HomeMy WebLinkAbout2022-086WORK ORDER NUMBER 49
INDIAN RIVER BOULEVARD PEDESTRIAN & BICYCLE
ACCESS IMPROVEMENT PROJECT
Project Number: IRC -1817
This Work Order Number 49 is entered into as of this 10th day of May
2022, pursuant to that certain Continuing Consulting Engineering Services Agreement for
Professional Services entered into as of this 17' 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
The COUNTY desires to retain Consultant services to develop construction documents and
obtain jurisdictional approvals to improve Indian River Boulevard between U.S. Highway 1 to
17th Street to provide dedicated bicycle lanes, pedestrian facilities, and roadway resurfacing for
the approximately 1.75 -mile corridor. Pavement rehabilitation will be achieved by using milling
and resurfacing of the existing pavement section materials and constructing a surface course
consisting of superpave asphaltic concrete. In addition, fiber optic communication
infrastructure will be included along the entire corridor improvement.
The County agrees to provide the design topographic corridor survey and geotechnical
investigation necessary to design the contemplated improvements.
A. Roadway Plans:
Roadway set of plans shall consist of the following:
11Page
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
Notes: (P) -Preliminary, (S) -Substantially Complete, (F) -Final
The final design plans will be prepared in accordance with the Indian River County and
Florida Department of Transportation (FDOT) standards to provide all elements necessary
to accommodate the scope of work. This effort will include at a minimum; Key Sheet,
Typical Section Sheet, General Notes Sheet, Plan and Profile Sheets, Cross Section Sheets,
Erosion Control Sheets, Opinion of Probable Construction Cost and other detail sheets as
necessary to produce the construction bid plans.
The following additional data shall be utilized for development of the plans:
1. The roadway plans sheets will be drawn at a scale of 1" = 40' prepared on 11" x
17" sheets.
2. Plan sheets shall depict existing right-of-way, section lines, property lines,
temporary construction easements, and centerline of construction. Horizontal
control points with state plane coordinates for all PC's, PT's, curve radius, curve
length and horizontal PI's shall be included on the Plan or summarized in an
alignment table.
3. Signing and Pavement Markings will be included within the Construction
Documents. All signing and pavement markings are to be prepared in accordance
Page 2 of 7
40%
80%
100%
Cover Sheet
P
S
F
Summary of Pay Items
P
S
F
Drainage Maps
P
S
F
Typical Sections
P
S
F
Summary of Quantities & General Notes
P
S
F
Project Layout
P
S
F
Plan and Profile Sheets (40 scale)
P
S
F
Special Details
P
S
F
Roadway Soil Survey
P
S
F
Cross Sections at 100 ft intervals
P
S
F
Stormwater Pollution Prevention Plans
P
S
F
Signing & Pavement Marking Plans
(40 scale double plan)
P
S
F
Signalization Plans
S
F
Construction Cost Estimate and Quantities
P
S
F
Notes: (P) -Preliminary, (S) -Substantially Complete, (F) -Final
The final design plans will be prepared in accordance with the Indian River County and
Florida Department of Transportation (FDOT) standards to provide all elements necessary
to accommodate the scope of work. This effort will include at a minimum; Key Sheet,
Typical Section Sheet, General Notes Sheet, Plan and Profile Sheets, Cross Section Sheets,
Erosion Control Sheets, Opinion of Probable Construction Cost and other detail sheets as
necessary to produce the construction bid plans.
The following additional data shall be utilized for development of the plans:
1. The roadway plans sheets will be drawn at a scale of 1" = 40' prepared on 11" x
17" sheets.
2. Plan sheets shall depict existing right-of-way, section lines, property lines,
temporary construction easements, and centerline of construction. Horizontal
control points with state plane coordinates for all PC's, PT's, curve radius, curve
length and horizontal PI's shall be included on the Plan or summarized in an
alignment table.
3. Signing and Pavement Markings will be included within the Construction
Documents. All signing and pavement markings are to be prepared in accordance
Page 2 of 7
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
with the latest design standards and practices (MUTCD), FDOT Standard
Specifications, Indexes, and COUNTY standards.
4. Plans shall include spot grades adequate to describe any proposed grading.
5. Match lines shall not be located within the limits of an intersection.
6. If applicable, soil boring information shall be plotted on cross sections with soil
classification and high season water table.
7. All quantities shall reference FDOT Pay Item Numbers.
8. All details shall reference FDOT Index Numbers, where applicable.
9. 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.
10. Initial (40% completion), 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 Initial (40%), 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. The Final Plans will be
provided in Autodesk Civil 3D format.
B. Drainage Design and Permitting:
The Consultant will perform drainage investigations and analysis necessary to prepare a
design which will drain the project in accordance with the COUNTY, St. Johns River Florida
Water Management District (SJRWMD), Florida Department of Transportation (FDOT) and
U.S. Army Corps of Engineers (ACOE) design criteria.
1. The Consultant will submit permit applications to the SJRWMD and ACOE to support
the proposed improvements.
Page 3 of 7
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
2. The Consultant will submit the construction documents and project information
necessary to support the County in the FDOT Small County Outreach Program (SCOP)
review.
3. A Stormwater Pollution Prevention Plan (SW3P) will be developed in conjunction with
this project. The site specific SW3P is a requirement of both the EPA National
Pollutant Discharge Elimination System (NPDES) General Permit for Stormwater
Discharges from Construction Activities, and the FDEP Generic Permit for Stormwater
Discharges from Construction Activities.
4. All permit fees will be paid directly by the COUNTY and are not included in the lump
sum fees.
C. Signing and Pavement Marking Plans:
Signing and Pavement Marking plans shall include: Preparation of the plan layout, key
map, quantities (including signing and pavement marking quantity), tabulation of
quantities, and detail of major signs. Plans are to be prepared in accordance with the latest
design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, and shall
be accurate, legible, complete in design and drawn at the same scale as the Roadway Plans,
furnished in reproducible form.
D. Signalization Plans:
Traffic signal modification plans will be developed to support the additional pedestrian
phase movements associated with the southbound and eastbound approaches to the
Indian River Boulevard/ 12th Street intersection. It is understood that the proposed
signalization improvements will be designed to meet current IRC and FDOT standards. The
plans will include the design and layout of proposed pedestrian signal poles, signal heads,
detectors, conduit, and pull boxes.
The plans will include all call outs, controller timing chart, signal head details, controller
notes, signal operating plan, and tabulation of quantities. The set of plans will include the
following sheets: key sheet; tabulation of quantities; general notes, and plan sheet.
E. Franchise Utility Coordination:
The Consultant will coordinate with franchise utility operators in the vicinity of the project
such that the proposed construction activities can be developed to minimize impacts to
existing utilities located within the project limits. Franchise utility adjustments, designed
by the respective franchise utility operator, will be requested by the Consultant and
reflected within the prepared construction documents.
Page 4 of 7
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
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
Roadway Plans
$ 171,720
Drainage Design and Permitting
$ 39,660
Signing and Pavement Marking Plans
$ 21,900
Signalization Plans
$ 22,300
Franchise Utility Coordination
$ 13,200
Total Project 268,780
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 7
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately six (6) months from the Notice to Proceed (NTP).
NTP
Initial Submittal (40% Design Drawings)
Interim Submittal (80% Design Drawings)
Final Submittal (100% Design Drawings)
contingent upon BOCC approval
4 months following NTP
5 months following NTP
6 months following NTP
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 6of7
Work Order No. 49
Indian River Boulevard
Pedestrian & Bicycle Access
Improvements Project
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.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date
first written above.
CONSULTANT:
KIMLEY-
INC.
By:
Title:
Senior Vice President
BOARD OF COUNTY COMMISS " Y
•MM �Sr�• .•
�' �dfj��s'•.
OF INDIAN RIVER COUNTY/•'�'
., c`.
By:
O .y
0
Peter D. O'Bryan, Chairman' cpUrrrY•F;.��`�•P
BCC Approved Date: Mav 10. 2022
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
Deputy Clerk
Approved:
Jason E./13rolkn, County ATministrator
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
Page 7 of 7