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