Loading...
HomeMy WebLinkAbout2022-169Work Order No. 54 901h Avenue & Oslo Road Corridor Improvements WORK ORDER NUMBER 54 90TH AVENUE & OSLO ROAD CORRIDOR IMPROVEMENTS This Work Order Number 54 is entered into as of this 13th day of September 2022, 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. EXHIBIT A — SCOPE OF WORK The County desires to improve 90th Avenue to a 2 -lane rural roadway with paved shoulders between 13th Street SW and Oslo Road, approximately 3,000 linear feet. 13th Street SW is proposed to be improved between 90th Avenue and 86th Avenue SW by the Florida Department of Transportation (FDOT) in conjunction with the Oslo Road/1-95 interchange improvements. In addition to improving 90th Avenue, Oslo Road will be improved to a 2 -lane rural roadway with paved shoulders between 901h Avenue and the western terminus of the FDOT Oslo Road improvements, approximately 1,600 linear feet. All improvements are contemplated to designed within existing County right-of-way. Both corridors are proposed to have linear stormwater management facilities located within the existing County right-of-way. No pedestrian improvements are anticipated to be contemplated within either corridor. A. Topographic Design Survey: The Consultant will provide topographic design survey services necessary to support and facilitate contemplated design and permitting activities associated with this project. This task will consist of the preparation of digital base map topographic surveys in accordance with the Standards of Practice, established by the Board of Professional Surveyors and Mappers, Chapter Page] of 8 Work Order No. 54 901h Avenue & Oslo Road Corridor Improvements 5J-17, Florida Administrative Codes, pursuant to current Section 472.027, Florida Statutes, per 5J-17.050 through 5J-17.052. The survey will include: The survey will include: 1. Establishment of a project wide Horizontal Control Network within the PROJECT LIMITS. A Design Survey Baseline will be established and monumented. A minimum of six Design Survey Baseline monuments will be installed. 2. Establishment of a project wide Vertical Control Network within the PROJECT LIMITS. All elevations will be referenced to NAVD 1988 datum. The limits of the topographic design survey are as follows: 901h Avenue - between 13th Street SW and Oslo Road, approximately 3,000 linear feet. Topographic survey shall extend no less than 20 feet beyond the right-of-way. Oslo Road - between 90th Avenue and western terminus of the FDOT Oslo Road improvements, approximately 1,600 linear feet. Topographic survey shall extend no less than 20 feet beyond the right-of-way. B. Geotechnical Investigation: The Consultant will retain the services of a Geotechnical sub -consultant to assist in evaluating the existing soil and roadway pavement conditions. The Geotechnical sub - consultant will provide the following Geotechnical Services: 1. Field Exploration Program • Six (6) piezometers and monitoring for 90 -days following installation • Six (6) soil permeability tests • Ten (10) 6 -feet deep hand augers • Five (5) 10 -feet deep hand augers 2. Engineering Analysis and Report Page 2 of 8 Work Order No. 54 90t1 Avenue & Oslo Road Corridor Improvements The Geotechnical Sub -Consultant Engineer shall perform analysis of all the data obtained to evaluate subsurface conditions and develop engineering recommendations to guide site preparation procedures and foundation support. C. Construction Documents: The Construction plan set shall consist of the following: PHASE SUBMITTALS 60% 90% 100% Cover Sheet (Location map, Project Length, Engineer of Record) C F F General Notes C C F Summary of Pay Items/Quantities P C F Horizontal and Vertical Control Sheets (Benchmarks, Reference Points, Section C C F Corners) Details P C F Plan Sheets (40 scale) C C F Cross Sections at approximately 100 ft intervals, extending 10'beyond proposed right-of-way (1"=5' Vertically, C C F 1"=20'Horizontally) Signage & Pavement Marking Plans C (40 scale) Included in Plan Sheets P F Construction Cost Estimate and Quantities C C F Notes: P — Preliminary, C — Complete, but subject to change, F - Final General Construction Plan Requirements: 2. Plans shall be prepared on 11" x 17" sheets. 3. Each phase submittal shall include drawings in PDF format. 4. Plan sheets shall depict existing right-of-way, section lines, property lines, 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. 5. Plans shall include spot grades adequate to describe any proposed grading. 6. Match lines shall not be located within the limits of an intersection. 7. All quantities shall reference FDOT Pay Item Numbers. Page 3 of 8 Work Order No. 54 901h Avenue & Oslo Road Corridor Improvements 8. All details shall reference FDOT Index Numbers. 9. All specifications shall reference to FDOT Specifications for Road and Bridge Construction. Any deviations are special specifications not included in FDOT Specifications are required in the Technical Specifications. 10. Initial (30% completion), preliminary (60% completion), interim (90% completion) and Final Plan (100% completion) Submittal shall include the following: i. One (1) set of drawings in PDF format. ii. One (1) Opinion of Probable Construction Cost The plans will be prepared based upon English units. Final design files will be submitted in AutoCAD format. D. Signing and Pavement Marking Plans: Signing and Pavement Markings will be included within the Roadway Plan set. Quantities will be provided in the Summary of Pay Items sheet. All signing and pavement markings are to be prepared in accordance with the latest design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, and shall be accurate, legible, and complete in design. E. Drainage Design: The Consultant will perform drainage investigations and analysis necessary to prepare a design which will drain the project in accordance with Indian River County, South Florida Water Management District (SFWMD) and Indian River Farms Water Control District (IRFWCD) design criteria. The Consultant will assist the County with the submittal of the permit applications, coordination and supporting documentation for the project to the following agencies: • Indian River County Public Works • St. Johns River Water Management District • Indian River Farms Water Control District A Stormwater Pollution Prevention Plan (SW3P) will be developed in conjunction with this project. F. Jurisdictional Permittin The Consultant shall prepare jurisdictional permit applications necessary to support the Page 4 of 8 Work Order No. 54 9011 Avenue & Oslo Road Corridor Improvements proposed improvements. The following agencies are anticipated to require applications/review to facilitate the proposed improvements: • Saint Johns River Water Management District (SJRWMD) —Environmental Resource General Permit • Indian River Farms Water Control District (IRFWCD) — Connection Permit • Florida Department of Environmental Protection (FDEP) —State 404 Program Permit The Consultant has included $4,000 as a reimbursable expense to address SJRWMD and IRFWCD application fees. The County will be responsible for any mitigation bank costs necessary to mitigate potential environmental impacts, if necessary. Page 5 of 8 Work Order No. 54 901h Avenue & Oslo Road Corridor Improvements 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 Topographic Design Survey Geotechnical Investigation Construction Documents Signing and Pavement Marking Plans Drainage Design Jurisdictional Permitting Project Total = Page 6 of 8 $ 28,500 $ 10,500 $ 182,255 $ 17,125 $ 28,400 $ 42,520 $ 309,300 Work Order No. 54 9011 Avenue & Oslo Road Corridor Improvements EXHIBIT C — TIME SCHEDULE Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately nine (9) months from the Notice to Proceed (NTP). NTP 60% Plan Submittal 75% Plan Submittal 100% Plan Submittal Page 7 of 8 contingent upon approval 4 months following NTP 6 months following NTP 9 months following NTP Work Order No. 54 901h Avenue & Oslo Road Corridor Improvements 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-HORN AND ASSOCIATES, INC. By: P.E. Title: Sdniuf Vice President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY r, Peter D. O'Bryan, Chairman Uzo . .,,p�� • FR COUC�� �''++ BCC Approved Date: September 13, 2022 Attest: Jeffrey Smith, Clerk of Court and Comptroller BY: ^ a De uty Clerk Approved: Approved as to form and legal sufficiency: (//0" j Jason . Br wn, County ministrator an T. Reingold, County Attorney Page 8 of 8