Loading...
HomeMy WebLinkAbout2021-082AWORK ORDER NUMBER 41 OSLO ROAD INTERCHANGE UTILITY IMPROVEMENT PROJECT This Work Order Number 41 is entered into as of this 8th day of June , 2021, pursuant to that certain Continuing Contract Agreement for Continuing Engineering Services, dated April 17, 2018, renewed and amended as of May 18, 2021 (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 Oslo Road Utility Improvement Project — 82nd Avenue to 58th Avenue In conjunction with the Florida Department of Transportation (FDOT) proposed Oslo Road improvements between 82nd Avenue to 58th Avenue, the COUNTY desires to relocate existing utilities as to avoid conflicts with the proposed roadway improvements. In addition, the County desires to plan (reserve future utility corridor) for potential future reuse and force main improvements over the same project limits. The identified necessary utility relocations consist of the following: • Relocate existing 16" water main along Oslo Road between the existing 82nd Avenue and 58th Avenue, approximately 3.0 miles. • Space plan within the corridor for future force and reuse mains along 82nd Avenue and 58th Avenue, approximately 3.0 miles. 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" = 100' 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. 4. It is our understanding that FDOT will provide the currently developed Oslo Road Constructability Submittal plans along with appropriate digital (.dgn) files to facilitate the proposed utility improvements. The proposed utility improvements will be submitted to the COUNTY for review and comment at Preliminary (30%), Constructability (60%), Biddability (90%) and Production (100%) design submittal stages. Review submittals will consist of three (3) hard copies of utility plans along with an opinion of probable construction cost. It is understood that the Consultant will be required to represent the utility improvements as either reimbursable or non -reimbursable improvements. 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 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 $650 FDEP application fee within the work order fee. The Final Plans will be provided in Autodesk Civil 3D format. It is anticipated that the utility improvement plans will be submitted to the FDOT to review (4 separate submittal reviews) and approve under the FDOT Electronic Review Comment (ERC) System. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) 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 $ 165,350 Utility Permits $ 7,490 FDOT ERC Submittal/Coordination $ 45,480 Project Total $218,320 (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) TIME SCHEDULE Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately twelve (12) months from the Notice to Proceed (NTP). NTP contingent upon BOCC approval Preliminary Submittal (30% Design Drawings) 4 months following NTP Constructability Submittal (60% Design Drawings) 7 months following NTP Biddability Submittal (90% Design Drawings) 10 months following NTP Permit Submittal 10 months following NTP Production Submittal (100% Design Drawings) 12 months following NTP (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) 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: , P.E. President BOARD OF COUNTY COMMISSIOIORS,,,,,, OF INDIAN RIVER COUNTY ao�`a� l CU ........ ss/'% Gsp, By: oseph E. Flescher, Chairrrti . o� BCC Approved Date: June 8, 2021 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: (&aL eputy Clerk Approved: Jason ElBrown, County Administrator Approved as to form and legal sufficiency: D an T. Reingold, County Attorney