Loading...
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