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