HomeMy WebLinkAbout2019-099WORK ORDER NUMBER 16
Bridge Repairs for C.R. 512 bridges over the St. Sebastian River
Project Number: IRC -1727
This Work Order Number 16 is entered into as of this 2nd day of July ,
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
Bridge Repairs for C.R. 512 bridges over the St. Sebastian River
The COUNTY has requested that structural and non-structural repairs be designed to support
the rehabilitation of the eastbound (No. 884078) and westbound (No. 884079) C.R. 512 bridges
over the St. Sebastian River. The COUNTY desires to address the deficiencies identified within
the Florida Department of Transportation (FDOT) Bridge Inspection Reports, dated April 20,
2017, and the Consultant's field review.
A. Bridge Repair Plans:
The COUNTY desires to prepare bridge repair plans associated with the C.R. 512 bridges
over the St. Sebastian River. It is understood that the proposed bridge repairs will include
the following:
- Abutment revetment repair
- Washout/ undermining restoration
- Bridge deck joint seal replacement
- Concrete spall repair
- Sidewalk repairs
- Bridge railing and guardrail repair
- Asphalt patching
- Asphalt milling and resurfacing
- Vegetation removal
- Crack Repairs
1IPage
Work Order No. 16
Bridge Repairs for C.R. 512 bridges
over the St. Sebastian River
The Consultant will perform a site inspection of each structure to verify the deficiencies
identified in the FDOT Bridge Inspection Report, as well as to determine if additional items
would be recommended for rehabilitation measures. The set of plans will include the
following sheets: key sheet; summary of quantities; general notes; plan with work
identification sheet; and repair detail sheets.
The set of plans shall consist of the following:
Notes (S) -Substantially Complete, (F) -Final
The following additional data shall be utilized for development of the plans:
1. The bridge repair plans sheets will be prepared on 11" x 17" sheets.
2. All quantities shall reference FDOT Pay Item Numbers.
3. All details shall reference FDOT Index Numbers, where applicable.
4. 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.
5. 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 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.
Page 2 of 6
80%
100%
Cover Sheet
S
F
General Notes
S
F
Summary of Quantities
S
F
Plan with Work Identification
S
F
Expansion Joint Repair Details
S
F
Spall Repair Details
S
F
Miscellaneous Repair Detail Sheet(s)
S
F
Notes (S) -Substantially Complete, (F) -Final
The following additional data shall be utilized for development of the plans:
1. The bridge repair plans sheets will be prepared on 11" x 17" sheets.
2. All quantities shall reference FDOT Pay Item Numbers.
3. All details shall reference FDOT Index Numbers, where applicable.
4. 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.
5. 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 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.
Page 2 of 6
Work Order No. 16
Bridge Repairs for C.R. 512 bridges
over the St. Sebastian River
B. Jurisdictional Permits:
The Consultant will prepare applications and coordinate with the jurisdictional agencies
necessary to obtain necessary approvals to facilitate implementation of desired repair
improvements. The following are the permits and/or approvals which will be required:
• St. Johns River Water Management District (SJRWMD) Environmental Resource
Permit (ERP)
• United States Army Corps of Engineers (USACE) Section 404 Permit
The Consultant' has included the respective permit application fees within the permitting
task.
Page 3 of 6
Work Order No. 16
Bridge Repairs for C.R. 512 bridges
over the St. Sebastian River
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
Field Review $ 3,225
Bridge Repair Plans $ 13,040
Jurisdictional Permits $ 7,640
Project Total $ 23,905
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 6
Work Order No. 16
Bridge Repairs for C.R. 512 bridges
over the St. Sebastian River
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately seven (6) months from the Notice to Proceed (NTP).
NTP contingent upon BOCC approval
Interim Submittal (80% Design Drawings)
Final Submittal (100% Design Drawings)
3 months following NTP
6 months following NTP
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 6
Work Order No. 16
Bridge Repairs for C.R. 512 bridges
over the St. Sebastian River
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date
first written above.
CONSULTANT:
KIMLEY-HORN AND ASSOCIATES,
40,
INC.
By:
ian ' ood, •
Title: Prin
By:
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
Bob Solari, Chairman
BCC Approved Date: July 2, 2019
Attest: Jeffrey R. Smith, Clerk of Court and
By:
Approved:
Approved as to form and legal sufficiency:
omptroller
Deputy Clerk
Jason E Bro` n, County Administrator
Dylan T. Reingold, County Attorney
Page 6 of 6