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