HomeMy WebLinkAbout2023-221WORK ORDER 3
Project ID 41.23.501
This Work Order Number .3 is entered into as of this 3 day of Oc.'taber ZdZ3,
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (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").
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 mutually agreed upon lump sum or
maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing,
and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a
part hereof by this reference. The Consultant will perform the professional services within the
timeframe more particularly set forth in Exhibit A (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:
By:
Print Na 7Rco;3 LJ:,tisor3
Attest: Ryan L. Butler, Clerk of
Circuit Court and Comptroller
0 At M' S •.
BOARD OF COUNTY COMMISSIONERS ;oJ���� c'" ' �. V
OF INDIAN RIVER COUNTY
By: �-14 -4p
Jose . Earma airman : o�
BCC Approval Date: October 3, 2023
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By:
Deputy Clerk
John A. itkanich, Jr., County Administrator
Approved as to form a- A ar
ncy:
WwIliamK.eBraa , County Attorney
EXHIBIT #A
Oslo Road Interchange Utility Improvement Project
Project ID 41.23.501
PROJECT UNDERSTANDING
Indian River County Department of Utilities Services (IRCDUS) is relocating approximately 3,400
linear feet of 16" PVC water main, 3,400 linear feet of 16" PVC sanitary force main and 3,400
linear feet of 12" PVC reuse main in conjunction with the Florida Department of Transportation
(FDOT) I-95 & Oslo Road interchange project.
IRCDUS has asked that Kimley-Horn and Associates, Inc. (CONSULTANT) provide professional
engineering services for post bid plan revisions that have arisen from FDOT comments and to
provide construction phase services for the IRCDUS utility relocations.
The following scope of services details the professional engineering services for the post bid
plan revisions and construction phase services associated with the 1-95 and Oslo Road
Interchange Project.
SCOPE OF SERVICES
Task 1— Post Bid Plan Revisions
The CONSULTANT will make plan revisions to remove proposed utilities west of old 82nd
Avenue. The CONSULTANT will coordinate with FDOT and FDOT's consultant about additional
roadway design change per FDOT Plans Revision 4. The CONSULTANT will incorporate the
FDOT design changes into the COUNTY's utility plans and will review the design revisions for
potential conflicts. The CONSULTANT will prepare the appropriate utility plan revisions and
submit the Plan Revision 4 package to FDOT.
Task 2 - Construction Phase Services
The CONSULTANT will provide professional construction phase assistance as specifically stated
below:
1. Pre -Bid Meeting. The CONSULTANT will attend the pre-bid meeting to assist the
COUNTY in describing the scope of work contained with the construction documents.
The CONSULTANT shall provide oral and/or written clarifications to questions
presented relative to the scope of work identified within the construction
documents.
2. 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.
3. 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.
4. 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 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.
5. Applications for Payment. All applications for payment will be reviewed and
approved by the COUNTY.
6. Final Notice of Acceptability of the Work. The County will be responsible for project
acceptance, as -built drawing review and permit certifications.
7. 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.
8. 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:
• Florida Department of Environmental Protection
9. 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, information, and belief based on the extent of its services and based upon
information provided to CONSULTANT upon which it is entitled to rely.
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.
FEE SCHEDULE
We will provide these services in accordance with our Continuing Consulting Engineering
Services Agreement for Professional Services dated May 2"d, 2023 by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida (COUNTY) and Kimley-Horn and
Associates, Inc., (CONSULTANT):
Professional Services Fee
The basic compensation mutually agreed upon by the CONSULTANT and the
COUNTY is as follows:
Lump Sum
Task
Labor Fee
Task 1— Post Bid Plan Revisions $ 14,980
Cost Plus Max
Task
Task 2 - Construction Phase Services $ 80,260
Project Name
Task Summary
Summary
Oslo Road Interchange Utility Improvement Project - Post Design
Manhours for project
Task
Principal
$300
Senior
Professional
$270
Registerd
Professional
$210
Professional
II
$160
Professional
1
$130
Support Remarks
Staff
$75
Post Design Services
29
125
100
91
0
30
Post Bid Plan Revisions
2
24
10
20
20
0
Total Hours =
Labor Fee=
31
$9,300
149
$40,230
110
$23,100
111
$17,760
20
$2,600
30
$2,250
Total Labor Fee =
$95,240
Oslo Interchange Post Design.xls Page 1
Post Design Services
Activity: Post Design Services
Task
Principal
Senior
Professional
Registered
Professional
Professional Professional
II 1
Support Remarks
Staff
Contract File
2
2
Construction Hand -Off Meeting
8
Pre -Con Meeting & Responses
4
4
6
3
Request for Information
10
50
60
40
8
Shop Drawing Review
Utility Elements
10
30
20
2
Project Coordination
5
15
40
25
11 8 hrs/month for 12 months
Project Certifications
FDEP
10
4
Project Management
6
Subtotal
29
125
100
91 0
30
Page 2
Post Bid Plan Revisions
Activity: Post Bid Plan Revisions
Task
Principal
QA/QC
Senior
Professional
Registered Professional Professional Support Remarks
Professional II 1 Staff
Plan Revisions
2
6
10 20 20
FDOT Coordination
12
Project Management
6
Subtotal
2
24
10 20 20 0
Page 3