Loading...
HomeMy WebLinkAbout1999-129r/yf99 r"127/"AGR)PWrXT08"Wwd INDIAN RIVER COUNTY y 1 �� CR512 BRIDGE REPLACEMENT PROJECTS PROFESSIONAL ENGINEERINGIDESIGN CONSTRUCTION SERVICES DESIGNBUILD CONTRACT - PART 2 AGREEMENT AMENDMENT #I -FINAL DESIGN, PERMITTING AND CONSTRUCTION SECTION 1 - GENERAL ® THIS AMENDMENT #1 (also referred to as Part II Agreement), entered into this .�( — day of Z f , 1999, by and between INDIAN RIVER COUNTY, a Political subdivision of the State of Flo da, 1840 25th Street, Vero Beach, FL. 32960, hereinafter referred to as the COUNTY. ®) and ZEP CONSTRUCTION, INC., 7802 Jean Boulevard, Fort Myers, FL 33912, hereinafter referred to as the DESIGNBUILDER., further describes the Scope of Work, guaranteed maximum cost, and schedule for design/build services which were previously included in the DESIGN/BUILD Contract dated February 9,1999. This amendment complements and adds to the original agreement. SECTION I1- SCOPE OF WORK The DESIGNBUILDER shall provide final professional engineering, construction, permitting, and related services to the COUNTY for the INDIAN RIVER COUNTY CR512 BRIDGE REPLACEMENT PROJECTS located west of the City of Fellsmere, as defined in the attached Preliminary Design Development Program labeled Exhibit #1 dated April 23, 1999 as prepared by Zep Construction, Inc. Exhibit #1 is hereby made a part of this Amendment. SECTION III - MAXIMUM_ GUARANTEED COST The DESIGNBUILDER shall perform all final roadway and bridge engineering, design, drawings, preparation of material specification, meetings, permitting, utility coordination, bridge construction, etc. for a maximum guaranteed cost of $805,000 for both bridges. In addition to the bridge construction cost, this guaranteed price includes engineering for roadway and bridge designs and plans, meetings, construction observation for the bridge only, permit fees, material testing for the bridge only, test piles driving analysis and removing of the existing bridges within the construction schedule time frame as described in Section 6 of Exhibit #l. The COUNTY is responsible for reconstructing the approach roadways to the bridges along with its own field observations and material testing. Therefore, the reconstruction of the road approaches is not part of the maximum guaranteed price. SECTION IV - PROJECT SCHEDULE The project schedule shall be as described on page 13 of the Preliminary Design Development Report (Exhibit #1) referred to in Section 2 above. SECTION 1V - OTHER PROVISIONS A. Receipt of an executed copy of this Amendment shall constitute the COUNTY's notice to the CONSULTANT to proceed with the work. B. All provisions of the AGREEMENT not specifically modified shall remain in full force and effect. This Amendment, regardless of where executed, shall be governed by and construed according to the laws of the State of Florida. 1 IN WITNESS WHEREOF the parties hereto have executed these presents this day of '1999. ZEP CONSTRUCTION, INC. 7802 JEAN BOULEVARD aF.'/1DT �,rvnrao r �n+n � —rsr�i - viwa tvi a l.ix�7, i'L. �J Y,j4 V Zepcevski. P,E. WITNESS WITNESS: (Corporate seal is acceptable in Place of Witnesses) F:\Public Works\Rebecca\Contract\CR512 bridges Pt2.adm IN -8904 DIAN RIVER COUNTY, FQ0RIDA 9�9 ennetAn t, Chairman ATTEST: _ Jeffrey k. -,Barton, c Cletrk�f Court Indian River County Approved Date Administration df Budget ,�. Legalff-6i/..0` Risk Management Public Works Lg