HomeMy WebLinkAbout2021-082BAMENDMENT 1 TO WORK ORDER 17
OSLO ROAD INTERCHANGE UTILITY IMPROVEMENT PROJECT
This Amendment 1 --to Work Order Number 17 is entered into as of this 8th day of June , 2021,
pursuant that certain Continuing Contract Agreement for Continuing Engineering Services, dated April 17, 2018,
renewed and amended as of May 18, 2021 (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').
The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
Number 17, Effective Date JuIV 16, 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.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above.
CONSULTAN
KIML s RN ASSOCIATES, INC.
By.
Print Nanitbi Brian Good. P.E.
Title: Senior Vice President
BOARD OF COUNTY COMMISSI9fil�R5
OF INDIAN RIVER COUNTY
ose E. Flescher, Chair,
BCC Approved Date: June 8,- 2021
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: 1 qdx
Deputy Clerk
Approved:
Jason E.jBro*n, County A—dministrator
Approved as to form and legal sufficiency:
William K. DeBraal, Deputy County Attorney
Amendment 1 to Work Order 17
Kimley-Horn and Associates, Inc.
EXHIBIT A— SCOPE OF WORK
581h Avenue Roadway Improvements Utility Relocation Project
The COUNTY desires to expand the above identified utility improvements to include the
replacement of an existing 8" force main within the 58th Avenue right-of-way in the vicinity
of the 49th Street intersection with a 12" equivalent force main. In addition, the proposed
force main improvements shall contemplate a future 8" force main along 49th Street such
that the force main is constructed sufficiently along 49th Street as to not require future
utility construction within the pending improved intersection.
A. Utility Plans:
The following is the anticipated utility improvement associated within the project limits:
1. The utility plan sheets will be drawn at a scale of 1" = 40' prepared on 11" x 17" sheets.
2. All quantities shall reference FDOT Pay Item Numbers.
3. All specifications shall reference the FDOT Specifications for Road and Bridge
Construction and/ or Indian River County Utility Standards. Any deviations or special
specifications not included in specifications will be provided in the Technical
Specifications.
The proposed utility improvements will be submitted to the COUNTY for review and
comment at Preliminary (30%), Constructability (60%), Biddability (90%) and Production
(100%) design submittal stages. Review submittals will consist of three (3) hard copies of
utility plans along with an opinion of probable construction cost. It is understood that the
Consultant will be required to represent the utility improvements as either reimbursable or
non -reimbursable improvements.
Upon final utility plan approval by the COUNTY, the Consultant will prepare the additional
utility scope of work into a Change Directive issued to the 58th Avenue utility contractor to
solicit pricing associated with the additional utility work.
B. Utility Permit:
To support the above described utility improvement, the Consultant will prepare and submit
a Florida Department of Environmental Protection (FDEP) Domestic Waste Water Collection
/Transmission System Permit and an IRWCD Application for Utility Construction Permit.
Permit agency coordination assumes one (1) request for additional information (RAI) to be
received from FDEP and IRFWCD associated with the applications. The Consultant has
Amendment 1 to Work Order 17
Kimley-Horn and Associates, Inc.
included the $250 FDEP application fees within the work order fee. The Final Plans will be
provided in Autodesk Civil 3D format.
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:
Lump Sum Components
Task Labor Fee
Utility Plans $ 28,060
Utility Permits $ 5,530
Project Total $33,590
TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately eight (8) weeks from the Notice to Proceed (NTP).
NTP
Biddability Submittal (90% Design Drawings)
Permit Submittal
contingent upon BOCC approval
4 weeks following NTP
6 weeks following NTP
Production Submittal (100% Design Drawings) 8 weeks following NTP