Loading...
HomeMy WebLinkAbout2024-319IRC -1817 Indian River Boulevard Pedestrian and Bicycle Access Improvement Project ENGINEERING SERVICES WORK ORDER 16 This Work Order Number 16 is entered into as of this 17 day of DecEffber , 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. & Associates, Inc. •cp�I M. BOARD OF COUNTY COMMISSONERS_' ' ••,s INDIAN RIVER COUNTY: By: r ' A seph E. Flescher, Chairman ✓ER Co " BCC App oval Date: lamer 17 2024 - By: �4 — John A. Tit anich, Jr., County Administrator Approved as to Form and Legal Sufficiency: By: W. J nifer . Shuler, County Attorney Ryan L. B er, Clerk of Court and Comptroller 17 Attest: Deputy Clerk (SEAL) FXHIRIT ttA Indian River Boulevard Pedestrian & Bicycle Access Improvements Project Construction Phase Services Project ID IRC -1817 PROJECT UNDERSTANDING The County desires to have construction phase services provided to support improving Indian River Boulevard to included dedicated bike lane and pedestrian facilities between US Highway 1 and 17th Street, approximately 9,200 linear feet. In addition, the County desires to modify the construction plans to improve the ten (10) transit bus stops located within the project limits. Also, the County desires modify the 12th Street and Indian River Boulevard traffic signal to include a flashing yellow left -turn arrow. A study conducted by the National Cooperative Highway Research Program determined that drivers had fewer crashes with flashing yellow left -turn arrows than with traditional yield -on -green signal configurations. SCOPE OF SERVICES "SECTION III — SCOPE OF SERVICES" is being modified to incorporate the following: Task 1- Construction Phase Services The Consultant will provide professional construction phase assistance as specifically stated below: 1. 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. 2. 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. 3. 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: Page 1 of 5 • Roadway and Drainage elements • Signing and Marking elements 4. Applications for Payment. All applications for payment will be reviewed and approved by the COUNTY. 5. Final Notice of Acceptability of the Work. The County will be responsible for project acceptance, as -built drawing review and permit certifications. 6. 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. 7. 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: • Indian River County 8. 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. Task 2 — Transit Stop Improvements The GoLine transit service has ten (10) stops identified along Route 4 between US Highway 1 and 17th Street. The approximate location of the existing transit stops are the following: • Bridge Water Medical Offices (2 stops) • Indian River Apartments (2 stops) • 12th Street intersection (2 stops) Page 2of5 • 8th Street intersection (2 stops) • Mullinax Ford dealership (1 stop) • Vista Gardens (1 stop) Task 3 - Sienalization Modification Plans To improve corridor safety, the COUNTY desires to modify the following traffic signals: • 12th Street and Indian River Boulevard The existing traffic signal will be modified to include a flashing yellow arrow signal indication. A study conducted by the National Cooperative Highway Research Program determined that drivers had fewer crashes with flashing yellow left -turn arrows than with traditional yield -on - green signal configurations. A flashing yellow arrow must use a separate four section head positioned over the center of the left turn lane. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 3 of 5 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: Cost Plus Max Tasks Task I ahnr FPP Task 1 - Construction Phase Services $ 141,980 Lump Sum Tasks Task Labor Fee Task 2 —Transit Stop Improvements $ 63,660 Task 3 —Signalization Modification Plans $ 19,560 Total Project Cost = $ 225,200 (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 4 of 5 EXHIBIT C — TIME SCHEDULE Upon authorization to proceed by the COUNTY, the services identified above are anticipated to extend through the duration of project construction, which is estimated to be approximately 20 months. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 5 of 5 Summary Project Name Indian River Boulevard Post Design Services Task Summary Manhours for project Task Principal $300 Senior Professional $270 Registerd Professional $210 Professional II $160 Professional 1 $130 Support Remarks Staff $75 Post Design Services 8 242 120 284 0 48 Transit Stop Improvements 12 88 0 160 80 4 Signal Modification 8 28 0 60 0 0 Total Hours = Labor Fee= 28 $8,400 358 $96,660 120 $25,200 504 $80,640 80 $10,400 52 $3,900 Total Labor Fee = $225,200 Indian River Blvd Ped Improvements Post Design Workplan.xls Page 1 Post Design Services Activity: Post Design Services Task Principal Senior Professional Registered Professional Professional Professional II 1 Support Remarks Staff Contract File 4 4 Pre -Construction Mtg 6 12 4 Digital File Preparation for Contractor & Records Request for Information 8 80 120 120 8 Shop Drawing Review Roadway & Drainage Elements 40 40 4 Signing & Marking Elements 8 20 4 Project Coordination 80 80 1 20 est. 20 months construction duration Project Certifications County 12 12 4 Project Management 12 Subtotal 8 242 120 284 0 48 Page 2 Transit Stop Improvements Activity: Transit Stop Improvements Task Principal Senior Professional Registered Professional Professional Professional 11 1 Support Remarks Staff Transit Stop Improvements 40 80 80 Quantity Adjustment 20 40 Plan Revisions 20 40 1 cover, summary of pay items, etc. Project Coordination 4 4 4 QA/QC 8 Project Management 4 Subtotal 12 88 0 160 80 4 Page 3 Signal Modificaiton Activity: Signal Modification Task Principal Senior Registered Professional Professional Support Remarks Professional Professional II 1 Staff Signal Mod. 12th St $ IRB 20 60 Project Coordination 4 4 QA/QC 4 Project Management 4 Subtotal 8 28 0 60 0 0 Page 4 Kirnley >)) Horn Invoice for Professional Services Please remit payment electronically to: If paying by check, please remit to: Account Name: KIMLEY-HORN AND ASSOCIATES, INC. KIMLEY-HORN AND ASSOCIATES, INC. Bank Name and Address: WELLS FARGO BANK, N.A., SAN FRANCISCO, CA 94104 P.O. BOX 932520 ? Account Number: 2073089159554 ATLANTA, GA 31193-2520 ABA#: 121000248 Please send remittance payments@kimley-horn.com information to: INDIAN RIVER COUNTY ATTN: RICHARD REICHENBACH 1840 25TH STREET VERO BEACH, FL 32960 Federal Tax Id: 56-0885615 For Services Rendered through Oct 31, 2024 HOURLY NOT TO EXCEED Invoice Amount: $11,650.00 Invoice No: Invoice Date: Project No: Project Name: Project Manager: 29821991 Oct 31, 2024 047035141.3 66TH AVE PH II CPS FORMAN, MIKE Client Reference: IRC -1505B WO 11 Amount Billed to Previous Amount Current Amount Description Contract Value Date Billed Due TASK 01 CONSTRUCTION PHASE SERVICES 235,490.00E 124,582.87 112,932.87 11,650.00 Subtotal 235,490.00 124,582.87 112,932.87 i 11,650.00 TTotal HOURLY NOT TO EXCEED 11,650.00 Total Invoice: $11,650.00 INDIAN RIVER COUNTY PUBLIC WORKS APPROVED I DATE ACCT # 'E'—'- Addie Javed1*-6 .j.�.�_ qE' 9w RNer DIRECTOR ouMY O . Pe"2 w" o".`� —2— 4 Re 11bech Dlg", IV -1b, prcJin LeenOedtar. P Kirstin Leiendecker, P. RSR- mnL,wExb PE.— DIV HEAD E. 11E - ACCT# 131521441-066510-16009 D�g-ly Sq— by: Rrhe Re 11bech n Richard DN: CN=Rldls,d RSi bb -h Smell= PROJECT MANAGER OK:=^»^ne h�.ww.com=indlRR c=uso Reichenbach R""(c tyPu ,c Wok OU-ER91^e 9 Dale', 2024.11.22 12:37:78 -0500 If you have any questions, please contact Cheryl Barrett at 561-840-0839 or C17eryl.Barrett@klmley-horn.com. 31 CLB Kimley)))Horn Labor and Expense Detail INDIAN RIVER COUNTY ATTN: RICHARD REICHENBACH 1840 25TH STREET VERO BEACH, FL 32960 HOURLY NOT TO EXCEED Task Description Hrs/Qty TASK 01 CONSTRUCTION PHASE SERVICES PROFESSIONAL II 7.0 SENIOR PROFESSIONAL 39.0 TOTAL TASK O1 CONSTRUCTION PHASE SERVICES 46.0 TOTAL LABOR AND EXPENSE DETAIL Invoice No: 29821991 Invoice Date: Oct 31, 2024 Project No: 047035141.3 Project Name: 66TH AVE PH II CPS Project Manager: FORMAN, MIKE Current Amount Rate Due 160.00 1,120.00 270.00 10,530.00 11,650.00 11,650.00 This page is for informational purposes only. Please pay amount shown on cover page. 31CLS Kimley#)Horn Invoice for Professional Services Please remit payment electronically to: If paying by check, please remit to: Account Name: KIMLEY-HORN AND ASSOCIATES, INC. KIMLEY-HORN AND ASSOCIATES, INC. Bank Name and Address: WELLS FARGO BANK, N.A., SAN FRANCISCO, CA 94104 P.O. BOX 932520 Account Number: 2073089159554 ATLANTA, GA 31193-2520 ABA#: 121000248 Please send remittance payments@kimley-horn.com information to: INDIAN RIVER COUNTY ATTN: RICHARD REICHENBACH 1840 25TH STREET VERO BEACH, FL 32960 Federal Tax Id: 56-0885615 For Services Rendered through Oct 31, 2024 Description TASK 1 CONTSTRUCTION PHASE SERVICES TASK 2 RIGHT-OF-WAY ACQUISITION SUPPORT LTO totaI al Invoice Amount: $2,135.00 Invoice No: 047035121-1024 Invoice Date: Oct 31, 2024 Project No: 047035121 Project Name: 66TH AVE PH 1B POST DESIG Project Manager: FORMAN, MIKE Client Reference: RFQ 2018008 ACCT # IRC -1505 AMENDMENT #9 Contract % Amount Earned to Value Complete Date 177,980.00 , 90.85% 161,700.00 38,940.00 100.00% 38,940.00 Previous Amount Current Amount Billed Due 159,565.00 2,135.00 38,940.00 0.00 216,920.00 _�_ 200,640.00 198,505.00 2,135.00 2,135.00 Total Invoice: $2,135.00 INDIAN RIVER COUNTY PUBLIC WORKS APPROVED DATE Addie Javed�`�;���""'�" DIRECTOR OgM1.Y aQ,sO EY ItaaY Kirstin Leiendecker, P. wm.c Asa=�Y��q�..M„ DIV HEAD E. °°_'"° OW IOIa.,,TL t3:0Y i.l -OS'ar ACCT # 31521441-066510-07806 Richard �%-w' by � PROJECT MANAGER OK:, Reichenbach If you have any questions, please contact Cheryl Barrett at 561-840-0839 or Cheryl, Barrett(a)kimley-horn. com. 31 CLS Kimley)))Horn Labor and Expense Detail INDIAN RIVER COUNTY ATTN: RICHARD REICHENBACH 1840 25TH STREET VERO BEACH, FL 32960 HOURLY NOT TO EXCEED KH Ref # 047035121.3-29821990 Invoice No: 047035121-1024 Invoice Date: Oct 31, 2024 Project No: 047035121 Project Name: 66TH AVE PH 1B POST DESIG Project Manager: FORMAN, MIKE Current Amount Task Description Hrs/Qty Rate Due TASK 1 CONTSTRUCfION PHASE SERVICES PROFESSIONAL I 0.5 130.00 65.00 SENIOR PROFESSIONAL 9.0 230.00 2,070.00 TOTAL TASK 1 CONTSTRUCTION PHASE SERVICES 9.5 2,135.00 TOTAL LABOR AND EXPENSE DETAIL 2,135.00 This page is for informational purposes only. Please pay amount shown on cover page. 31CLB