HomeMy WebLinkAbout2019-062WORK ORDER NUMBER 8
69TH STREET MILLING & RESURFACING PROJECT
Project Number: IRC -1639
This Work Order Number 8 is entered into as of this 9th day of April , 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 KIMLEY-HORN AND ASSOCIATES, INC. ("Consultant").
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.
EXHIBIT A — SCOPE OF WORK
The COUNTY desires to retain Consultant services to develop construction documents and
obtain jurisdictional approvals to rehabilitate the existing 69' Street roadway pavement
between 66th Avenue and U.S. Highway 1, approximately 2.5 miles. Pavement rehabilitation
will be achieved by using full depth reclamation of the existing pavement section materials and
constructing a surface course consisting of superpave asphaltic concrete. In addition to
designing the full depth reclamation, paved shoulders will be added to provide for bike lanes
along the corridor.
The County agrees to provide the design topographic corridor survey and geotechnical
investigation necessary to design the contemplated improvements.
A. Roadway Plans:
Roadway set of plans shall consist of the following:
1IF a_e
Work Order No. 8
69th Street Milling &
Resurfacing Project
Notes: (P) -Preliminary, (S) -Substantially Complete, (F) -Final
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.
Page 2 of 7
40%
80%
100%
Cover Sheet
P
5
F
Summary of Pay Items
P
S
F
Drainage Maps
P
S
F
Typical Sections
P
S
F
Summary of Quantities & General Notes
P
S
F
Project Layout
P
S
F
Plan and Profile Sheets (40 scale)
P
S
F
Special Details
P
S
F
Roadway Soil Survey
P
S
F
Cross Sections at 100 ft intervals
P
S
F
Stormwater Pollution Prevention Plans
P
S
F
Signing & Pavement Marking Plans
(40 scale double plan)
P
S
F
Construction Cost Estimate and Quantities
P
S
F
Notes: (P) -Preliminary, (S) -Substantially Complete, (F) -Final
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.
Page 2 of 7
Work Order No. 8
69th Street Milling &
Resurfacing Project
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, where applicable.
9. All specifications shall reference the FDOT Specifications for Road and Bridge
Construction. Any deviations or special specifications not included in FDOT
Specifications will be provided in the Technical Specifications.
10. Initial (40% completion), interim (80% completion) and Final Plan (100%
completion) Submittal shall include the following:
i. Three (3) Sets Plans.
ii. One (1) Opinion of Probable Construction Cost
iii. One (1) CD with drawings in PDF format.
The Consultant will be responsible for producing an opinion of probable cost (OPC)
estimate and reviewing and updating the OPC when scope changes occur and/or at
designated milestones of the project. A Summary of Pay Items sheet shall be prepared
with all required Initial (40%), Interim (80%) and Final Plan (100%) submittals. The Final
Plans will be provided signed and sealed. The plans will be prepared based upon English
units. The design will be conducted in MicroStation and Geopak. The Final Plans will be
provided in Autodesk Civil 3D format.
B. Drainage Design and Permitting:
The Consultant will 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 (SJRWMD), Indian River Farms Water Control District (IRFWCD)
and U.S. Army Corps of Engineers (ACOE) design criteria.
1. The Consultant will submit a permit applications to the SJRWMD, IRFWCD and ACOE
to support the proposed improvements.
2. A Stormwater Pollution Prevention Plan (SW3P) will be developed in conjunction with
Page 3 of 7
Work Order No. 8
69th Street Milling &
Resurfacing Project
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.
C. Signing and Pavement Marking Plans:
Signing and Pavement Marking plans shall include: Preparation of the plan layout, key
map, quantities (including signing and pavement marking quantity), tabulation of
quantities, and detail of major signs. Plans are to be prepared in accordance with the latest
design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, and shall
be accurate, legible, complete in design and drawn at the same scale as the Roadway Plans,
furnished in reproducible form.
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. Franchise utility adjustments, designed
by the respective franchise utility operator, will be requested by the Consultant and
reflected within the prepared construction documents.
Page 4 of 7
Work Order No. 8
69th Street Milling &
Resurfacing Project
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 $ 149,655
Drainage Design and Permitting $ 11,180
Signing and Pavement Marking Plans $ 13,540
Franchise Utility Coordination $ 11,960
Total Project $ 186,335
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 7
Work Order No. 8
69th Street Milling &
Resurfacing Project
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately nine (9) months from the Notice to Proceed (NTP).
NTP contingent upon BOCC approval
Initial Submittal (40% Design Drawings) 5 months following NTP
Interim Submittal (80% Design Drawings) 7 months following NTP
Final Submittal (100% Design Drawings) 9 months following NTP
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 6 of 7
Work Order No. 8
69th Street Milling &
Resurfacing Project
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:
Title:
Principal
By:
•••SY C06';•
BOARD OF COUNTY COMMISSIONER1P
OF INDIAN RIVER COUNTY 3C
Bob Solari, Chairman
BCC Approved Date: April 9, 2019
Attest: Jeffrey Smith, Clerk of Court and Comptroller
By:
Approved:
Approved as to form and legal sufficiency:
O)tO& [LWOW
Deputy Clerk
ator
Dylan T. Reingold, County Attorney
Page 7 of 7