Loading...
HomeMy WebLinkAbout2021-205 I of3 INDIAN RIVER COUNTY RENEWAL AND AMENDMENT NO. 1 TO CONTINUING CONTRACT AGREEMENT FOR CONTINUING GEOTECHNICAL ENGINEERING SERVICES This is the Renewal and Amendment No. 1 to the Continuing Contract Agreement for Continuing Geotechnical Engineering Services dated December 4, 2018 between Tierra South Florida, Inc. (TSF) (CONSULTANT) and Indian River County, a political subdivision of the State of Florida, 1801 27th Street,Vero Beach, Florida, 32960(COUNTY). WHEREAS,the Parties entered into an Agreement dated December 4, 2018; WHEREAS, Section 1 — General, Item No. 1.1 of the Agreement provides for the issuance of Purchase Orders by the COUNTY for proposed services that total less than $15,000.00 and for proposed services $15,000.00 and over, Work Orders shall be issued and approved by the County Administrator or Indian River County Board of Commissioners as authorized; WHEREAS, Section 1, - General, Item 1.5 of the Agreement provides for the compensation for basic services to the CONSULTANT; WHEREAS, the parties desire to amend Section 3 — Responsibilities of the Consultant to include e-Verify requirements; WHEREAS, Section 4 -Term; Duration of Agreement, Item 4.1 of the Agreement provides for the Duration of the Agreement and the parties desire to renew the Agreement for one additional two-year term; WHEREAS,the parties to desire to amend Section 8—Termination to be consistent with F.S. 287.135 and; NOW, THEREFORE, in consideration of the following mutual covenants and agreements Indian River County, Florida and CONSULTANT agree as follows: 1. The Continuing Contract Agreement for Geotechnical Engineering Services December 4, 2018 is amended as follows: Section 1—General, Item 1.1 shall read as follows: 1.1 Professional services provided by the CONSULTANT for the COUNTY shall be identified in individual Work Orders prepared by the COUNTY. Purchase Orders may be issued by the COUNTY for proposed services that total less than $35,000.00. For proposed services $35,000.00 and over,Work Orders shall be issued and approved by the County Administrator or Indian River County Board of County Commissioners, as authorized. For the purpose of this document, Purchase Order shall be defined as a Work Order, however the amount will be less than$35,000.00.Work orders shall be performed in a timely,efficient,cost effective manner,and in accordance with current professional standards. Work Orders shall include a description of services to be performed; a statement of fees; a schedule of deliverables; proposed schedule for compensation and whether compensation is a lump sum, maximus amount no-to-exceed, task based or any combination of the foregoing;a budget establishing the amount of compensation to be paid with sufficient detail so as to identify all of the various elements of costs; a projected schedule for completion of the work to be performed by the CONSULTANT; and any other additional instructions or provisions relating to the specific Services authorized to each Work Order that does not conflict with the terms of this Agreement. F:Public Works\ENGINEERING DIVISION PROJECTS\1812 Annual Geotechnical Services\I-Admin\Agenda Items\Renewal &Amend 1\Renewals& Amend 1\IRC-1812 TIERRA RENEW&AMENDI 20211207.doc 2 of 3 Section 1 — General, Item 1.5 is hereby amended to incorporate a Revised Exhibit 1, attached to this Renewal and Amendment 1, describing the schedule of current hourly and testing billing rates. Section 3—Responsibilities of the Consultant—add the following item: 3.17 Consultant is registered with and will use the Department of Homeland Security's E-Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Consultant is also responsible for obtaining proof of E-Verify registration and compliance for all subcontractors. Section 4—Term; Duration of Agreement-The Agreement is hereby renewed for an additional two-year period beginning on December 4, 2021 and ending on December 3, 2023. Section 8—Termination—add the following item: 8.9 TERMINATION IN REGARDS TO F.S. 287.135: CONSULTANT certifies that it and those related entities of CONSULTANT as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONSULTANT certifies that it and those related entities of CONSULTANT as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. COUNTY may terminate this Contract if CONSULTANT is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. COUTNY may terminate this Contract if CONSULTANT, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. Except as supplemented herein, the terms and conditions of the Continuing Contract Agreement shall remain in full force and effect. To the extent of any conflict between the terms of this Amendment and the terms of the Continuing Contract Agreement,the terms of this Amendment shall control. This Renewal and Amendment No. 1, regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] F:\Public Works\ENGINEERING DIVISION PROJECTS\1812 Annual Geotechnical Services\I-Admin\Agenda Items\Renewal &Amend I\Renewals& Amend 1\IRC-1812 TIERRA RENEW&AMEND1 20211207.doc 3 of 3 IN WITNESS WHEREOF,this Renewal and Amendment No. 1 to Agreement is executed by the authorized representatives of the parties as of the day and year first above written. CONSULTANT: BOARD OF COUNTY COMMISSIONERS TIERRA SOUTH FLORIDA, INC.(TSFGeo) OF INDIAN RIVER COUNTY '�OA1M/S . . . / __ ( .sc.,Q;•-•4 tb ..-5,5„.. By: By: (�, ,..L fs '• _ Raj Kri .'asamy, PE /��v/ ty . �. ' ` i . Peter D. O'Bryan,Chairman • . - 4,. AT Title: President .9L ++' .OQ'• BCC Approved Date: December 7, 202`19/.'fR 656,11;(.:,� �+�• Attest:Jeffrey R.Smith,Clerk of Court and Comptroller By: a%l ,e(, I ,a c W V Ra adi Wardlow, Deputy Clerk Approved: . r2L.,....____— Jason E. Bro County Administrator 1)4,.../9 Approved as to form and legal sufficiency: ex.". William K. DeBraal, Deputy County Attorney F\Public Works\ENGINEERING DIVISION PROJECTS\1812 Annual Geotechnical Services\I-Admin\Agenda Items\Renewal &Amend 1\Renewals& Amend 1\IRC-1812 TIERRA RENEW&AMENDI 20211207.doc REVISED EXHIBIT 1 11117711 INDIAN RIVER COUNTY SCHEDULE OF FEES&SERVICES 2021 -2023 SCOPE OF WORK The general scope of work consists of geotechnical engineering, geotechnical drilling, construction materials testing and inspection, threshold inspection services, and any other related services. The Schedule of Fees and Services shown below provides the standard services that may be requested. SOIL TESTING 1. Field Density Test(five[5]minimum) $30.00/test 2. Proctors $100.00/test 3. Florida Bearing Value Test $45.00/test 4. Limerock Bearing Ratio Test $300.00/test 5. Atterberg Limit Test $80.00/test 6. Carbonate Content Test $100.00/test 7. Organic Content Test $50.00/test 8. Corrosion Series $190.00/test 9. Soil Observation (On Site) $60.00/hr. 10. Natural Sample Moisture Content $20.00/test 11. Unit Weight and Moisture Content(Undisturbed Sample) $50.00/test II. CONCRETE&MASONRY MATERIALS 1. Concrete Compression test(Min.four[4]cylinders per trip) -Prepare cylinders&slump test on site,and deliver to lab $150.00/set 2. Additional Concrete cylinders $18.00/cyl. 3. Concrete Compression test only[delivered to lab] $18.00/cyl. 4. Slump test $18.00/ea. 5. Air Content Test $25.00/ea. 6. Stand-by $65.00/hr. 7. Grout Prism(Six[6]per set) -Includes preparation of Prism on site $80.00/set 8. 2"x 2" Mortar Cubes(Six[6] per set) - Includes preparation of Cubes on site $80.00/set 9. Additional Mortar cubes $18.00/ea. 10. Masonry Units A. Compressive Strength $80.00/unit B. Absorption $50.00/unit 11. Concrete Cores(Min. 3); -Secure,trim&test $80.00/core -Testing of core[delivered to lab(Incl.Trim)] $50.00/core 12. Swiss Hammer Testing $65.00/hr. 13. Windsor Probe Test(Min. 3 shots) $150.00/test 14. Additional Windsor Probe Tests $100.00/test III. AGGREGATE TESTING 1. Grain size determination: A. Full grain size(8 sieves) $75.00/test B. Wash through(#200) $45.00/test 2. Sieve Analysis-Course Aggregate $45.00/test 3. Specific Gravity&Absorption of Fine or Coarse Aggregate $70.00/test 1 IV. ASPHALT TESTING 1. Asphalt Cores(obtaining core samples) $130.00/ea.* 2. Asphalt Extraction&Gradation $150.00/ea. 3. Asphalt Density and Thickness $25.00/ea. 4. Marshall Stability(Incl.density,flow and stability of 3 specimens) (50 blows) $150.00/ea. 5. Coring Machine plus Generator Rental $400.00/trip 6. Superpave Resolution Testing 6A. Gyratory Compaction, bulk specific gravity $175.00/ea. 6B. Rice Testing $120.00/ea. V. INSPECTION SERVICES 1. Concrete Inspection (on job-site or plant) $65.00/hr. 2. Pile Driving Inspection $70.00/hr. 3. Pre-Stress Yard Inspection $70.00/hr. 4. Steel Inspection $70.00/hr. 5. Threshold Inspection $70.00/hr. 6. Asphalt Inspection(Plant or Roadway) $85.00/hr. 7. PDA(Pile Dynamic Testing Services) $2000.00/test 8. Helical Pile Inspection $70.00/hr. 9. Drilled Shaft Logging/Inspection Services $70.00/hr. VI. FIELD EXPLORATIONS I INVESTIGATIONS 1. Auger Borings $10.00/ft. 2. Hand Augers $130.00/hr.** 3. Standard Penetration Test Borings-Truck Rig (0'-50') $13.00/ft. 51'-100' $15.00/ft. 4. Grout-Seal Boreholes-0'-50' $6.00/ft. 51'-100' $7.00/ft. 5. Casing Allowance- 0'-50' $7.00/ft. 51'-100' $9.00/ft. 6. Static Cone Penetration Test(0'-100') $N/A 7. Muck Probing (4 hr. min.)(2-man crew) $130.00/hr.** 8. Mobilization of drilling equipment to project(Min.Charge) 1. 50-mile travel $350.00/ea. 2. 100-mile travel $450.00/ea. VII. MISCELLANEOUS SERVICE 1. Foundation Analysis and Recommendation $Staff 2. Percolation Test $300.00/test 3. Install Monitoring Well,25'Depth(per PBCWUD Standards&Details) $50/LF 4. Plug&Abandon Monitoring Well,25'depth $150/hour ENGINEERING AND PROFESSIONAL SERVICES 1. Principal Engineer/PM, P.E $175/hour 2. Senior Geotechnical Engineer, P.E $150/hour 3. Engineer, P.E $135/hour 4. Staff Engineer $105/hour 5. Senior Engineering Technician $70/hour 6. Engineering Technician $65/hour 7. Drafter/CADD $65/hour *2 technicians @$65/hr. involves access,carrying equipment,setup&etc. **2 technicians @$65/hr. involves access,carrying equipment, setup&etc. 2