Loading...
HomeMy WebLinkAbout2019-130CCNA2018 WORK ORDER 19 Roseland Elevated Tank Conversion to Repump Station This Work Order Number 19 is entered into as of this 13 day of August, 2019, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Kimley Horn and Associates ("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 fee schedule set forth in Exhibit B (Fee Schedule), attached to 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 C (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. CONS =�MilLr By: Print Nam tic mCv1 A ocol Title: SP�ri ov' BOARD OF COUNTY COMM! Balk Solari Chairman Susan Adams, Vice -Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: 4/4‘4- 6,hoi Deputy Clerk Jason Bro n, County Administrator Approved: Approved as to form and legal sufficiency: n T. Reingold, County Attorney EXHIBIT #A Work Order Number 19 Roseland Elevated Tank Conversion to Repump Station PROJECT UNDERSTANDING Construction phase and coordination services is required for the pump station since the duration of construction is believed to be longer than originally anticipated due to the change in project scope and separation of the watermain and pump station into two (2) separate projects. The pre- fabricated building delivery is expected to be longer than constructing the electrical gear inside the tank structure, the arrangement of pumps is also more sophisticated, is expected to take longer to construct and will take additional time for startup and commissioning. Construction of the watermain separately will also encumber additional administrative time. It is assumed that each of these will be constructed concurrently, but under separate projects. The following scope of services consists of additional engineering services and evaluation. SCOPE OF SERVICES TASK 1 - ADDITIONAL CONSTRUCTION PHASE SERVICES It is assumed that an additional 3 - 4 months of construction phase services will be needed in addition to the already presumed to be 7 months of construction, and include administering the watermain construction as a separate biddable project. Consultant will respond to contractor questions for the WM project, and provide written responses for IRC to process for the work prepared by KHA. For the separate watermain project, Consultant will answer contractor questions and prepare addenda, which will be distributed to all the contract document holders. Consultant will attend a pre -proposal meeting at the project site or IRCU's office. It is assumed that Indian River County Utilities will distribute project manuals, including drawings, specifications, and will distribute all addenda. Consultant shall answer a reasonable number of requests for additional information and clarifications for the construction and installation of the water main. Consultant will respond in written format in a timely manner. Consultant shall review shop drawings and submittals for conformance with the design documents. It is assumed that an additional (6) submittals will be reviewed. Consultant will provide written comments and respond to Owner's contractor within a reasonable time. Consultant will endeavor to complete the reviews within a 1 to 2 -week timeframe. Consultant will provide on-site observation of construction. It is assumed that an additional (15) half days of observation will be provided by a project engineer or resident inspector. Consultant will attend a preconstruction meeting. Consultant will develop a punch -list of incomplete items based on our on-site observations. Consultant will issue a written punch -list to Owner and contractor. Consultant will provide one (1) site visit to review follow up work on punchlist items. Consultant will provide an additional certification of construction completion for the watermain project not included in the original scope. Consultant will submit form FDEP Form 62- 555.900(9) and appropriate attachments for partial clearance of permit, which includes both the booster pump station and watermain. Record drawing information will be provided by the contractors and included with the certification package. Four (4) hard copies and one electronic copy in pdf and Word format will be furnished to IRCU. TIME SCHEDULE Consultant will complete these tasks in a timely and mutually agreed upon schedule. It is anticipated that the following task schedule will be provided: TASK 1— CONSTRUCTION PHASE 3 — 4 MONTHS FEE SCHEDULE We will provide these services in accordance with our Continuing Consulting Engineering Services Agreement for Professional Services dated April 17th, 2018 with Indian River County. The Consultant will provide professional services for Task 1 on a lump sum fee basis as follows: Task No. Task Task Fee Task 1 CONSTRUCTION PHASE $ 37,956 Total Lump Sum Fee $ 37,956 ADDITIONAL SERVICES The following services are not included in the Scope of Services for this project, but may be required depending on circumstances that may arise during the execution of this project. Additional services include, but may not be limited to the following: • Additional coordination and responses to FDEP or other agencies (ACOE, IRFWCD) • Tank condition inspection and assessment