Loading...
HomeMy WebLinkAbout1998-079PROFESSIONAL CIVIL ENGINEERING SERVICES AGREEMENT OSLO ROAD BRIDGE REPLACEMENTS AND ROADWAY WIDENING THIS AGREEMENT, entered into this day of 4 Q , , 1998, by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the COUNTY, and KIMLEY-HORN AND ASSOCIATES, INC., Vero Beach, Florida, hereinafter referred to as the ENGINEER, WITNESSETH The COUNTY and the ENGINEER, in consideration of their mutual covenants, herein agree with respect to the performance of professional civil engineering, bridge design and related services by the ENGINEER and the payment for.those services by the COUNTY as set forth below. The ENGINEER shall provide professional engineering and related services for the COUNTY in all phases of the project described in Section III - Scope of Services; serve as the COUNTY'S professional representative for the project; and shall give professional engineering and land surveying advice to the COUNTY during the performance of the services to be rendered. SECTION I - PROJECT LIMITS AND DESCRIPTION Consultant services are required for the preparation of construction plans and permit applications for the replacement of bridges on Oslo Road (9th Street SW) at the Lateral `;J" canal No. 880024) and Lateral "C" canal (No. 880023) with 5 -lane bridges; the widening of Oslo Road to a three lane roadway from the Timber Ridge driveway to 20th Avenue and the intersection improvement of Oslo Road and 43rd Avenue to include left turn lanes on all approaches and signalization of the intersection. SECTION II - COUNTY OBLIGATIONS 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 Engineer may use and reasonably rely upon: 16��1718 7��G r.. 14 g£Z` w 1£Ti A. Provide the ENGINEER with a copy of all studies, traffic counts, preliminary data or reports available, including survey notes, existing location surveys, topographic surveys, and related documents. B. Provide the ENGINEER 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 be responsible for acquiring all right-of-ways, easements and other rights in land as necessary to complete the project. The COUNTY shall be responsible for obtaining those permits required to perform the work to complete the project, if such permit requirements are established by regulatory agencies after the date of this Agreement. 1 E. The COUNTY shall make provisions for the ENGINEER to enter upon public and private property as required for the ENGINEER to perform his services. F. The COUNTY will promptly execute all permit applications and provide application fees necessary to expedite the acquisition of any local, state or federal permits made necessary by the project. G. The COUNTY shall provide all right-of-way maps, parcel sketches, legal descriptions, and abstracts of title for each parcel necessary for the road construction. H. The County shall provide all design survey services necessary to support and facilitate all contemplated design and permitting activities associated with this project. Establish a project wide Horizontal Control Network from Timber Ridge west along Oslo Road to 20th Avenue and at the Oslo Road/43rd Avenue intersection. This Network will be referenced to the City of Vero Beach Control Network. Datum will be Florida State Plane Coordinate System, East Zone adjusted to the North American Datum of 1983/1990. All horizontal control traverses will be performed in accordance with the intent of third order, Class I horizontal control, as defined by the Federal Geodetic Control Committee in their "Standards and Specifications for Geodetic Control Networks," dated September, 1984. 2. Establishment of a project wide Vertical Control Network from Timber Ridge west along Oslo Road to 20th Avenue and at the Oslo Road/43rd Avenue intersection. Once again, this Network will be referenced to the City's Vertical Control Network. Datum will be National Geodetic Vertical Datum, 1929. This work will also consist of a series of connected level loops between existing City Control Benchmarks; as well as, a series of connected level loops between existing Indian River County Control Benchmarks. All vertical control level loops will be performed in accordance with the intent of third order vertical control, as defined by the Federal Geodetic Control Committee in their "Standards and Specifications for Geodetic Control Networks," dated September, 1984. 3. Final output will be in the form of hard copy mylar mapping along with digital AutoCAD, release 13 DWG files. All mapping will conform to the United States Geological Survey's, "National Map Accuracy Standards," dated 1968. 4. Research and analysis of existing right of way information (to include Abstracts or Title Searches), field location of existing right of way monumentation and determination of the location and extent of existing right of way of Oslo Road and all side streets involved (ten). 5. Field establishment and monumentation of survey baselines along Oslo Road and all side streets involved. Baselines will be established at 100' intervals along Oslo Road and 43rd Avenue and at 50' intervals along affected side streets (ten). 6. Acquisition of cross-sections along Oslo Road at a 100' intervals and along all affected side streets at 100' interval 300' east and west of Oslo Road and at 100' intervals north and south on 43rd Avenue for 1,500 feet from the intersection. Cross sections shall extend across adjacent sublateral canal. 2 7. Acquisition of Lateral "J" and Lateral "C" canal soundings along Oslo Road to include full width (top of bank to top of bank) soundings (cross-sections) at the upstream and downstream face of each bridge and 300' upstream and downstream of bridges. 8. Field location of utilities within the affected rights of way (Florida Power and Light, Southern Bell Telephone, Indian River County Water and Sewer, City of Vero Beach, etc.). Utility providers will be notified in accordance with Chapter 93.240, Florida Statutes (Underground Facility Damage Prevention and Safety Act). 9. Digital data collection compilation, position computations and drafting of cross-sections. SECTION III - SCOPE OF SERVICES The ENGINEER agrees to perform professional roadway design, bridge design and related services in connection with the project as required and set forth in the following: A. General 1. The ENGINEER will endeavor not to duplicate any previous work done on the project. After issuance of written authorization to proceed, the ENGINEER shall consult with the COUNTY to clarify and define the COUNTY'S requirements for the project and review all available data. 2. The ENGINEER will attend conferences with the COUNTY and its representatives upon request. 3. In order to accomplish the work described under this Agreement in the time frames and conditions set forth in this Agreement, the ENGINEER will observe the following requirements: a. The ENGINEER will complete his work on the project within the time allowed by maintaining an adequate staff of registered engineers, draftsmen, and other employees on the work at all times. b. The ENGINEER will comply with all federal, state, and local laws applicable to this project. The ENGINEER will design the project in such a manner as to be in conformance with all applicable federal, state and local laws, and shall comply with the Florida Department of Transportation's Manual on Uniform Minimum Standards for the Design, Construction, and Maintenance of Streets and Highways (Green Book), latest edition. C. The ENGINEER will prepare all necessary sketches and completed application forms to accompany the COUNTY'S applications for required federal, state, or local permits. d. The ENGINEER will cooperate with the COUNTY in order that all phases of the work may be properly scheduled and coordinated. e. The ENGINEER will send a complete preliminary set of construction plans to c any city, county, state or federal regulatory agency from which a permit or other approval is required prior to final approval of the design by the Director of the Public Works Department, and will coordinate the project design with all applicable agencies. f The ENGINEER will contact all utility companies having installations in the immediate vicinity of the proposed work and consider relocation of utilities, if necessary. The ENGINEER will provide the COUNTY with necessary information relative to required utility adjustments, relocations and installations and will show all utilities on the final design plans. Design modifications to existing County utility lines, if necessary, may be negotiated by a separate agreement with the County Utility Department, or the County Utilities Department may design modifications with Utility Department Staff or other consultants. g. The ENGINEER shall report the status of this project to the Director of the Public Works Department upon request and hold all drawings, calculations and related work open to the inspection of the Director or his authorized agent at any time, upon reasonable request. 4. The ENGINEER will furnish copies of the drawings, specifications and contract documents as required by the COUNTY for materials suppliers, federal, state and local agencies from whom approval of the project must be obtained. Upon bidding of the construction contract, the ENGINEER will furnish to the COUNTY 11" x 17" originals of the drawings and copies of the specifications for the County to copy for prospective bidders. Additional copies beyond those identified will be provided at cost. All original documents, survey notes, field books, tracings, and the like including all items furnished to the ENGINEER by the COUNTY pursuant to this Agreement, are and shall remain the property of the COUNTY. The drawings prepared by the ENGINEER will be of sufficient detail to permit the actual location of the proposed improvements. Negotiation for all land rights shall be accomplished by the COUNTY, unless the COUNTY requests the ENGINEER to perform these services in a subsequent work order to this AGREEMENT. In this event, the ENGINEER shall be compensated for such additional services in accordance with Section VI of this AGREEMENT. The ENGINEER acknowledges that preparation of applicable permits for the COUNTY'S submittal through governmental regulatory agencies is included within the scope of basic compensation for this Agreement. Post -initial submittal coordination with permitting agencies will be performed under the hourly allowance element of this agreement. Any additional work required by regulatory agencies pursuant to regulations established after the date of this Agreement shall be an additional service and the COUNTY shall compensate the ENGINEER in accordance with SECTION VI - Additional Work, of this Agreement and in accordance with the fee schedule in this Agreement, as approved by the County prior to commencement of any work performed. If following execution of this Agreement the COUNTY proposes to construct the improvements in a revised phased manner which requires the preparation of plans or the 4 need to obtain or modify permits previously obtained, the ENGINEER will be compensated for this effort in accordance with the approved fee schedule in a subsequent work order to this Agreement. No such additional work shall be initiated unless approved by the Indian River County Board of County Commissioners. 8. Compensation to the ENGINEER for basic services shall be in accordance with Section V of this Agreement, as mutually agreed upon by the ENGINEER and COUNTY. B. Roadway Plans Roadway plans shall be prepared to include: plotting of all survey data; establishment of profile grades; key map; plan and profile sheets (including geometric calculations); typical section sheets; summary of quantities; summary of drainage structures; cross-section sheets at 100' intervals (including earthwork computations); signing and pavement marking plans; and other detail sheets necessary to convey the intent of the scope of services outlined herein. All plans shall be prepared in the English not Metric system of units. The following additional data shall be utilized for development of the plans. Typical Sections: Oslo Road (9th Street SW) shall be designed for three lanes of traffic. The outside lanes should be 14' wide with a 12' wide interior lane. The roadway shall be crowned with two lanes sloping to the south and one to the north. The ENGINEER will prepare typical sections for review and approval. Preliminary typicals depicting the design section shall be submitted prior to preparation of roadway plans. 2. Scale: The roadway plan and profile sheets will be drawn at a scale of 1" = 40' for Oslo Road and 43rd Avenue. 3. Pavement Design: The Consultant shall submit roadway pavement designs for Oslo Road. Relevant traffic count data, will be made available to the Engineer by the County. Recommended LBR and soil survey data will be provided by the Geotechnical Engineer to the Engineer. 4. Curb and gutter will be utilized along with guardrail on the south side of Olso Road. 5. An 8 ft. shoulder will be utilized on the north side of Oslo Road of which 4 ft. will be paved to a full depth pavement section at a 2% cross slope. 6. The Roadway plans will be submitted to the County for review at the 30%, 60%, 90% and 100% stages of design. 7. A 50 mph design speed will be used for each leg of the 43`d/Oslo Road intersection. G C. Drainage Plans 1. Drainage Parameters: Perform drainage investigations and analysis necessary to prepare a design which will drain the project in accordance with the County, SJRWMD, and IRFWCD design criteria. The drainage design shall include stormwater treatment and attenuation in accordance with the requirements of Indian River Farms Water Control District, Indian River County, and St. Johns River Water Management District. 2. Environmental Permits: The Engineer shall prepare stormwater permit applications for the St. Johns River Water Management District, US Environmental Protection Agency, and Indian River Farms Water Control District requirements for submittal by the County. This will consist of all required evaluation, design, coordination, and follow-up work necessary to supports permit application. The County will review the permit applications as necessary and be responsible for the final submittal. The Engineer shall prepare permit sketches for submission by the County to Florida Department of Environmental Protection, U.S. Army Corps of Engineers, and St. Johns River Water Management District for Dredge and Fill activities, if necessary. The Engineer shall submit all permit sketches on 81/2" x 11" sheets. Sketches must be neatly scaled, signed and sealed, and reproducible. 3. Utilities: Utility coordination with the various Utility Companies and/or agencies shall be by the Engineer and identified conflicts addressed. The Engineer will be prepared at additional hourly rates to survey the project site to locate and determine depth of underground utilities, in coordination with the utility companies. D. Signing and Pavement Marking Plans Preparation of the plan layout; key map; quantities (including signing and pavement marking quantity); tabulation of quantities; and detail of all major signs. 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 1" = 40' scale, furnished in reproducible form. E. Signalization Plans 1. The Consultant shall prepare signalization plans for the modification of the signal at the intersection of Oslo Road and 43rd Avenue. Strain poles will be located for the ultimate 5 lane Oslo Road section. Plans are to be prepared in accordance with the design standards and practices (MUTCD), FDOT Standard Specifications, Indexes, and shall be accurate, legible, complete in design, drawn to scale, and furnished in reproducible form. 6 i F. Structural Plans The Consultant shall prepare preliminary and final bridge plans for the demolition and replacement of bridges on Oslo Road as detailed below: Bride Section Lateral "J" 5 -Lane Lateral "C" 5 -Lane 1. The proposed typical section will be similar to the section designed for the Oslo Road bridge over the Lateral B canal, which includes five lanes, 8 ft. sidewalk on the north side only, and utility shelves on both sides of each bridge, with an estimated overall width of 88'-6". 2. The bridge lengths for each of the replacements will be customized to fit the specific sites. Both bridges are assumed to be no more than two spans, with a maximum span length of about 40 feet. 3. Bridge plan geometrics and wingwall configurations will minimize the encroachment of the bridge ends into adjacent intersections and driveways. Wingwalls will also be set to allow for utility burial at the bridge ends. 4. Slope protection, rip -rap and/or sheetpiles will be used at the bridge abutments to stabilize the canal banks in the vicinity of the bridges. 5. Both of these bridges will be phase constructed in order to maintain traffic on the existing structures during the construction of the replacement bridges. 6. The bridge design will be performed in accordance with the 1996 Edition of the AASHTO Standard Specifications for Highway Bridges, and the 1987 FDOT Structures Design Guidelines, Revision H. 7. Construction and material specifications will be based on FDOT Standard Specifications for Road and Bridge Construction, 1991 Edition with published 1994 Supplements. 8. All design and plan details will be in the English unit system. 9. Bridge plan submittals are anticipated at the 30%, 90%, and 100% stages. The 30% submittal will occur after the 30% roadway and intersection geometry has been reviewed and approved by the County. Bridge 30% plans will include General Plan and Elevation views, Typical Sections and Notes. The 90% submittal will consist of Contract Plans and preliminary quantities and cost estimates. The 100% submittal will be the Final Plans, with Quantities, Opinion of Cost and Specifications. G. Certification 1. Certification will be made to St. Johns River Water Management District based on AsBuilt data provided by Indian River County. 7 SECTION IV - TIME FOR COMPLETION The time for completion of the 90% design drawings, permit applications, and Engineer's Opinion of Probable Construction Cost shall be twelve (12) months. Once permits are received, 100% design drawings shall be completed 90 days thereafter. SECTION V - COMPENSATION The COUNTY agrees to pay and the ENGINEER agrees to accept for services rendered pursuant to this Agreement fees in accordance with the following: A. Professional Services Fee 1. The basic compensation mutually agreed upon by the ENGINEER and the COUNTY is as follows: Task Fee Lump Sum Components Roadway Design (Oslo Road) $79,000 Intersection Design (Oslo Road/43`d Ave.) $34,000 Bridge Design (Lateral "C" and Lateral "J") $90,200 Permitting $5,000 Hourly Rate Components Fee' Coordination with adjacent Property Owners $5,000 Geotechnical $8,000 'Not to exceed without written authorization (includes expenses). Expenses The County agrees to pay and the ENGINEER agrees to accept the following: Reimbursable expenses to include direct expenses for the project, such as in-house duplicating, facsimile, local mileage, telephone, postage, in-house blueprinting, word-processing, CD-ROM, scanning and cellular phone use will be billed at a lump sum in the amount of $8,800. B. Additional Services Fee The COUNTY agrees to pay for additional services which are outside or beyond the lump sum scope of services identified above or exceed the hourly allowance in accordance with the approved hourly rate schedule. Reimbursable expenses will be billed at 10% of the additional labor fee. In the event additional services are provided beyond the time of completion outlined above, the rate schedule shall be subject to reasonable increase in accordance with the Consumer Price Index. SECTION VI - ADDITIONAL WORK In the event changes are requested by the COUNTY to the contract plans after said plans have been approved and accepted by the COUNTY and upon the issuance of a work order for said additional work by the Director of the Public Works Department, said additional work may commence in accordance with the fee schedule included in the work order. 8 SECTION VII - PARTIAL PAYMENTS The COUNTY shall make monthly partial payments to the ENGINEER based upon a percent complete of lump sum components and actual effort on hourly components as identified in this Agreement. Payments will be made within forty-five (45) days of invoice receipt. A 10% retainage shall be withheld by the COUNTY until the final design is 90% complete as accepted by the Public Works Director at which time the retainage shall be reduced to 5% until the final design is completely accepted by the County. The ENGINEER shall submit duly certified invoices in the Engineer's format in triplicate to the Director of the Public Works Department. SECTION VIII - EXTRA WORK In the event extra work is necessary by the ENGINEER due to a change in scope of the project, such work shall be the subject of a supplemental Work Order approved by the Board of County Commissioners. The work shall be completed in accordance with the following rate schedule: Principal $125 Senior Professional $100 Professional $85 Engineer Analyst $75 Technician $60 Draftsman $50 Support Staff $35 3 -Man Survey Crew $90 2 -Man Survey Crew $80 SECTION IX - RIGHT OF DECISIONS All services shall be performed by the ENGINEER to the satisfaction of the Director of the Public Works Department who shall decide all questions, difficulties, and disputes of whatever nature which may arise under or by reason of this Agreement and according to the prosecution and fulfillment of the service hereunder, and the character, quality, amount and value thereof, and the Director's decision upon all claims questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. Adjustments of compensation and contract time because of any major changes in the work that might become necessary or be deemed desirable as the work progresses shall be reviewed by the Director of the Public Works Department. In the event that the ENGINEER does not concur in the judgment of the Director of the Public Works Department as to any decisions made by him he shall present his written objections to the County Administrator; and the Public Works Director and the ENGINEER shall abide by the decision of the County Administrator of Indian River County, unless the decision is clearly arbitrary or unreasonable. SECTION X - OWNERSHIP AND REUSE OF DOCUMENTS A. Ownership All reports, tracings, plans, specifications, field books, survey information, maps, contract documents, and other data developed by the ENGINEER for the purpose of this Agreement shall 9 become the property of the COUNTY and shall be made available by the ENGINEER at any time upon request of the COUNTY. When all work contemplated under this Agreement is complete, all of the above data shall be delivered to the Director of the Public Works Department. B. Reuse of Documents All documents, including but not limited to drawings and specifications, prepared by the ENGINEER pursuant to this Agreement are related exclusively to the services described herein. They are not intended or represented to be suitable for reuse by the COUNTY or others on extensions of this project or on any other project. Any such utilization or adaptation will entitle the ENGINEER to further compensation at rates to be agreed upon by the COUNTY and the ENGINEER. The ENGINEER shall not be held liable for any reuse of the Documents and shall not be held liable for any modifications made to the documents by others. SECTION XI - NOTICES Any notices, reports or other written communications from the ENGINEER to the COUNTY shall be considered delivered when posted by certified mail or delivered in person to the Director of the Public Works Department or Capital Projects Manager. Any notices, reports or other communications from the COUNTY to the ENGINEER shall be considered delivered when posted by certified mail to the ENGINEER at the last address left on file with the COUNTY or delivered in person to said ENGINEER or his authorized representative. In person deliveries shall be evident by signed receipts. SECTION XII - TERMINATION The obligation to provide further services under this Agreement may be terminated by either party upon seven (7) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. The County may, for public convenience, terminate this contract at any time provided 90 days written notice is given to the ENGINEER. In the event of any terminations, the ENGINEER will be paid for all services rendered to the date of termination, all expenses subject to reimbursement hereunder, and other reasonable expenses incurred by the ENGINEER as a result of such termination. SECTION XHI - AUDIT RIGHTS The COUNTY reserves the right to audit the records of the ENGINEER related to this Agreement at any time during the prosecution of the work included herein and for a period of one year after final payment is made. SECTION XIV - SUBLETTING The ENGINEER shall not sublet, assign, or transfer any work under this Agreement without the written consent of the COUNTY. When applicable and upon receipt of such consent in writing, the ENGINEER shall cause the names of the engineering and surveying firms responsible for the major portions of each separate specialty of the work to be inserted on the reports or other data. SECTION XV - WARRANTY The ENGINEER warrants that he has not employed or retained any company or person other than bona fide employee working solely for the ENGINEER or subconsultant to solicit or secure this contract and that he has not paid or agreed to pay any company or person other than a bona fide employee working solely for the 10 ENGINEER any fee, commission, percentage fee, gifts or any other considerations, contingent upon or resulting from the award or making of this contract. For breach violation of this warranty, the COUNTY shall have the right to annul this contract without liability. SECTION XVI - DURATION OF AGREEMENT This Agreement shall remain in full force and effect for a period of four years after the date of execution hereof or until completion of all project phases as specified by the Public Works Director, whichever occurs first, or unless otherwise terminated by mutual consent of the parties hereto or pursuant to Section XII of this AGREEMENT. SECTION XVII - INSURANCE AND INDEMNIFICATION During the performance of the work covered by this AGREEMENT, the ENGINEER shall provide the COUNTY with evidence that the ENGINEER has obtained and maintains the insurance listed below: A. ENGINEER shall procure and maintain for the duration of the AGREEMENT, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the ENGINEER, his agents, representatives, employees, and in accordance with subclause H, subconsultants. The cost of such insurance shall be included in the ENGINEER'S fee. B. Minimum Scope of Insurance 1. Worker's Compensation as required by the State of Florida. 2. General Liability $1,000,000 combined single limit per accident for bodily injury and property damage. COUNTY shall be an additional insured. 3. Auto Liability $1,000,000 combined single limit per accident for bodily injury and property damage for owned and non -owned vehicles. 4. Professional Liability Insurance providing coverage for negligent acts, errors, or omissions committed by ENGINEER with a limit of $500,000 per claim/ annual aggregate. This insurance shall extend coverage to loss of interest, earning, profit, use and business interruption, cost of replacement power, and other special, indirect and consequential damages. C. ENGINEER'S applicable insurance coverage shall be primary. D. All above insurance policies shall be placed with insurers with a Best's rating of no less that A VII. The insurer chosen shall also be licensed to do business in Florida. E. The insurance policies procured, other than professional liability, shall be occurrence forms, not claims made policies. Professional liability shall be on a claims made basis. 11 F. The insurance companies chosen shall provide certificates of insurance prior to signing of contracts to the Indian River County Risk Management Department. G. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate said policies of insurance. H. ENGINEER shall either include each subconsultants as insured under its policies or shall furnish separate certificates and endorsements for each subconsultant. All coverages for subconsultants shall be subject to all of the requirements stated herein. I. The ENGINEER or firm shall hold harmless the COUNTY and representatives thereof from all suits, actions, or claims of any kind brought on account of any injuries or damages sustained by any person or property to the extent arising out of any negligent act or omission by the ENGINEER or its employees. SECTION XVIII - ENTIRETY OF AGREEMENT This writing embodies the entire AGREEMENT and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties hereto. This AGREEMENT, regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. IN WITNESS WHEREOF the parties hereto have executed these presents this day of /�' A, J , 1998. KIMLEY-HORN AND ASSOCIATES, INC. 6012 1 ST STREET #400 VERO BEACH, FLORIDA 32960 an OL CA Jolul C. Atz, P.E. Vick President [K: \PROPOSALURC\OSLOBRDG.DOC)kjs (Corporate seal is acceptable in place of witnesses) INDIAN RIVER COUNTY, FLORIDA ---, - i By: --� Jglin W. Tippin /Chairman Attest: __ r Jeffrey K. Barton Clerk ofC' ouh Indian River County i Ar)proved I Date afirn.nistration K Management ^,r=uar tment Division 12 AMENDMENT NO. I 4TH STREET WIDENING, DRAINAGE IMPROVEMENTS AND INTERSECTION IMPROVEMENTS R-X�LSXIANMA This Is an amendment to the Professional Engineering Agreement (AGREEMENT) dated January 4, 1995. SECTION 11 - SCOPE OF SERVICES The Consultant agrees to perform the additional professional services described below: A. Prepare right-of-way map west of Old Dixie Highway, illustrating areas of take. B. Prepare four (4) additional legal descriptions. SECTION III - COMPENSATION A. Compensation for services outlined above will be In lump sum form for services performed as follows: Right-of-way map west of Old Dixie Highway $1,200.00 Four Legal Descriptions $ 600.00 TOTAL $1,800.00 B. Revise Section V.1 of Master Agreement: The total not -to -exceed amount of $51.914.06 is hereby changed to $53.714.00. SECTION IV - CqUER PROWISIONS A. Receipt of an executed copy of the Amendment shall constitute the COUNTY'S notice to the CONSULTANT to proceed with the work. B. All provisions of the AGREEMENT not specifically modified shall remain in full force and effect. C. This Amendment regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. IN WITNESS WHEREOF the parties have executed this Amendment this 12th day of April 1995. KEITH & SCHNARS, INC. INDIAN RIVER COUNTY ENGINEERS, PLANNERS, SURVEYORS 1840 25TH STREET —19 101 SW FLAGLER AVENUE VERO BEACH, FLORIDA 32960 STUART, FLWOLU A 34994 BY: BY: 4e�nne WITNESS: ATTEST: e arta lerk.of fount WITNESS: (Corporate seal is acceptable in place_ -- River County Approved Date of witness) Adrninistratio�� PA9 �6,,j Budget Legal Risk Mana,,y,1,,-I�-:,,t -/2 Department Division INDIAN RIVER COUNTY MEMORANDUM CCOD[py TO: James Chandler County Administrator THROUGH: James W. Davis, P.E. }�4� ` RECEIVE[) Public Works Director FROM: Terry B. Thompson, P.`� A Pr? 2 1995 Capital Projects Manage`rr 1 P 60099 K. U41ce , SUBJECT: 4th Street Widening and Intersection Improvements Amendment No. 1 DATE: April 11, 1995 Keith & Schnars, Inc. is under contract with Indian River. County to provide professional civil engineering services for improvements to 4th Street from U.S. 1 to 600 feet west of Old Dixie Highway. The attached Amendment No. 1 provides for the preparation of a right-of-way map and four legal descriptions west of Old Dixie Highway. Additional right-of-way is needed to satisfy the St. John's River Water Management District's requirement to treat stormwater runoff in swales. Services for Amendment No. 1 will be performed at a lump sum fee of $1,800. This, added to the current contract amount of $51,914, will result in a new contract amount of $53,714. Staff recommends that the Board authorize the Chairman to sign the attached Amendment No. 1. - Funding is from Account 101-156-541-067.29. 1. Amendment No. 1 DISTRIBUTION Joe Baird--Direetor; Bud et.and;Mana ement Office coo g g James Ross, P.E., Keith and Schnars blf/4stamndl I r - T 01) AMENDMENT NO. 1 4Tl 1 srw.F.r WIDENING, DRAINAGE IMPROVE M'NIS AND INTE.RSEC'110N IMPROVEMENTS, 4 'Phis is an amendment to the Professional Engineering Agreement (AGREEMENT) dated January 4. 1995. The Consultant agrees to perform the additional professional services described below: A. Prepare right-of-way map west of Old Dixie Highway, illustrating areas of take. B. Prepare four (4) additional legal descriptions. A. Compensation for services outlined above will be in lump sum form for services performed as follows: Right-of-way map west of Old Dixie Highway $1.200.00 Four Legal Descriptions 8 600, TOTAL $1.800.00 B. Revise. Section V.1 of Master Agreement: The total not -to -exceed amount of $51,914.00 is hereby changed to $53.714.00. A. Receipt of an executed copy of the Amendment shall constitute the COUNTY'S notice to the CONSULTANT to proceed with the work. , B. All provisions of the AGREEMENT not specifically modified shall remain in full force and effect. C. This Amendment regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. IN WITNESS WHEREOF the parties have executed this Amendment this 12th day of April 1995. KEITH & SCHNARS. INC. - ENGINEERS. PLANNERS, SURVEYORS 101 SW FLAGLER AVENUE STUART. FLORIDA 34944 WITNESS: WITNESS: (Corporate seal is acceptable in place of witness) INDIAN RIVER COUNTY 1840 25TH STREET VERO BEACH. FLORIDA 32960 BY: Kenneth M. Macht, Chairman ATTEST: Jeffrey K. Barton. Clerk of Court