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