HomeMy WebLinkAbout2022-140CCNA2018 WORK ORDER 47
AMENDMENT NO. 1
Roadway Improvements and Drainage Improvements at the IRC Landfill
This Amendment No. 1 to Work Order Number 47 is entered into as of this 12 day of July ,
2022, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional
Services entered into as of the 17th day of April, 2018, as renewed and amended as of the 18th day of
May, 2021 (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 on
Exhibit A (Scope of Work), attached to this Work Order 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), attached to this Work Order and made a part hereof by this reference. The Consultant
will perform the professional services within the timeframe more particularly set forth in Exhibit C
(Time Schedule), attached to this Work Order and made a part hereof by this reference all in
accordance with the terms and provisions set forth in the Agreement. 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.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
Kimley-Horn TnA.
, Inc. OF INDIAN RIVER COUNTY y�o%iMi"ss�`
By: By: 2
Nd, P.E. Peter D. O'Bryan, Chair n
• 'SER co.����••°,
Print Name:...
Title: Senior Vice President BCC Approved Date: July 12, 2022
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
B
y' ✓ Ow
De ty Clerk
Approved: 1
Jason V BrAwn, County A ministrator
Approved as to form and legal sufficiency:
an T. Reingold, County Attorney
AMENDMENT NO. 1
WORK ORDER NUMBER 47
ROADWAY IMPROVEMENTS AND DRAINAGE IMPROVEMENTS AT THE IRC
LANDFILL
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) solid waste disposal district (SWDD) previously authorized
Kimley-Horn and Associates (Consultant) to provide engineering services related to the paving of
the yard waste drop-off area driveway and minor drainage improvements. As the design of the
drainage improvements progressed, SWDD staff requested a modification to add a weir structure
to an existing swale that was not originally accounted for in the design effort. This amendment
provides for additional design and construction observation services associated with the weir
structure, and minor revisions to the stormwater design.
In addition, the site plan permitting process has required slightly more coordination with the teams
designing the various ongoing projects than initially anticipated. Amendment No. 1 includes
additional time for this effort. The amended scope of services is presented below.
SCOPE OF SERVICES
Task 1: Landfill Roadway Improvements
No change.
Task 2: Drainage Improvements (Lump Sum)
This task has been amended to include the addition of a weir structure between the C&D landfill
swale and the eastern swale. This connection is currently bermed and the original design called
for removal of the berm and restoration of the flow between the two segments. SWDD has since
requested that the berm be replaced with a drivable weir structure, which requires additional civil
and structural design services.
Task 3: Site Plan Coordination
This task was initially intended to compile design documents from the various design teams
working on the ongoing landfill projects into a single Major Site Plan Permit application of the
County's Planning Department. The task required more effort than originally anticipated. An
additional fee is being requested to complete the permit process.
Page 1 of 4
EXHIRIT R
AMENDED FEE SCHEDULE
The Consultant will provide these services in accordance with our Continuing Consulting Engineering Services Agreement for
Professional Services dated May 18, 2021, by and between INDIAN RIVER COUNTY, a political subdivision of the State of
Florida ("COUNTY") and Kimley-Horn and Associates, Inc. ("Consultant").
Kimley-Horn will perform Tasks 1 through 3 for the total lump sum fee as detailed below. Individual task amounts are
informational purposes only. All permitting, application, and similar project fees will be paid directly by the County.
ESTIMATE FOR ENGINEERING SERVICES
PROJECT: Roadway and Drainage Improvements at the IRC Landfill
CLIENT: Indian River County
ESTIMATOR: JTG
DIRECT LABOR MAN-HOURS
AMENDMENT 1
TASK
Senior
Project
Manager
Senior
Civil
En ineer
Landscape
Architect
Civil
Engineer
Project
Administration
Amendment
No. 1 Total
Original
Authorization
Amended
Total
Task 1- Landfill Roadway Improvements
Subtask 1.1 - Conceptual Layout and
Construction Sequencing (Lump Sum
0
0
0
0
0
$ -
$
3,320
$ 3 320
Subtask 1.2 - Desi(Lump Sum
0
0
0
0
0
$ -
$ 8 710
1.2.1 - 30% Design
0
0
0
0
0
$ -
$ 1,360
1.2.2 - 60% Design
0
0
0
0
0
$ -
$ 1 360
1. 2.3 - 90% Design and Final Bid Package
0
0
0
0
0
$ -
M5,9
$ 5 990
Subtask 1.3 - Permittin Lum Sum
0
0
0
0
0
$ -
$ 3760
Subtask 1.4 - Construction Services (Not -to -
Exceed
0
0
0
0
0
$ -
$ 5,260
Task 2 - Drainage Improvements(Lump Sum
4
8
0
12
0
$ 4,320
$
7,480
$11,800
Task 3 - Site Plan Coordination Not -to -Exceed
8
8
0
4
0
$ 4,260
$
8,530
$ 12 790
Totals
12
16
0
16
0 1
$ 8,580
$
37 060
$ 45,640
Lump sum fees will be invoiced monthly based upon the overall percentage of services completed. Payment will be due per the
contract terms.
Page 2 of 4
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project but may be
required depending on circumstances that may arise during the execution of this project.
Additional services may include, but not be limited to the following:
• Environmental Services (surface water impacts, gopher tortoise relocation, etc.)
• Permit or application fees
• Design services related to the non-Kimley-Horn design projects listed herein.
Page 3 of 4
EXHIBIT C
TIME SCHEDULE*
Task 1.1 Deliverables: No change
Task 1.2 Deliverables: 30 Percent Design — No Change
60 Percent Design — Additional 4 weeks
90 Percent Design — No Change
Final Bid Documents — Additional 4 weeks
Task 1.3 Deliverables:
Task 1.4 Duration:
Task 2 Duration:
Task 3 Duration:
PERMITS TBD
Approximately 3 Months
No Change
Additional 4 weeks
Page 4 of 4