Loading...
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