion,
• Task 5 - Signalization Plans — 60% design completion,
• Task 6 - Submittal of 60% Design Documents to County,
• Task 6 - Submittal of SJRWMD Permit Exemption Request.
ATKINS
D. Twenty-one calendar days from submittal of 60% Phase II Design Documents to County:
• Review comments by County.
E. Twenty-eight calendar days from receipt of County comments:
• Task 4 - Roadway Plans — 90% design completion,
• Task 5 - Signalization Plans — 90% design completion,
• Task 6 - Submittal of 90% Construction Documents to County and FDOT.
F. Twenty-one calendar days from submittal of 90% Construction Documents to County:
• Final review comments by County.
• Review comments from FDOT.
G. Twenty-one calendar days from receipt of County and FDOT comments:
• Task 4 - Roadway Plans —100% Final Construction Documents,
• Task 5 - Signalization Plans —100% Final Construction Documents,
• Task 6 - Submittal of Phase 100% Construction Documents to County and FDOT.
February 14, 2019
Page 8of10
ATKINS
The following deliverables will be provided to the County:
A. Task 1 - Survey,
B. Task 2 — Pavement core results,
C. Task 4 — 60, 90 and 100% Roadway and Traffic Signal Plans (1 hardcopy and 1 pdf),
D. Task 4 — 60, 90 and 100% Cost Estimate (1 hardcopy and 1 pdf),
E. Task 4 — 90 and 100% Specifications (pdf),
F. Task 6 — Notice to Utility Providers (pdf copy),
G. Task 6 — SJRWMD permit exemption determination (pdf copy),
H. Task 4 — Final 100% Construction Documents (Roadway & Signalization Plans, Cost
Estimate, Specifications, Signed and Sealed), (1 hardcopy and 1 pdf),
I. Task 6 - Written responses to County and FDOT comments (1 pdf),
J. Task 7 - Issue for Bid Documents (Roadway Plans and Traffic Signal Plans, Cost Estimate
Specifications, Signed and Sealed (1 hardcopy and 1 pdf).
February 14, 2019
Page 9 of 10
EXHIBIT B (FEE SCHEDULE)
SECTION 4 COMPENSATION
ATKINS
The proposed scope of services will be provided on a lump sum basis administered pursuant to the
provisions of our master contract dated April 17, 2018 and invoiced monthly based on the percentage of
completion of the overall project.
Task 1: Survey $ 33,400
Task 2: Pavement Cores $ $4,300
Task 3: Existing Conditions Review $ 8,690
Task 4: Roadway Plans $ 75,300
Task 5: Signalization Plans $ 14,070
Task 6: Permitting and Utility Notification $ 20,460
Task 7: Bid Phase Services $ 12,720
Page 10 of 10
TOTAL $
168,940
February 14, 2019