HomeMy WebLinkAbout2024-055WORK ORDER NUMBER 9
Project ID 41.21.021
This Work Order Number 9 is entered into as of this 5t-1, day of Marsh , 2024, pursuant to
that certain Continuing Contract Agreement, dated May 2, 2023 (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 mutually agreed upon lump sum or
maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing,
and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a
part hereof by this reference. The Consultant will perform the professional services within the
timeframe more particularly set forth in Exhibit A (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
%A/rittPn ahrnia
CONSULTANT:
By: Q j
Print Name:<< : loecJJ
Title: �•ol �.w �v�,
BOARD OF COUNTY COMM
OF INDIAN RIVER CO TY
By:
Susan Nams, Chairman
BCC Approval Date: March 5, 2024
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By:
Dep ty Cl
e
By: Y/1
John A. Titkanich, Jr., County Administrator
Appro and I gal sufficiency:
K. Keith Jack ssistant County Attorney
FXHIRIT ttA
Indian River Boulevard Pedestrian & Bicycle Access
Improvements Utility Relocation Project
Project ID 41-21-021
PROJECT UNDERSTANDING
The County desires to improve Indian River Boulevard between U.S. Highway 1 to 17th Street to
provide bicycle lanes, pedestrian facilities and roadway resurfacing for the approximately 1.75 -mile
corridor. To support these improvements existing County utilities located within the corridor will
require to be relocated and/or adjusted.
SCOPE OF SERVICES
Task 1- Utilitv Plans
The following table summarizes the identified utility conflicts based upon the approved roadway
plans:
Table 1: Identified Utilitv Conflicts
Conflict
County Utility
Conflict Source Begin
End
Side
No.
Drainage
1
16 Water Main
Sta. 103+60
Sta. 106+60
Lt.
Infrastructure
2
8" PVC Gravity Sewer
Gravity Wall
Sta. 107+95
N/A
Lt.
Gravity Wall &
3
12" PVC Force Main
Sta. 107+60
Sta. 111+55
Rt.
Guardrail
4
8" Water Main
Gravity Wall &
Sta. 107+70
N/A
Rt.
Guardrail
5
8 PVC Force Main
Drainage
Sta. 108+47
N/A
Lt.
Infrastructure
6
8" PVC Gravity Sewer
Drainage
Sta. 108+89
N/A
Lt.
Infrastructure
7
8" PVC Gravity Sewer
Drainage
Sta. 110+00
N/A
Rt.
Infrastructure
8" PVC Gravity Sewer
Drainage
8
6" PVC Force Main
Sta. 111+20
Sta. 112+50
Lt.
Infrastructure
16" Water Main
9
6 PVC Force Main
Drainage
Sta. 125+70
N/A
Lt.
Infrastructure
10
12 PVC Water Main
Drainage
Sta. 134+81
N/A
Rt.
Infrastructure
11
6" PVC Force Main
Resulting Cover
Sta. 132+SO
Sta. 137+50
Lt.
4" PVC Force Main
Gravity Wall &
12
Sta. 143+80
Sta. 156+47
Lt
16" Water Main
Guardrail
13
16" Water Main
DrainageSta.
156+61
N/A
Lt.
Infrastructure
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.
The proposed utility improvements will be submitted to the COUNTY for review and comment at
Initial (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.
Task 2 - Utility Permit
To support the above-described utility relocations, the Consultant will prepare and submit Florida
Department of Environmental Protection (FDEP) Specific Permit to Construct Public Water Systems
Components and a General Permit for Domestic Wastewater Collection/Transmission System
Permit.
Permit agency coordination assumes one (1) request for additional information (RAI) to be received
from FDEP associated with the applications. The Consultant has included the $900 FDEP application
fees within the work order fee.
Task 3 - Construction Phase Services
The Consultant will provide professional construction phase assistance as specifically stated below:
1. Pre -Bid Meeting. The Consultant will attend the pre-bid meeting to assist the COUNTY in
describing the scope of work contained with the construction documents. The Consultant
shall provide oral and/or written clarifications to questions presented relative to the scope of
work identified within the construction documents.
2. Clarifications and Interpretations. The Consultant will respond to reasonable and appropriate
Contractor requests for information and issue necessary clarifications and interpretations of
the Contract Documents to the COUNTY as appropriate to the orderly completion of
Contractor's work. Any orders authorizing variations from the Contract Documents will be
made by the COUNTY.
3. Change Orders. The Consultant may recommend Change Orders to the COUNTY and will
review and make recommendations related to Change Orders submitted or proposed by the
Contractor.
4. Shop Drawings and Samples. The Consultant will review and approve or take other
appropriate action in respect to Shop Drawings and Samples and other data which Contractor
is required to submit, but only for conformance with the information given in the Contract
Documents. Such review and approvals or other action will not extend to means, methods,
techniques, equipment choice and usage, sequences, schedules, or procedures of
construction or to related safety precautions and programs. Shop drawings, samples or
certifications are anticipated to be submitted related to the following:
a Utility elements
5. Applications for Payment. All applications for payment will be reviewed and approved by the
COUNTY.
6. Final Notice of Acceptability of the Work. The County will be responsible for project
acceptance, as -built drawing review and permit certifications.
7. Limitation of Responsibilities. The Consultant shall not be responsible for the acts or
omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other
individual or entity performing or furnishing the Work. The Consultant shall not have the
authority or responsibility to stop the work of any Contractor.
8. Record Drawing Review and Permit Certification. The Consultant will review the Record
Drawings as submitted by the Contractor. Based upon receiving acceptable Record Drawings
from the Contractor, the Consultant will prepare and submit certifications to the following
jurisdictional agencies:
• Florida Department of Environmental Protection
9. Final Notice of Acceptability of the Work. The Consultant will, promptly after notice from
Contractor that it considers the entire Work ready for its intended use, in company with the
COUNTY and Contractor, conduct a site visit to determine if the Work is substantially
complete. Work will be considered substantially complete following satisfactory completion
of all items with the exception of those identified on a final punch list. The Consultant will
conduct a final site visit to determine if the completed Work of Contractor is generally in
accordance with the Contract Documents and the final punch list so that the PROFESSIONAL
may recommend, in writing, final payment to Contractor. Accompanying the
recommendation for final payment, the Consultant shall also provide a notice that the Work is
generally in accordance with the Contract Documents to the best of the Consultant's
knowledge, information, and belief based on the extent of its services and based upon
information provided to Consultant upon which it is entitled to rely.
SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected to take
approximately eight (8) months from the Notice to Proceed (NTP) to complete Task 1 and Task 2.
Task 3 is expected to be completed within twelve (12) months following construction
commencement.
NTP
contingent upon BOCC approval
Initial Submittal (30% Design Drawings) 3 months following NTP
Constructability Submittal (60% Design Drawings) 4 months following NTP
Biddability Submittal (90% Design Drawings) 6 months following NTP
Permit Submittal 6 months following NTP
Production Submittal (100% Design Drawings) 8 months following NTP
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
Task 1 - Utility Plans $ 69,050
Task 2 - Utility Permits $ 9,660
Task 3 - Construction Phase Services $ 71,170
Project Total $149,880