HomeMy WebLinkAbout2022-114AMENDMENT 1 TO WORK ORDER 8
691h STREET FROM 66TH AVENUE TO SRS/US-1 RESURFACING
IRC PROJECT NO. 1639
This Amendment 1 to Work Order Number 8 is entered into as of this 14th day of
June , 2022, pursuant to that certain Continuing Contract Agreement, 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").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
Number Effective Date April 9, 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.
Amendment Description
"SECTION III — SCOPE OF SERVICES" is being modified to incorporate the following:
Task 1- Construction Phase Services
The Consultant will provide professional construction phase assistance as specifically stated
below:
1. Clarifications and Interpretations. The Consultant 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.
2. Change Orders. The Consultant may recommend Change Orders to the COUNTY and
will review and make recommendations related to Change Orders submitted or
proposed by the Contractor.
3. Shop Drawings and Samples. The Consultant will review and approve or take other
appropriate action in respect to Shop Drawings and Samples and other data which
Page 1 of 5
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
• Signing and Marking elements
• Utility elements
4. Applications for Payment. All applications for payment will be reviewed and
approved by the COUNTY.
5. Final Notice of Acceptability of the Work. The County will be responsible for project
acceptance, as -built drawing review and permit certifications.
6. Limitation of Responsibilities. The Consultant 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 Consultant
shall not have the authority or responsibility to stop the work of any Contractor.
7. Record Drawing Review and Permit Certification. The Consultant will review the
Record Drawings as submitted by the Contractor. Based upon receiving acceptable
Record Drawings from the Contractor, the Consultant will prepare and submit
certifications to the following jurisdictional agencies:
• Indian River County
• St. Johns River Water Management District
• Indian River Farms Water Control District
• Florida Department of Environmental Protection
8. Final Notice of Acceptability of the Work. The Consultant will, promptly after notice
from Contractor that it considers the entire Work ready for its intended 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 Consultant 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 Consultant shall also provide a notice that the Work is generally in
accordance with the Contract Documents to the best of the Consultant's knowledge,
Page 2 of 5
information, and belief based on the extent of its services and based upon
information provided to Consultant upon which it is entitled to rely.
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:
Cost Plus Max
Task
Task 1- Construction Phase Services
Labor Fee
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 3 of 5
$ 20,000
EXHIBIT C—TIME SCHEDULE
Upon authorization to proceed by the COUNTY, the services identified above are anticipated to
extend through the duration of project construction, which is estimated to be approximately 24
months.
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 5
IN WITNESS WHEREOF, the parties hereto have executed this Amendment 1 to Work Order 8 as of the date
first written above.
cot
By:
Prin
GQ�0NT YKC p4' .
BOARD OF COUNTY COMMISS610* R�
OF INDIAN RIVER COUNTY :A`s
C.
Peter D. O'Bryan, Chairma' ..... i, T.. -
Title: Senior Vice President BCC Approved Date: June 14, 2022
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: oyvl'I- I�Qn
Deputy Clerk
Approved:
Approved as to form and legal sufficiency:
Page 5 of 5
Jason E.
Dylan T. Reingold, County Attorney
Project Name
Task Summary
Summary
69th Street Resurfacing - Post Design Services Amendment No. 1
Manhours for project
Task Principal Senior
Professional
$230 $175
Registerd
Professional
$140
Professional
II
$120
Professional Support Remarks
1 Staff
$105 $60
Post Design Services
01
541
401
361
0 14
Total Hours = 0 54
Labor Fee = $0 $9,450
40
$5,600
36
$4,320
0 14
$0 $840
Total Labor Fee = $20,210 Use $20,000
69th Street Post Design Services Workplan.xls Page 1
Post Design Services
Activity: Post Design Services
Task Principal
Senior
Professional
Registered
Professional
Professional Professional
II I
Support Remarks
Staff
Contract File
2
2
Pre -Bid Meeting & Responses
Request for Information
8
40
20
Shop Drawing Review
Roadway & Drainage Elements
4
12
2
Signing & Marking Elements
2
4
2
Project Coordination
Project Certifications
County
10
2
SJRWMD
8
2
IRFWCD
8
2
FDEP
8
2
Project Management
4
Subtotal 0
54
40
36 0
14
Page 2