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