Loading...
HomeMy WebLinkAbout2019-107PROPOSAL FOR 58TH Avenue Roadway Improvements Utility Relocation Project This Work Order Number 17 is entered into as of this 16th 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. SCOPE OF WORK 58th Avenue Roadway Improvements Utility Relocation Project In conjunction with the County proposed improvements to 58th Avenue approximately between 53rd Street and 57th Street, the COUNTY desires to relocate existing utilities as to avoid conflicts with the proposed roadway improvements. The identified necessary utility relocations consist of the following: • Relocate existing 20" water main over the IRFWCD North Relief Canal • Relocation existing 8" force main over the IRFWCD North Relief Canal • Relocate existing 6" force main (approx. 600 feet) along 58th Avenue south of 57th Street • Relocate existing utilities to accommodate proposed storm drainage improvements The Consultant will retain a sub -consultant (Brierley Associates) to assist in evaluating alternative horizontal directional drill feasibility, alternative routes and pipe material 11Page Work Order No. 17 58th Avenue Roadway Improvements Utility Relocation Project recommendations associated with the proposed utility relocations in conjunction with the IRFWCD North Relief Canal. A. Utility Plans: The following is the anticipated utility improvement associated within the project limits: 1. The utility plan sheets will be drawn at a scale of 1" = 40' prepared on 11" x 17" sheets. 2. All quantities shall reference FDOT Pay Item Numbers. 3. All specifications shall reference the FDOT Specifications for Road and Bridge Construction and/ or Indian River County Utility Standards. Any deviations or special specifications not included in specifications will be provided in the Technical Specifications. The proposed utility improvements will be submitted to the COUNTY for review and comment at 60%, 90% and Final Design submittal stages. Review submittals will consist of three (3) hard copies of utility plans along with an opinion of probable construction cost. B. Utility Permit: To support the above described utility improvement, the Consultant will prepare and submit a Florida Department of Environmental Protection (FDEP) Specific Permit to Construct Public Water Systems Components, a FDEP Domestic Waste Water Collection /Transmission System Permit and an IRFWCD Application for Utility Construction Permit. Permit agency coordination assumes one (1) request for additional information (RAI) to be received from FDEP and IRFWCD associated with the applications. The Consultant has included the $900 FDEP application fees within the work order fee. The Final Plans will be provided in Autodesk Civil 3D format. Page 2 of 5 Work Order No. 17 58thAvenue Roadway Improvements Utility Relocation Project 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 Utility Plans $ 36,000 Utility Permits $ 3,920 Project Total $ 39,920 (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 3 of 5 Work Order No. 17 58th Avenue Roadway Improvements Utility Relocation Project TIME SCHEDULE Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately three (3) months from the Notice to Proceed (NTP). NTP contingent upon BOCC approval Interim Submittal (80% Design Drawings) Final Submittal (100% Design Drawings) 2 months following NTP 3 months following NTP (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 4 of 5 Work Order No. 17 58th Avenue Roadway Improvements Utility Relocation Project 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: ice President BCC Approved Date: July 16, 2019 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller ' ._L Iii By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason Page 5 of 5 wn, County Administrator . Reingold, County Attorney