Loading...
HomeMy WebLinkAbout2015-114WORK ORDER NUMBER 5 .L -c 37th Avenue (US1 to Indian River Boulevard) 5-Laning 1111 IRC Project No. 1230 This Work Order Number 5 is entered into as of this 2ndday of Jam, , 2015, pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011 and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of the 4th day of November, 2014 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Kimley-Horn & Associates, Inc.("Consultant"). EXHIBIT A SCOPE OF WORK The COUNTY desires to expand 37th Street to a 5 -lane urban section between U.S. Highway 1 and Indian River Boulevard. Within the limits of the roadway widening, there will be dedicated eastbound right turn auxiliary lane at the 35th Lane, Indian River Medical Center (IRMC) employee driveway and 10th Court intersections. Signalization improvements/ modifications will be needed at the 10th Court intersection with 37th Street to accommodate the roadway widening. In addition, Indian River Boulevard will be widened to provide for dual northbound left turn lanes at the 37th Street intersection. The 37th Street eastbound travel lanes are to be designated as dual right turn lanes at Indian River Boulevard. A single independent stormwater management facility is proposed to be located within Indian River County Hospital District property immediately adjacent to 37th Street, located east of IRMD and north of the VNA Hospice House. The County agrees to provide (in a timely manner) the following material, data, or services as required in connection with the work to be performed under this Agreement; all of which information the CONSULTANT may use and reasonably rely upon: A. Provide the CONSULTANT with a geotechnical investigations, traffic counts, preliminary data or reports available, existing location surveys, topographic surveys, and related documents required to complete the construction documents. B. Provide the CONSULTANT with all available drawings, right-of-way maps, and other documents in the possession of the County pertinent to the project. C. The County shall make provisions for the CONSULTANT to enter upon public and private property as required for the CONSULTANT to perform his services. D. The County will promptly execute all permit applications and provide application and review fees necessary to expedite the acquisition of any local, state or federal permits made necessary by the project. E. The County will pay for all permit fees. The PROJECT LIMITS are projected to extend 6,100 feet along 37th Street and 1,600 feet along Indian River Boulevard for a total project length of 7,700 feet (1.46 miles). A. Roadway Analysis and Plans: Roadway set of plans shall consist of the following: Notes: P — Preliminary, C — Complete, but subject to change, F - Final The plans will be prepared based upon English units. Design will be conducted in MicroStation and Geopak. The following additional data shall be utilized for development of the plans: 1. The roadway plans sheets will be drawn at a scale of 1" = 40' prepared on 11" x 17" sheets. 2. Plan sheets shall depict existing right-of-way, section lines, property lines, temporary construction easements, 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. 3. Plans shall include spot grades adequate to describe any proposed grading. 4. Match lines shall not be located within the limits of an intersection. 5. If applicable, soil boring information shall be plotted on cross sections with soil classification and high season water table. 6. All quantities shall reference FDOT Pay Item Numbers. 7. All details shall reference FDOT Index Numbers. 8. All specifications shall reference to County and/ or FDOT Specifications for Road and Bridge 60% 90% 100% Cover Sheet C C F Summary of Pay Items P C F Typical Sections C C F Summary of Quantities & General Notes p C F Summary of Drainage Structures Sheets P C F Project Layout C C F Plan and Profile Sheets (40 scale) C C F Intersection Plan & Details P C F Special Details P C F Drainage Structure Sheets P C F Roadway Soil Survey P C F Cross Sections at 100 ft intervals p C F Stormwater Pollution Prevention Plans p C F Signage & Pavement Marking Plans (40 scale double plan) C C F Signalization Plans P C F Construction Cost Estimate and Quantities C C F Notes: P — Preliminary, C — Complete, but subject to change, F - Final The plans will be prepared based upon English units. Design will be conducted in MicroStation and Geopak. The following additional data shall be utilized for development of the plans: 1. The roadway plans sheets will be drawn at a scale of 1" = 40' prepared on 11" x 17" sheets. 2. Plan sheets shall depict existing right-of-way, section lines, property lines, temporary construction easements, 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. 3. Plans shall include spot grades adequate to describe any proposed grading. 4. Match lines shall not be located within the limits of an intersection. 5. If applicable, soil boring information shall be plotted on cross sections with soil classification and high season water table. 6. All quantities shall reference FDOT Pay Item Numbers. 7. All details shall reference FDOT Index Numbers. 8. All specifications shall reference to County and/ or 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, interim and Final Plan Submittal shall include the following: Three (3) Sets of Signed and Sealed Plans. ii. One (1) Opinion of Probable Construction Cost One (1) CD with drawings in PDF format. iv. The CONSULTANT will provide construction documents and calculations in sufficient quantity as required by the various reviewing agencies. B. Drainage analysis and Plans: 1. Perform drainage investigations and analysis necessary to prepare a design which will drain the project in accordance with the County, St Johns River Water Management District (SJRWMD), Army Corps of Consultants (ACOE) and/or Florida Department of Transportation (FDOT) design criteria. The work will include the analyses for the following: a. Determine Base Clearance Water Elevation Analyze, determine, and document high water elevations which will be used to set roadway profile grades. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent storm water ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. The Bridge clearance shall be based on the 100 year storm event. b. Design of Stormwater Management Facility (Offsite Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (shape, contours, slopes, etc.), perform routing calculations, and design the outlet control structure. c. Design of Storm Drains Develop a "working drainage map", determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). Determine Design tailwater and, if necessary, outlet scour protection. d. Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions. 2. A Stormwater Pollution Prevention Plan (SWPPP) will be developed in conjunction with this project. The site specific SWPPP is a requirement of both the EPA National Pollutant Discharge Elimination System (NPDES) General Permit for Stormwater Discharges from Construction Activities, and the FDEP Generic Permit for Stormwater Discharges from Construction Activities. C. Jurisdicational Permitting: The Consultant shall prepare permit applications for the St Johns River Water Management District (SJRWMD), Florida Department of Transportation (FDOT) and Army Corp of Consultants (ACOE) for submittal by the County. This will consist of all required evaluation, design, coordination, and follow-up work necessary to support permit applications. The County will review the permit applications as necessary. The Consultant shall assemble and be responsible for the final submittal. The Consultant shall prepare permit sketches for submission by the County to ACOE and SJRWMD for dredge and fill activities, if necessary. The Consultant shall submit all permit sketches on 8.5" x 11" sheets. Sketches shall be neatly scaled, signed and sealed, and reproducible. 1. Environmental Resource Permitting/Section 404 Permitting The Consultant will prepare and submit the joint Environmental Resource Permit (ERP) application package to the SJRWMD and the ACOE. The application includes the ERP standard forms and a compilation of supplemental materials such as permit sketches, Vegetation (FLUCFCS), soils, quadrangle and FEMA -FIRM maps. The Consultant will coordinate on the behalf of the County with each agency identified in this task. This may include up to one (1) meeting with the agencies to discuss requests for additional information (RAI), and written responses to one (1) request for additional information (RAI) including plan modifications. This scope assumes that mitigation measures will not be necessary or required. This scope assumes that coordination with US Fish and Wildlife Service through the preparation of Biological Assessments or Biological Opinions will not be required. Permit application submittals will be made subsequent to the 60% plan set submittal approval by the County. D. Signing and Pavement Marking Plans: Signing and Pavement Marking plans shall include: Preparation of the plan layout, quantities (including signing and pavement marking quantity) and tabulation of quantities. All plans are to be prepared in accordance with the latest design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, and shall be accurate, legible, complete in design and drawn at the same scale as the Roadway Plans, furnished in reproducible form. Plans will be included with the roadway plans and submitted as indicated above. E. Utility Coordination: The CONSULTANT will coordinate with franchise utility operators in the vicinity of the project such that the proposed construction activities can be developed to minimize impacts to existing utilities located within the project limits. Any utility permitting and relocation design required to accommodate the proposed improvements will be addressed as an additional service relative to this scope of work. F. Signalization Plans: Mast -arm traffic signal configurations at the 10th Court and 37th Street intersection will be designed to meet current County and FDOT standards. Luminaries will be provided on each mast arm pole. The pole analysis and design of the signal systems will be completed and submitted to County for review. Signalization plans will be included with the roadway plans and submitted as indicated above. 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 Roadway Analysis and Plans Drainage Analysis and Plans Erosion Control and SWPPP Jurisdictional Permitting Signing and Marking Plans Utility Coordination Signalization Plans Project Total TIME SCHEDULE Labor Fee $ 120,800 $ 20,700 $ 7,750 $ 17,100 $ 15,970 $ 2,780 $ 14,400 $ 199,500 Upon authorization to proceed by the COUNTY, final design documents are expected to take approximately twelve (12) months from the Notice to Proceed (NTP). NTP Phase II Submittal (60% Design Plans) Phase III Submittal (90% Design Plans) Phase IV Submittal (Final Design Plans) Upon BOCC Approval 6 months following NTP 9 months following NTP 12 months following NTP The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), part of 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 A (Fee Schedule), part of 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 A (Time Schedule), part of 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 & ASS By: Title: IATES, INC. PE. Pr.eg'cam ..u.I9 �y.cp�M... 0,,• •`�•••�9s ; By: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Wesley 5. Davis, Chairman BCC Approved Date: June 2, 2015 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller • :Q•: Approved: Approved as to form and legal sufficiency: Deputy Clerk aird, County Administrator Dylan T. ReinIdo County Attorney