HomeMy WebLinkAbout2025-1822023015 — Continuing Consulting Engineering Services
AMENDMENT TO WORK ORDER FOR
Gifford Elevated Water Tank Modification and Rehabilitation
(Project Name)
This Amendment 2 to Work Order Number 6 is entered into as of SeP9, 2025 , 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").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing
Work Order Number 6 , with an Effective Date of December 12, 2023
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A
(Modification to Scope of Work), attached to this Amendment and made part hereof by this reference. The
professional services will be performed by the Consultant within the timeframe set forth in the Work Order,
or as amended in Exhibit A, 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 modified
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: BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER UNTY
.,of• e .9J,:
By: By: Z,
_.,
Print Name: Jason Lee, P.E.
ph . Flesc er, hairman X "
Title: Vice President
Approved Date:
tHr1LEr 9 2025 ✓„�, .. .� �;:
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By:
Deputy Cler
Approved:
ohn A. Ti kanich, Jr., County Administrator
Approved as to form and legal sufficiency:
Scope, thresholds and amendment number confirmed by:
C op I
A. Hicks, Asst. County Attorney
Purchasing
EXHIBIT #A
PROJECT ID 13.23.538
Indian River County Department of Utility Services
Amendment 2 for Work Order 6
Gifford Elevated Water Tank Modification and Rehabilitation
PROJECT UNDERSTANDING
Indian River County Department of Utility Services (IRCDUS) owns and operates the
Gifford Elevated Water Tank located at 4690 28`s Ct, Vero Beach, FL 32967.
In 2024 IRCDUS publicly advertised the Gifford Elevated Water Tank Improvements
project under IRCDUS Project No. 13.23.538. The scope of this project included two
phases. Phase 1 included structural improvements to rehabilitate the tank. Phase 2
included sandblasting and coating of the tank. IRCDUS recently completed the
construction of Phase 1 of the Gifford Elevated Water Tank Improvements. IRCDUS
did not elect to award Phase 2 of the project in 2024 since a corral was desired to be
constructed at the top of the tank before this second phase could commence. Since that
time, IRCDUS no longer desires to construct a corral on the tank, and instead IRCDUS
will rebid Phase 2 of the Gifford Elevated Water Tank Improvements. This scope of
services includes limited bid phase and construction phase services associated with the
Phase 2 Improvements.
SCOPE OF SERVICES
Task 1— Bidding Assistance
Consultant will review bid document front ends provided by IRCDUS.
Consultant will revise the construction drawings and technical specifications from
IRCDUS project no. 13.23.538 to be applicable to Phase 2 of the improvements only.
Consultant will attend one pre-bid meeting with the Owner.
Consultant will coordinate with IRCDUS staff and IRC purchasing department to assist
with project advertisement. Consultant will respond to up to one (1) addendum.
Consultant will review bids from Contractors and prepare a letter for IRCDUS that
identifies the lowest, most responsible, most responsive bidder.
Task 2 — Construction Phase Assistance
Consultant will attend pre -work meeting with Contractor. Consultant will prepare
meeting minutes and distribute to project team. Consultant will attend up to two virtual
progress meetings during construction.
K:\WPB—Civil\GeneraMng\Marketing\IRCDUS\Gifford Water Tank Phase 2\2025.0811 - Gifford Water Tank Modification -
Scope.doc
Consultant will review Contractor furnished shop drawings, which may include product
specifications for materials required for construction. This scope assumes that up to
three (3) shop drawing submittals will be required as part of the proposed work:
hurricane preparedness plan, schedule of values/schedule/earned value schedule,
coating schedule.
Consultant will review Contractor Applications for Payment. Consultant will make
recommendations to Owner with respect to payment based on Consultant's observations
and overall progress of the work. Consultant assumes two (2) payment application
reviews will be required.
Consultant will provide on-site construction observation services during the
construction phase. Consultant will attend one site visit during the expected 8 -week
construction duration in order to observe the progress of the Work. Such visits and
observations by the Consultant are not intended to be exhaustive or to extend to every
aspect of Contractor's work in progress. Observations are to be limited to spot
checking, selective measurement, and similar methods of general observation of the
work based on Consultant's exercise of professional judgment. Based on information
obtained during such visits and such observations, Consultant will evaluate whether
Contractor's work is generally proceeding in accordance with the Contract Documents,
and Consultant will keep IRCDUS informed of the general progress of the Work.
The purpose of our site visits will be to enable us to better carry out the duties and
responsibilities specifically assigned in this Agreement to Consultant, and to provide the
IRCDUS a greater degree of confidence that the completed work will conform in
general to the Contract Documents. Consultant shall not, during such visits or as a
result of such observations of Contractor's work in progress, supervise, direct, or have
control over Contractor's work, nor shall we have authority over or responsibility for the
means, methods, techniques, equipment choice and usage, sequences, schedules, or
procedures of construction selected by Contractor, for safety precautions and programs
incident to Contractor's work, nor for any failure of Contractor to comply with laws and
regulations applicable to Contractor's furnishing and performing the Work.
Accordingly, Consultant neither guarantees the performance of any Contractor nor
assumes responsibility for any Contractor's failure to furnish and perform their work in
accordance with the Contract Documents.
Once the Contractor considers the work to be substantially complete, and in addition to
the (1) site visit, the Consultant will attend one (1) additional punch list walk through
with the Contractor and Owner. Consultant will furnish "punch list" that identifies the
remaining work to complete the project.
Upon completion of punch list, Consultant will perform a final site visit. Consultant
will review Contractor furnished closeout documentation and if applicable, make
recommendation for final payment and project closeout.
K:\WPB_Civil\GeneralTing\Marketing\IRCDUS\Gifford Water Tank Phase 2\2025.0811 - Gifford Water Tank Modification -
Scope.doc
SCHEDULE
Consultant will complete these tasks in a timely manner and mutually agreed upon
schedule. The following schedule for each task is estimated below. Actual schedule may
vary based on coordination with the client.
Task 1:
1-2 Months
Task 2:
2 Months
Total:
3 - 5 Months
FEESCHEDULE
We will provide these services in accordance with the Continuing Contract Agreement
for Consulting Engineering Services #2023015 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").
The Consultant will provide professional services for a lump sum fee as follows:
Task 1: Bidding Assistance $ 5,277.07
Task 2: Construction Phase Assistance $ 10,773.80
Total Tasks 1-2: $16,050.87
ADDITIONAL SERVICES
The following services can be provided as additional services under separate future task
order:
• Sandblasting of the tank may expose further structural issues that were not
identified in Phase 1 of the Gifford Elevated Water Tank Improvements. If
additional issues are discovered in construction, additional engineering design
can be provided as an additional service.
• Construction Permitting
INFORMATION PROVIDED BY OWNER
• Site access information
• Water tank coating specifications
K:\WPB_Civil\General\King\Marketing\IRCDUS\Gifford Water Tank Phase 2\2025.0811 - Gifford Water Tank Modification -
Scope.doc
ESTIMATE FOR ENGINEERING SERVICES
PRO1ECi:GSordWater Tank Phase 2 SHEET I OF 1
CLUNr:Indian River County De artnten to f Utility Services FILE NO. N/A
ESTIMATOR MRD DATE: 6/19/2025
DESCRIPTION:
Gfford Water Tank Phase 2
D LABOR
MAN-HOURS
PRINC
SEN
PROF
REG
PROF
DFS/
P2
CLK
PI
EKT
SUB
EXT
SUB
Dir Exp
4.6%
LINE
TOTAL
NO. TASK
1 B idding Assistance
Price proposalfbidreviewrecomnendation
1
2
528.06
$638.06
Bid front end review
1
2
528.06
$638.06
Technicalspecifications and drawings
3
3
3
579.35
$1,804.35
Prebid Meeting
1
6
$62.10
51,412.10
Response to Bidder questionsAssue Addenda
2
$22,08
$502.08
QA/QC
I
$1242
$282.42
2 Construction Phase Assistance
Pre -work nreting
6
$66.24
$1506.24
Virtual Progress Meetings (s2)
2
2
$39.10
5889.10
Shop Drawing Review x3
3
1
541.63
5946.63
Pay apps x2
1
3
$36.57
$831.57
Site Visits (x1)
6
_
$66.24
$1,506.24
Punch Walk
6
$66.24
Sl 506.24
Final site visit & Project Closeout
2
R
S
5145.36
$3,305.36
QA/QCI
$12,42
5282.42
TOTAL HOURS
2 34
27
11 0
0 SO
$705.87
$16050.87
LABOR (SMOUR)
270 240
185
150 100
25
50.00
50.00
SUBTOTAL
540 8,I6O
4,995 r
1,650 r 0 r
0 50
515,345.00
516050.87
K:\WPB_Civil\General\King\Marketing\IRCDUS\Gifford Water Tank Phase 2\2025.0811 -Gifford Water Tank Modification -
Scope.doc