HomeMy WebLinkAbout2024-134AMENDMENT 3 TO WORK ORDER 14
North County WWTF 24" Force Main Replacement
This Amendment 3 to Work Order Number 14 is entered into as of this 18 day of June 12024,
pursuant to that certain Continuing Contract Agreement, dated April 17, 2018, renewed and amended as of
May 18, 2021 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a
political subdivision of the State of Florida ("COUNTY") and Bowman Consulting Group, Ltd.
("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work
Order Number 14, Effective Date February 21, 2023 .
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of
Work) attached to this Amendment 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), and within the
timeframe more particularly set forth in Exhibit C (Time Schedule), all in accordance with the terms and
provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as
set forth in this Amendment. 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 Amendment as of the date first written above.
CONSULTANT:
By:
Prin Name: John M. Boyer, P.E.
Title: Senior Project Manager
BOARD OF COUNTY COMMISSIONERS
OF I DhArh RIVER COON
By:
Sus a Adams, Chairman *:
BCC Approved Date: June 1$•;,
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By:
D puty Jerk
Approved: , N.
J n A. Titkanich, Jr., County Administrator
Approved as to form and legal sufficiency:
eith Jackman, Assistant County Attorney
Ky
Work Order 14 Amendment 3
EXHIBIT A
SCOPE OF WORK, FEES, AND SCHEDULE
PID # 21.23.503
SCOPE OF WORK
Task 6a — Bid Documents Revision
Bowman shall align the project with the new bid documents template recently provided by Indian River County.
The pay items in the technical specifications will be aligned with the pay item descriptions and numbering
provided on the itemized bid schedule. The resulting bid documents will be specific to Utilities and all bid item
numbers will refer to Utilities specification sections.
Task 10b — Off -Site Gopher Tortoise Relocation
Bowman will provide services to relocate gopher tortoises in the work area. Potentially occupied burrows will be
excavated using a backhoe or similar machine. All tortoises will be temporarily contained in plastic buckets, and
immediately transported to the permitted relocation site.
FEE SCHEDULE
Bowman will provide the services described above for the following lump sum fees:
Task 6a — Bid Documents Revision $ 4,500.00
Task 10b — Off-site Gopher Tortoise Relocation $ 9,315.00
Total Amendment 3: $13,815.00
*Note: the professional fee for this task does not include management and monitoring fees required by the
relocation site. Management and monitoring fees are $6,000 per tortoise with an estimated 14 to 21 tortoises to
be relocated (i.e.: $84,000.00 - $126,000.00) and shall be paid by the County directly to the relocation site.
TIME SCHEDULE
Task 6a shall commence upon Notice to Proceed (NTP) with the work to be completed within 45 days.
It is recommended that Task 10b be held until the construction schedule is known. This task shall be completed
within 45 days following Notice to Proceed.