HomeMy WebLinkAbout2021-052INDIAN RIVER COUNTY
66th Avenue Phase 113 Construction Phase Services
Project Number: IRC -1505
AMENDMENT NO. 9 TO THE PROFESSIONAL ENGINEERING/LAND SURVEYING SERVICES
AGREEMENT BETWEEN KIMLEY-HORN AND ASSOCIATES, INC. AND INDIAN RIVER COUNTY,
FLORIDA.
This is an amendment to the existing Engineering/Land Surveying Services Agreement
(AGREEMENT) dated February 22"d, 2005 between Kimley-Horn and Associates, Inc. (ENGINEER)
and Indian River County (COUNTY). This amendment addresses changes in "Section III — Scope of
Services", "Section V — Compensation" and "Section XVI — Duration of Agreement" of 'the
AGREEMENT.
Amendment Description
"SECTION III — SCOPE OF SERVICES" is being modified to incorporate the following:
Task 1- Construction Phase Services
The ENGINEER will provide professional construction phase assistance as specifically
stated below:
1. Pre -Bid Meeting. The ENGINEER will attend the pre-bid meeting to assist the
COUNTY in describing the scope of work contained with the construction
documents. The ENGINEER shall provide oral and/or written clarifications to
questions presented relative to the scope of work identified within the
construction documents.
2. Clarifications and Interpretations. The ENGINEER will respond to reasonable
and appropriate Contractor requests for information and issue necessary
clarifications and interpretations of the Contract Documents to the COUNTY as
appropriate to the orderly completion of Contractor's work. Any orders
authorizing variations from the Contract Documents will be made by the
COUNTY.
3. Change Orders. The ENGINEER may recommend Change Orders to the COUNTY
and will review and make recommendations related. to Change Orders _
submitted or proposed by the Contractor.
Page 1 of 6
A
Amendment No. 9 - 66th
Avenue Phase 1B
'Construction Phase' Services
4. Shop Drawings and Samples. The ENGINEER will review and approve or take
other appropriate :action in respect to Shop Drawings and Samples and other
data which Contractor is required to submit, but only for conformance with the
information given in the' Contract Documents. Such review and approvals or
other action will not extend,to means, methods, techniques, equipment choice
and usage, sequences, schedules, or procedures of construction or to related
safety precautions and programs.. Shop drawings, samples or certifications are
anticipated to be submitted related to the following:
• Roadway and Drainage elements
• Bridge Structure elements (61St Street and 65th Street)
• Signalization elements (57th Street and 69th Street)
• Signing and Marking elements
• Landscape and Irrigation;elements
5. Applications for Payment. All applications for payment will be reviewed and
approved by the COUNTY.
6. Final Notice of Acceptability of the Work. The County will be responsible for
project acceptance, as -built drawing review and permit certifications.
7. Limitation of Responsibilities. The ENGINEER shall not be responsible for the
acts or omissions of any Contractor, or of any of their subcontractors,
suppliers, or of any other individual or entity performing or furnishing the
Work. The ENGINEER shall not have the authority or responsibility to stop the
work of any Contractor.
8. Record Drawing Review and Permit Certification. The ENGINEER will review the
Record Drawings as submitted by the Contractor. Based upon receiving
acceptable Record Drawings from the Contractor, the ENGINEER will prepare
and submit certifications to the4ol,lowing jurisdictional agencies:
• Indian River County
• St. Johns River Water. Management District
• Indian River Farms Water Control District
• U.S. Army Corps of Engineers
9. Final Notice of Acceptability of the Work. The ENGINEER will, promptly after
notice from Contractor that it considers the entire Work ready for its intended
Page 2 of 6
Amendment No. 9 - 66th
Avenue Phase 113
Construction Phase Services
use, in company with the COUNTY and Contractor, conduct a site visit to
determine if the Work is substantially complete. Work will be considered
substantially complete following satisfactory completion of all items with the
exception,of those identified on a final punch list. The ENGINEER will conduct a
final site visit to:determine if the completed Work of Contractor is generally in
accordance with the Contract Documents and the final punch list so that the
PROFESSIONAL may recommend, in writing,, final payment to Contractor.
Accompanying the recommendation for final payment, the ENGINEER shall also ,
provide a notice that the Work is generally in accordance with the Contract
Documents to the best of the ENGINEER's knowledge, information, and belief
based on the extent of its services and based upon information provided to
Consultant upon which it is entitled to rely.
Task 2 - Right -of Way Acquisition Support
The ENGINEER will provide support to the COUNTY and its consultant relative to the
evaluation and preparation of proposed right-of-way acquisition appraisals. In addition,
the ENGINEER will develop a Cure Plan associated with Parcel 316, to assist in
remediating improvements constructed within the parcel following construction plan
development.
Page 3 of 6
Amendment No. 9 - 66th
Avenue Phase 1B
Construction Phase Services
EXHIBIT B = FEE SCHEDULE
i 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: '
Cost Plus Max
Task Labor Fee
Task 1- Construction Phase Services $ 177,980
Lump Sum
Task
Task 2 - Right -of -Way Acquisition Support $ 38,940
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 6
A
Amendment No. 9 - 66th
Avenue Phase IB
Construction Phase Services
EXHIBIT C — TIME SCHEDULE
Upon authorization ,to proceed by the COUNTY, the services. identified above are i
anticipated to extend, through the duration of project construction, which is estimated to be
approximately 24 months.
i
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 6
Amendment No. 9 - 66th
Avenue Phase 113
Construction Phase Services
The AGREEMENT is hereby amended as specifically set forth herein. All other sections of the
AGREEMENT shall remain in full force and effect and are incorporated herein.
This Amendment No. 9 to the AGREEMENT regardless of where executed, shall be governed by
and construed by the laws of the State of Florida.
In witness whereof the parties have executed this Amendment this 6th day of April , 2021.
CONSULTANT: BOARD OF COUNTY COPAN�+�I9RS
OF INDIAN RIVER COIj#0-'-1 "1--- F9s'°°'•.
KIMLEY-HORN AND ASSOCIATES,
INC. �� s
B g
an Goo , P.E. Joseph E. Flescher, C'li rxna_.�P
NRI'✓EQ��\�'
Title: Senior Vice President _.......
BCC Approved Date: April 6, 2021
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By.
eputy Clerk
Approved:
Jason
Approved as to form and legal sufficiency:
Page 6 of 6
County Wministrator
T. Reingold, County Attorney
Project Name
Task Summary
Summary - —
66th Avenue Phase 1 B - Post Design Services
Manhours for project
Task
Principal
$230
Senior
Professional
$175
Registerd
Professional
$140
Professional
II
$120
Professional
-I
$105
Support Remarks
Staff
$60
Post Design Services
188
396
200
267
0
90
RNV Acquistion Support
30
60
54
60
60
8
Total Hours =
Labor Fee =
218
$50,140
456
$79,800
254
$35,560
327
$39,240
60
$6,300
98
$5,880
Total Labor Fee =
$216,920
66th Avenue Ph 1 Post Design Services Workplan (Rev).xls Page 1
Post Design Services
Activity:_ Post Design Services
Task
Principal
Senior
Professional
Registered
Professional
Professional Professional
If I
Support Remarks
Staff
Contract File
4
4
Pre -Bid Meeting & Responses
8
8
12
6
Request for Information
20
100
120
80 1
16
Shop Drawing Review
Roadway & Drainage Elements
20
60
40
4
Bridge Structures Elements
80
40
4
Signalization Elements
10
30
20
4
Signing & Marking Elements
20
10
4
Landscape & Irrigation Elements
30
15
4
Project Coordination
10
30
80
50
22 - 8 hrs/month for 24 months
Project Certifications
County
40
40
8
SJRWMD
20
4
IRFWCD
40
8
USACOE
8
2
Project Management
6
Subtotal
188
396
200
267 0
90
Page 2
RW Acquisition Support
Activity: RW Acquisition Support
Task
Principal
QA/QC
Senior
Professional
Registered
Professional
Professional Professional
II 1
Support Remarks
Staff -
Appraisal Support
40
60
4 Parcels 303, 304, 313, 317
Cure PlaiTDeve o ment arcel 316
Survey Data
2
16
Cure Plan
4
40
40
Opinion of Probable Cost
12
4
Coordination
30
10
4 --
Project Management
6
Subtotal
30
60
54
60 60
8
Page 3