HomeMy WebLinkAbout2024-308ENGINEERING SERVICES WORK ORDER 15
This Work Order Number 15 is entered into as of this 3rd day of December , 2024 .
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("Agreement"), by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and
Kimley-Horn & 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 of the Agreement (Rate Schedule) for RFQ
2023015, 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
written above.
CC
By
Na
Tit
.1"� o ni Miss •.
Inc. BOARD OF COUNTY COMMISSONER
INDIAN RIVER COUNTY:
e . Flescher, Chairman'
CCApproval Date: December 3, 202*'Z --- u
By: �•//' �Gni�
John A. Titkanich, Jr., County Administrator
Approved as to Form and Legal Sufficiency:
By:
" V. 3 h.L&I-
9nnifer . Shuler, County Attorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest: U
Deputy bk
(SEAL)
Work Order No. XX
811 Street Roadway
Improvements — 6611 Avenue
to 82nd Avenue
EXHIBIT A — SCOPE OF WORK
The County desires to improve 811 Street to a 2 -lane rural roadway with paved shoulders
between 66th Avenue and 82nd Avenue, approximately 10,560 linear feet. A 10' wide multi -use
path along the northern right of way limit will be planned to be integrated into the overall
design. The existing right-of-way varies in width between 60 to 95 ft. It is anticipated that
either right-of-way acquisition or alternative roadway sections will need to be developed to
complete the improvement corridor.
The County owns a parcel in the southeast quadrant of the 8th Street/74th Avenue intersection.
This parcel will be evaluated for the purpose of providing a stormwater management facility to
serve the roadway improvements.
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 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 five
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:
81h Street - between 66th Avenue and 82nd Avenue, approximately 10,560 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:
Page 2 of 9
Work Order No. XX
8"' Street Roadway
Improvements — 66" Avenue
to 82nd Avenue
The field program will include conducting three (3) Standard Penetration Test (SPT) borings
to 25 feet (pond site) and five (5) auger borings to 10 feet at accessible locations to our
truck -mounted drill rig. We will also conduct 45 hand auger borings to 6 feet at the vicinity
of the locations provided by the engineer. The SPT borings will be drilled using a procedure
similar to the Standard Penetration Test outlined in ASTM D-1586 and will be sampled at
18 -inch or 24 -inch intervals to 10 feet deep and at 5 -foot intervals below 10 feet. The auger
borings will be drilled to a depth of 10 feet below existing ground surface at the requested
locations and will be performed using a 4 -inch diameter, truck mounted continuous -flight
auger. The hand auger borings will be performed using a 3 -inch diameter, hand-held bucket
auger.
Each sample will be removed from the sampler or auger in the field and then examined and
visually classified by crew chief. Representative portions will be sealed and packaged for
transportation to our laboratory for further analysis as required. Water level observations
will be made in the boreholes during the drilling operation.
We will also perform a series of muck probes within the existing canal on the north and
south sides of the 8th Street between 66th Avenue and 82nd Avenue that may be
incorporated in the proposed roadway improvements. The muck probes will be performed
by pushing a steel rod into the ground and measuring the approximate thicknesses of
accumulated soft sediment at the bottom and sides of the canals.
We will also install six (6) piezometer wells by inserting slotted 2 -inch diameter PVC well
casings within the completed boreholes and backfilling the annulus with soil cuttings. Each
well would be installed using a 3 -inch diameter, hand-held bucket auger to a maximum
depth of 10 feet below existing ground surface. The locations for the piezometer wells will
be selected by the client. Also, the piezometers standing above the existing ground surface
will be painted orange or red.
The groundwater level will be measured and recorded within the piezometers once per
week for a period of 90 days. We recommend that the project surveyor locate our
boring/well locations horizontally and vertically (i.e., determine the elevation of the ground
surface at the boring locations). This information will increase the accuracy of the data
obtained.
In addition, six South Florida Water Management District (SFWMD) exfiltration tests will be
performed to obtain soil hydraulic conductivity values for others to use in the design of
stormwater facilities. The exfiltration test will be performed in accordance with the
methods described in the SFWMD Permit Information Manual, Volume IV.
Page 3 of 9
Work Order No. XX
811 Street Roadway
Improvements - 6611 Avenue
to 821 Avenue
LABORATORY TESTING
Routine laboratory visual classification will be performed along with specific classification
tests deemed necessary (i.e., percent fines). All laboratory tests will be performed in
general accordance with applicable ASTM standards.
ENGINEERING REPORT
Soil stratigraphy and groundwater level data collected during the exploration will be
presented in a written report upon completion of the study. We will provide a general
discussion of the drainage characteristics of the soils encountered, an estimate of the
normal seasonal high groundwater level at the boring/piezometer locations, and the
hydraulic conductivity test results at the requested boring locations.
C. Construction Documents:
The Construction plan set shall consist of the following:
PHASE SUBMITTALS
30%
60%
90%
100%
Cover Sheet (Location map, Project
P
C
F
F
Length, Engineer of Record)
General Notes
P
C
C
F
Summary of Pay Items/Quantities
P
P
C
F
Horizontal and Vertical Control Sheets
(Benchmarks, Reference Points, Section
C
C
F
Corners)
Project Layout
P
C
C
F
Plan & Profile Sheets (40 scale)
P
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)
Special Details
P
C
F
Signage & Pavement Marking Plans
(40 scale) Included in Plan Sheets
P
P
C
F
Construction Cost Estimate and
P
C
C
F
Quantities
Notes: P — Preliminary, C — Complete, but subject to change, F - Final
General Construction Plan Requirements:
1. Plans shall be prepared on 11" x 17" sheets.
2. Each phase submittal shall include drawings in PDF format.
3. Plan sheets shall depict existing right-of-way, section lines, property lines, and
Page 4 of 9
Work Order No. XX
81" Street Roadway
Improvements — 661" Avenue
to 82nd Avenue
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.
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. All quantities shall reference FDOT Pay Item Numbers.
7. All details shall reference FDOT Index Numbers.
8. 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.
9. 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, St. Johns River
Water Management District (SJRWMD) 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
Page 5 of 9
Work Order No. XX
81h Street Roadway
Improvements - 66'h Avenue
to 821 Avenue
A Stormwater Pollution Prevention Plan (SW3P) will be developed in conjunction with this
project.
F. Jurisdictional Permitting:
The Consultant shall prepare jurisdictional permit applications necessary to support the
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 County will be responsible for all permit application fees and any mitigation bank costs
necessary to mitigate potential environmental impacts, if necessary.
G. Natural Resource Assessment:
The Consultant will conduct a Natural Resource Assessment (NRA) to identify and evaluate
potential impacts to the approximate limits of wetlands and surface waters and upland
habitats (including potential sensitive habitats) within the project corridors) and will
evaluate the potential for usage by listed species. The Consultant will review previously
prepared environmental documentation (if any) and conduct field reconnaissance on-site.
In preparing the NRA, the Consultant will conduct the following tasks:
• Review readily available natural resource documentation, previous environmental
studies (provided by client), readily available permits and listed species information;
• Review existing GIS databases including the Florida Natural Areas Inventory (FNAI)
and the Florida Fish and Wildlife Conservation Commission (FWC) regarding known
occurrences of listed species on and near the subject property;
• Review aerial photography, soils maps, and mapping of existing wetland and surface
water features;
• Review of FEMA FIRM map;
• Review of Florida Master Site File data for known historic or archaeological
resources;
• Conduct site reconnaissance to review the site and ground -truth the findings from
the database searches;
Page 6 of 9
Work Order No. XX
81" Street Roadway
Improvements — 6611 Avenue
to 82"d Avenue
Following site reconnaissance and database review, a Technical Memorandum will be
prepared summarizing the results of the data collection efforts as well as additional surveys
required, if applicable, such as detailed listed species surveys. A summary of federal, state,
and local environmental permitting requirements will be prepared as well as a discussion of
federal, state and local jurisdiction of environmental features and a brief discussion of
potential mitigation requirements. The following exhibits will be prepared:
• A land cover map classifying the habitats on-site based on the Florida Land Use,
Cover, and Forms Classification System (FLUCFCS) and showing approximate acreage
of each land cover. The acreage of habitats shown will be approximate based on
aerial interpretation.
• Wetland/Surface Water Map with approximate boundaries (if applicable)
• USGS 7.5 Minute Quadrangle Map,
• Soils map,
• Location map,
• Listed species map/maps, if applicable.
Page 7 of 9
Work Order No. XX
8th Street Roadway
Improvements — 6611 Avenue
to 82"d Avenue
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
$ 43,500
Geotechnical Investigation
$ 20,800
Construction Documents
$ 520,484
Signing and Pavement Marking Plans
$ 36,575
Drainage Design
$ 73,870
Jurisdictional Permitting
$ 36,382
Natural Resource Assessment
$ 21,950
Project Total = $ 753,561
Page 8 of 9
Work Order No. XX
81h Street Roadway
Improvements — 661h Avenue
to 82nd Avenue
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately eighteen (18) months from the Notice to Proceed (NTP).
NTP
30% Plan Submittal
60% Plan Submittal
90% Plan Submittal
100% Plan Submittal
Page 9 of 9
contingent upon approval
6 months following NTP
12 months following NTP
15 months following NTP
18 months following NTP
Summary
Project Name 8th Street Roadway Improvements - 66th Avenue to 82nd Avenue
Task Summary Manhours for project
Task
Principle
Senior
Registered
Professional
Designer
Support Remarks
Professional
Professional
2
Staff
$300
$270
$210
$160
$165
S75
Design Analysis
64
192
20
300
60
36
Construction Plans
68
90
602
569
645
12
Drain a Design and Permiting
12
52
200
240
40
32
Natural Resource Assessment
8
4
0
88
20
6
Signing and Marking Plans
12
12
66
41
50
0
Total Hours =
164
350
888
1238
815
86
Labor Fee =
$49,200
$94,500
$186,480
$198,080
$134,475
$6,450
Sub -Total Fee =
$669,185
Reimbursible Expenses =
$20,076
Design Topo Fee =
$43,500
Geotech Fee =
$20,800
Project Total Fee =
$753,561
8th Street Roadway Improvements - Workplan (Rev).xls Page 1
Design Analysis
Activity: Design Analysis / Review
Task
Principle
Senior
Professional
Registered
Professional
Professional Designer
1
Support
Staff
Support
Staff
Contract File
4
4
Cost Estimate
40
80
Cost est. conducted at 30%, 60%, 90% and 100%
Coordination
County
40
80
60
20
Three review submittals to Count
Survey
8
16
20
6
Geotech
8
16
20
6
Field Review
40
40
Site Visits - Multiple
Computation Book & Quantities
20
80 60
QC/QA
Project Management
4
Subtotal
64
192
20
300 60
36
Page 2
Construction Plans
Activity: Roadway Plans
Task
Principle
Senior
Professional
Registered
Professional
Professional
1
Designer
Support
Staff
Clerical
Cover Sheet
2
4
General Notes Sheet
4
4
4
1 sheet
Summary of Quantities Sheet
4
20
40
40
3 sheet
HorizNert Control Sheet
8
16
Typical Sections
8th Street
8
12
12
24
assumes two sections
Plan Sheets
8th Street
39
308
193
231
22 sheets @ 35 hrs sht
Cross Sections
8th Street
19
154
96
116
100 ft Sections (110) @ 4.0 hrs / x -sect
Erosion Control Plans
8th Street
20
46
66
11 sheets 12 hr-, - sht
Franchise Utility Coordination
20
40
40
12
Miscellaneous Const. Details
20
40
40
Stormwater Management Facility
20
40
80
80
QC/QA
60
Project Management
4
Subtotal
68
90
602
569
645
12
Page 3
Activity: Drainage Design and Permitting
Task
Principle Senior
Professional
Registered
Professional
Professional
1
Designer
Support Remarks
Staff
Drainage Design
8th Street
20
140
140
40
Report
60
16
St Johns River Water Management District
20
60
8
Indian River Farms Water Control District
8
40
8
QC/QA
12
Project Management
4
Subtotal
12 52
200
240
40
32
ActivlW. Natural Resource Assessment
Task Principle
Senior Registered Professional
Professional Professional 1
Designer
Support Remarks
Staff
Natural Resource Assessment
document review
20
6
endangered s ecies
16
wetlands
20
20
Flonda Master Site Data - archaeological
16
site visits
16
QC/QA 8
Project Management
4
Subtotal 8
4 0 88
20
6
Activity: Signing and Marking Plans
Task Principle Senior
Professional
Registered
Professional
Professional Designer Support Remarks
1 Staff
Signing and Marking Plans
8th Street 8
66
41 50 11 sheets @ 15 hrs / sht
QC/QA 12
Project Management 4
Subtotal 12 12
66
41 50 0
- ' Ardaman & Associates, Inc.
Geotechnical, Environmental and
Materials Consultants
Kimley-Horn
445 24t1 Street, Suite 200
Vero Beach, FL 32960
Attention: Mr. Brian Good, P.E.
Subject: Proposal for Subsurface Exploration and
Groundwater Table Measurements
8th Street Roadway Improvements
From 6611 Avenue to 82nd Avenue
Vero Beach, Florida
Dear Mr. Good:
August 8, 2024
Proposal File No. 24-P-5599
As requested, we are pleased to present the following proposal for performing a subsurface
exploration, installing piezometer wells, and collecting groundwater table measurements for the
subject project. We understand that the project involves the roadway improvements along 8th
Street starting from 66th Avenue to 82nd Avenue. The purpose of this work is to obtain general
subsurface soil stratigraphy and groundwater level data to be used by the Client in designing the
proposed stormwater improvements.
The following summarizes our proposed scope of work and associated fees for conducting the
subject exploration that was requested.
FIELD EXPLORATION
Our field program will include conducting three Standard Penetration Test (SPT) borings to 25
feet and five auger borings to 10 feet at accessible locations to our truck -mounted drill rig. We will
also conduct 45 hand auger borings to 6 feet at the vicinity of the locations provided by the client.
The SPT borings will be drilled using a procedure similar to the Standard Penetration Test outlined
in ASTM D-1586 and will be sampled at 18 -inch or 24 -inch intervals to 10 feet deep and at 5 -foot
intervals below 10 feet. The auger borings will be drilled to a depth of 10 feet below existing
ground surface at the requested locations and will be performed using a 4 -inch diameter, truck-
mounted continuous -flight auger. The hand auger borings will be performed using a 3 -inch
diameter, hand-held bucket auger.
Each sample will be removed from the sampler or auger in the field and then examined and
visually classified by crew chief. Representative portions will be sealed and packaged for
transportation to our laboratory for further analysis as required. Water level observations will be
made in the boreholes during the drilling operation.
We will also perform a series of muck probes for two days within the existing canal on the north
and south sides of the 8th Street between 66th Avenue and 82nd Avenue that may be incorporated
in the proposed roadway improvements. The muck probes will be performed by pushing a steel
460 NW Concourse Place, Unit 1, Port St. Lucie, Florida 34986 Phone (772) 878-0072 Fax (772) 878.0097
Florida: Bartow, Cocoa. Fort Myers, Miami, Orlando, Port St, Lucie, Sarasota, Tallahassee, Tampa, West Palm Beach
Louisiana: Baton Rouge, New Orleans, Shreveport
Texas: Houston
Kimley-Horn - 2 -
Ardaman Proposal No. 24-P-5599
rod into the ground and measuring the approximate thicknesses of accumulated soft sediment at
the bottom and sides of the canals.
We will also install six piezometer wells by inserting slotted 2 -inch diameter PVC well casings
within the completed boreholes and backfilling the annulus with soil cuttings. Each well would be
installed using a 3 -inch diameter, hand-held bucket auger to a maximum depth of 10 feet below
existing ground surface. The locations for the piezometer wells will be selected by the client. Also,
the piezometers standing above the existing ground surface will be painted orange or red.
The groundwater level will be measured and recorded within the piezometers once per week for
a period of 90 days. We recommend that the project surveyor locate our boring/well locations
horizontally and vertically (i.e., determine the elevation of the ground surface at the boring
locations). This information will increase the accuracy of the data obtained.
In addition, six South Florida Water Management District (SFWMD) exfiltration tests will be
performed to obtain soil hydraulic conductivity values for others to use in the design of stormwater
facilities. The exfiltration test will be performed in accordance with the methods described in the
SFWMD Permit Information Manual, Volume IV.
LABORATORY TESTING
Routine laboratory visual classification will be performed along with specific classification tests
deemed necessary (i.e., percent fines). All laboratory tests will be performed in general
accordance with applicable ASTM standards.
ENGINEERING REPORT
Soil stratigraphy and groundwater level data collected during the exploration will be presented in
a written report upon completion of the study. We will provide a general discussion of the drainage
characteristics of the soils encountered, an estimate of the normal seasonal high groundwater
level at the boring/piezometer locations, and the hydraulic conductivity test results at the
requested boring locations.
COST ESTIMATE
The costs associated with the aforementioned tasks will not exceed $20,800.00 without prior
authorization from the client. If any piezometers are broken by others (mowers, pedestrians, etc.)
during the project time, the client agrees to pay $450.00 per well for the installation of new well.
CLOSURE
This proposal is subject to the following conditions: (1) access to boring and piezometer locations
is to be readily available to our drill rig and field personnel, (2) the provided scope of work will be
adequate, (3) no Maintenance -of -Traffic (MOT) will be required, and (4) Ardaman & Associates,
Inc. will coordinate the location of underground utility lines through SSOCOF. We cannot take
responsibility for damages to private underground lines or structures and/or underground services
which do not subscribe to SSOCOF; their locations should be provided by the client prior to
commencement of the field work.
Kimley-Horn
Ardaman Proposal No. 24-P-5599
-3-
We appreciate the opportunity to submit this proposal and look forward to working with you on
this project. Please issue the Purchase Order that will be assigned to this project or complete
and return the attached Proposal/Project Acceptance and Agreement form as an indication of
your acceptance of our proposal terms and authorization to proceed with the work.
Please do not hesitate to contact our office should you have any questions concerning this
proposal or whenever we may be of assistance to you.
Sincerely,
ARDAMAN & ASSOCIATES, INC.
Srmil Pant, P.E.
Project Engineer
Mark Zrallack, P.E.
Branch Manager