Loading...
HomeMy WebLinkAbout2020-212AMENDMENT 1 TO WORK ORDER 16 Bridge Repairs for C.R. 512 bridges over the St. Sebastian River Project Number: IRC -1727 This Amendment 1 Work Order Number 16 is entered into as of this 6th day of October 2020, 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, Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 16, Effective Date July 2, 2019. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) 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 B (Fee Schedule), and within the timeframe more particularly set forth in Exhibit C (Time Schedule), 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. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) EXHIBIT A — SCOPE OF WORK CR 512 Bridge Repairs The COUNTY desires the Consultant to provide post design services to support the structural and roadway repairs associated with the CR 512 bridges over the Sebastian River. A. Post Design Services: During the Construction Phase, the Consultant will assist the COUNTY to provide design clarifications and design field changes, as necessary. The scope of services contemplated to be provided within the Construction Phase Services consists of the following: • Attend pre -construction meeting. • At the request of the County, the Project Engineer will be onsite to observe the construction by the Contractor. During site visits, the Consultant will notify the COUNTY with any observed discrepancies between the design intent and the contractor's activities. • The Consultant will provide Contract Document interpretation and address RFI's from the Contractor. • The Consultant will review the Contractor's Shop Drawings for approval (or rejection.). • The Consultant will review Change Orders, provide Field Orders and Work Orders, as determined necessary. • The Consultant will perform substantial completion inspection and one final inspection of the construction project. The substantial completion inspection will include preparation of a substantial completion form with an attached punch list of items to be completed prior to final completion • Once construction is substantially complete and the contractor has submitted as -built construction drawings, The Consultant will review and prepare Record Drawings based on the contractor's as -built drawings to indicate field changes made by the contractor and shown on the as -built drawings and will follow County's requirements. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) EXHIBIT B — 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: Hourly Not -to -Exceed Components Task Post Design Services Labor Fee (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) $ 15,000 EXHIBIT C — TIME SCHEDULE Upon authorization to proceed by the COUNTY, it is anticipated that the bridge rehabilitation improvements will be completed within four (4) months from the County issued contractor's Notice to Proceed (NTP). (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. By Print Name: Brian Good Title: Senior Vice President BOARD OF COUNTY COMM ONERS ) OF I EtI�V�ER COUN / �.... Susa dams Chairman14 BCC Approved Date: October 6, 2020 2'. G ,''ERo��c�y� Attest: J rey R. Smith, Clerk of Court and Comptroller By: Dep ty Clerk Approved: UV 1, J /z" — — Jason E Br wn, County Administrator Approved as to form and legal sufficiency: _ William K. DeBraal, Deputy County Attorney