HomeMy WebLinkAbout2023-223WORK ORDER S
Project ID 41.22.516
This Work Order Number 5 is entered into as of this 3 day of Oe,40bcr , Z023,
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("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: BOARD OF COUNTY COMMISSIONERS
M
Print
Title: ( S.5 Oct am
Attest: Ryan L. Butler, Clerk of
Circuit Court and Comptroller
INDIAN RIVER C UNTY
hn A. Tif kanich, Jr., County Administrator
Approved as to form and legal sufficiency:
-/;X/- 04 —6�7
William K. DeB aal, County Attorney
Purchasing Approval:
Department Head Approval:
For work under $35,000 only GL#
EXHIBIT #A
66th Avenue Phase II Utility Adjustments Construction Phase Services
Project ID 41.22.516
PROJECT UNDERSTANDING
Indian River County Department of Utilities Services (IRCDUS) is relocating approximately 600
linear feet of 4" PVC sanitary force main, 200 linear feet of 6" PVC water main, 150 linear feet
of 12" PVC water main and 200 linear feet of 16" PVC water main in conjunction with Indian
River County Public Works 66th Avenue Phase II Widening from 691h Street to SR-510/85th Street
project (IRC -1505B).
IRCDUS has asked that Kimley-Horn and Associates, Inc. (CONSULTANT) provide professional
engineering services for construction phase services associated with the utility
adjustments/relocations.
The following scope of services details the construction phase services associated with the
IRCDUS utility adjustments for the Indian River County Public Works 66th Avenue Phase II
Widening from 69th Street to SR-510/85th Street project (IRC -15058).
SCOPE OF SERVICES
Task 1- 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:
• Indian River County
• Florida Department of Environmental Protection
• Sebastian River Improvement District
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 18
months.
FEE SCHEDULE
We will provide these services in accordance with our Continuing Consulting Engineering
Services Agreement for Professional Services dated May 2nd, 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:
Cost Plus Max
Task
Task 1- Construction Phase Services $ 24,135
Project Name
Task Summary
Summary
66th Avenue Phase II - Post Design Services for IRCDUS
Manhours for project
Task Principal
$300
Senior Registerd
Professional Professional
$270 $210
Professional Professional
II 1
$160 $130
Support Remarks
Staff
$75
Post Design Services 1 41
461 01
541 01
25
Total Hours = 4
Labor Fee = $1,200
46 0
$12,420 $0
54 0
$8,640 $0
25
$1,875
Total Labor Fee = $24,135
66th Avenue Ph 11 Post Design Services Workplan IRCDUS.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
4
4
Pre -Bid Meeting & Responses
Request for Information 4
20
20
3
Shop Drawing Review
Utility Elements
10
10
4
Project Coordination
Inspection Support
Pressure Test
2
8
4
Bacteriological Test Review
2
8
4
Project Certifications
Count
FDEP
4
8
4
SRID
Project Management
4
2
Subtotal 4
46
0
54 0
25
Page 2