HomeMy WebLinkAbout2019-210AMENDMENT 1 TO WORK ORDER 2018029-4
SECTOR 5 BEACH AND DUNE RESTORATION PROJECT (IRC -1923)
2019 CONSTRUCTION ADMINISTRATION
This Amendment 1 to Work Order Number 2018029-4 is entered into as of this 11 day of December
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 Aptim Environmental &
Infrastructure, LLC ("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
Number 2018029-4, Effective Date June 4, 2019.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit 1 attached to this
Amendment and made part hereof by this reference. The professional services will be performed by the
Consultant for the fee schedule set forth in Exhibit 2, and within the timeframe outlined in above -referenced
Work Order, all in accordance with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set
forth in this Amendment. 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:
APTIM ENVRONMENTAL &
INFRASTRUCTURE, LLC
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
Print Name:
Title:
''••4" COU�1
��W BCC Approved Date: December 17, 2019
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
Approved:
Approved as to form and legal sufficiency:
?y
APTIM
November 12, 2019
Mr. James Ennis, PE, PMP
Assistant Public Works Director
Indian River County Public Works
1801 27th Street
Vero Beach, FL 32960
Aptim Environmental & Infrastructure, LLC
2481 NW Boca Raton Blvd.
Boca Raton, FL 33431
Tel: +1 561 391 8102
Fax: +1 561 3919116
www.aptim.com
EXHIBIT 1
Subject: Indian River County, FL
Sector 5 — 2018029 — Work Order #4 — Amendment 1
Construction Administration
Dear James:
This amendment to the scope of work previously submitted by Aptim Environmental & Infrastructure,
LLC (APTIM) on May 17, 2019, presents a revised proposal of professional services to Indian River
County (County) in support of the Sector 5 Beach and Dune Restoration Project. The amendment to
the scope of work described herein is to support the County in administering construction for the
Sector 5 project including periodic site observations and project certification. The tasks to perform this
work were provided in full in the Work Order # 4 proposal submitted on May 17, 2019. This
amendment is submitted to provide APTIM staff support for an additional fifty (50) site
observation days the Contractor has determined will be required to complete construction within
the Contract time. The Contractor's schedule has been revised to account for the placement of
additional sand due to the impacts of Hurricane Dorian. Additional services to be provided to
the County are summarized herein. A breakdown of the additional hours and expenses to
develop the cost is attached. The scope and fee was developed following the provisions of the
Professional Services Agreement between Indian River County and APTIM, dated April 3, 2018, to
provide engineering and biological support services in support of the Sector 5 Beach and
Dune Restoration Project (RFQ #2018029).
Task 2: Additional Site Observations
The scope of work previously described in the Sector 5 — 2018029 — Work Order 4 proposal dated May
17, 2019 remains unchanged. The cost for this task has been revised to reflect additional
observation days due to the increase in volume required due to the impacts of Hurricane Dorian. Work,
deliverables, schedule, and costs for Additional Site Observations under Task 2 are described as
follows:
APTIM will assist the County with engineering services, technical assistance, and on-site observations
during construction in order to certify the project was constructed in compliance with the contract
documents as Engineer of Record. APTIM will perform site visits on days of active construction and will
provide up to eight (8) hours of observation per visit. It is assumed that one (1) site visit per week will
be scheduled on the same day as the weekly progress meeting described in Task 1. APTIM will
coordinate with the Contractor to perform site visits on days when on-site construction activities are
scheduled. The activities, observations, photographs, discussions with the Contractor, and other
issues will be documented in a daily observation report and submitted to the County. APTIM's on-
site representative will:
November 12, 2019
AAPTIM Page 2 of 3
EXHIBIT 1
• Observe construction activities at the beach and periodically visit the upland sand mine(s)
• Visually assess the quality of fill material delivered to the project site and placed on the beach
• Observe the Contractor's work for compliance with the contract documents and permits
• Photograph and document the project as the work progresses
• Communicate issues, deviations, and/or consistencies that may arise
• Attend progress meetings
Upon completion of sections of constructed beach, two (2) duplicate sand samples will be collected at
each FDEP Reference Monument profile line to assess the grain size, silt content, gravel content, and
Munsell color for compliance, in compliance with the approved Sediment QA/QC Plan. One (1) sample
will be quantitatively tested and the other archived for 120 days after project completion.
Deliverable
APTIM will prepare observation reports summarizing each site visit, which will be used to document the
project progress and events. APTIM will prepare a summary table of the sediment samples and test
results for the sediment compliance parameters, and a complete set of laboratory testing results as
required by the approved Sediment QA/QC Plan. The sediment testing results will be included in the
Project Completion Report.
Schedule
A fixed timeline cannot be provided because it is dependent upon the Contractor's progress and
construction schedule.
Cost
The lump sum cost for additional site observations under task 2 is $54,479.25.
Summary
The total lump sum cost to perform the proposed additional work described herein for Sector 5 — 2018029
— Work Order #4, Admendment 1 is $54,479.25. Please refer to Exhibit 2, attached to the end of
this proposal, for a summary of the costs and labor hours of each Task. It is noted that some aspects of
this Work Order are dependent upon Contractor performance and are outside the control of APTIM and
the County. As such, the scope, schedule and cost described herein is provided as an estimate. APTIM
will strive to execute each phase of the work within budget and in as expeditious a manner according
to construction progress. We will coordinate with the County in the event that the scope, schedule, or
budget arise due to unforeseen issues or circumstances.
AAPTIM
November 12, 2019
Page 3 of 3
EXHIBIT 1
Thank you for the opportunity to serve Indian River County. We look forward to continuing to provide
expert professional services to the County. Please do not hesitate to call if you have any questions.
Sincerely,
Christopher Paul, PE
Coastal Engineer
Aptim Environmental & Infrastructure, LLC
cc: Whitney Thompson, P.E., APTIM
Kendra Cope, M.S., Indian River County
Authorized Corperefte Signatur
Whitney Thompson, PE
Printed Name
Program Manager
Title
L -E
> O
A�
C I
N
0
co
r
CDN
Lo
L-
0 O
0
C0
O-O—NCO E
J > 0 — O
CM�FF
JmAoDO) U
c c') — — E
OJO)0)
7 -Z�LLMM CL
U 2'
Q 'O LO
V m
N mm t t
C > U N X
06ZmLL
r
_
W co
r+ N
C
N
E
N
C
O
O
C
W
rn
OF
. E
[L
a
Q
L -E
> O
A�
C I
N
0
co
r
CDN
Lo
L-
0 O
0
C0
0) N
� w -
O O
N N
N N
r -I OA
L a
.0
E
v
0
z
0
0
°
. .
. .
. .
.
f,
e
of
v
O
�
N
N
U
m
O
H
H H
H M!
H H
H H
H H
fA H
d9 H
b9 fN
H H
H H
H H
H H
H H
H H
H H
H H
Eft
O
O
MO
2
T
y
� Y
fn y
U
U°�
L
N
° 0
U
M o
2
r c
O O
y
Nr, f0
Y
p
U
m
d d~
H iN
N1 V1
H H
V1 N1
N! tl1
H d!
IA H
N! H
H H
H H
H H
H H
H H
H H
H H
H H
fu
o
. .
.
. .
. .
a
M =
H
T
0
a°�
0
o
U
d
b9 H
H V1
"I"
H Vi
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H
O `
a
.5
y
f
� Y
o
U
cm
O
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
H H
E
m
O
a
m o
2
2.2
o
m M
U
2 N Y
C ,C
M! V/
H H
H V1
H Nl
N1 W
dl W
Ml 6%
61k H
W 69
40 4419
H
H H
V1 H
V9.140,
H
H H
H
Fm
O
m =
o
N
N
w
n
N
o
vv
2 N
U
O N
y �
a
F
O
m
H
0
0
m =
N
C
y
'n
O
U
Y
N 'n
N
2
O)
H H
H H
H H
H H
H H
H H
H H
4616">
H H
Cal"
H H
H H
H
O
a.
`O E2
0
m =
—
m
o 0
o 0
0 0
0 0
o 0
0 0
0
0 0
0 0
0 00000
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
O
O O
O �p
fA f0
O u7
N N
;00
�O C
O M
O�
R
0 0
M fA
O �
m M
�O N
O r
G G
M
p
O GD
O N-
V O
0
O aD
G
GD f`
o
O
m
J
H H
H H
H H
H H
H H
H H
H H"169
H H
H H
H H
H H
H 691'A
C
O C
C
O
m
O
a
o
y
65 7v
a40
=Z
o
°
w
o
ma
y
a
c
T
O n
'c
a m
a O'
y -a°
O
L
W
L
y m
O O
Co
N
.�
.�
N
f` O
W W
N N
W
•Wy N
p
y
p
F-
m m
c C
N
0
N N
0 0
V
C
E C°
M
JQ
d
'c
o
0 0
y
0
O m
m O
'c
'c 'c
m m
y
p m
m
p
O
fn io
YNY U
o 'c
°�
a
9 ='•
m
L a
0
F -
fl WO_iAUUUU
Ufl
>>
Z:
m
fn Nff
aU'
C7 U'
m
fnUU'
o
mmUHUWfO�F-
o
m
..
0