HomeMy WebLinkAbout2007-168 AMENDMENT NUMBER 1 TO WORK ORDER 14 � G /
This Amendment Number 1 to Work Order 14 ( "Amendment" ) is entered into as of
this day of May , 2007 (" Effective Date") pursuant to that certain Continuing
Contract Agreement for Professional Services entered into as of April 69 2004
("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 Work Order Number 14 dated April 13 , 2004 .
2 . The COUNTY and the Consultant desire to amend Work Order Number 14
as set forth in Attachment 1 attached to this Amendment and made a part hereof by this
reference , all in accordance with the terms and provisions set forth in the Agreement.
3 . From and after the Effective Date of this Amendment, Work Order Number
14 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 Effective Date first written above .
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Kimley-Horn and Associates Inc. OF INDIAN RIVER COUNTY:� triat �
By B Lk
Gary C . eeler, Chairman
Title : V fi
BCC Approved Date : May ~2 ; • 2Q0?•
Attest : J . K. Barton , Clerk of Court
BY Wa2l-Q- Y
Deputy Clerk
Approved : OW
Jo ph A . Baird , County Administrator
Arove asv 0 0r d le5p4 _suf I
��
arian E . Fell , Assistant County Attorney
S:\044\044572017-SRO Upgrades\ScopMmendment Form .doc
Attachment #1
To
Amendment 1
To
Work Order Number 14
PROJECT DESCRIPTION
This amendment modifies Work Order #14 to include additional bidding phase services and
construction phase services for portions of the project which are to be separated from the original
design. The overall project design has been completed and permitted. A portion of the project
has been authorized as a change order to TLC Diversified, Inc., a contractor performing similar
work on the existing South RO plant site. This work included feed-water pump upgrades,
membrane replacement, train piping modifications, and installation of profile valves and inter-
stage valves . As a result, the remaining work including high service pump replacement, permeate
acid injection point relocation, chemical system modifications, and bulk scale inhibitor tank
installation will be advertised for bidding.
The following scope of work under this amendment consists of:
Task 1. Preparation of Bid Documents and Bidding Phase Services
Consultant will provide bidding phase services consisting of advertisement coordination, and
preparation of bid documents which will incorporate the project design drawings and
specifications already prepared under the original work order. The Consultant will incorporate
the Owner's front-end contract documents into the Project Manual, which will serve as the
Contract between the Owner and the selected contractor. Consultant will distribute and sell
project manuals, consisting of drawings, specifications, and addendums. Consultant will respond
to contractor questions and prepare up to two addendums, if required, which will be distributed to
all the contract document holders. Any revisions to the Owner' s contract documents during the
construction phase canbe provided by the Consultant, as additional services.
Consultant will separate the design drawings, which are applicable to this project, into one ( 1 ) bid
package, including technical specifications already prepared under the original work order.
Consultant will review bids and provide analysis and identification of the lowest responsive
responsible bidder to IRCU.
It is assumed that revisions to the front-end documents will be provided by Owner and final
versions furnished to Consultant for inclusion into the project manual .
Task 2 - Services During Construction
It is anticipated that additional construction phase services for this work will need to cover seven
months of activity, of which will be concurrent with TLC ' s work and extend up to two (2) months
beyond TLC' s contract. Although some economy of field observation time can be utilized with
two contractors on the same site, additional coordination time will be required due to two separate
contractors having two independent schedules. On-site construction observations will be provided
in proportion to the level of activity with the selected contractor.
CADocuments and Settings\tenysouthard\J . al Settings\Temporary Intemet Files\OLK41 \South RO Plant Upgrades - Amendment
l .doc Page I
The Consultant will provide construction phase services for this project, consisting of shop
drawing review, meeting attendance, field observation, start up assistance, preparation of record
drawings, and final certification of completion of the project.
The Consultant will attend one ( 1 ) pre-work meeting at the project site .
Shop drawing submittals will be reviewed for conformance with the intent of the Contract
Documents. Shop drawings will be submitted directly to the Consultant and reviewed submittals
returned to the Contractor and Indian River County Utilities.
The Consultant will coordinate and attend one ( 1 ) project status meeting per month for
coordination and status updates of the project with the selected, Contractor and Owner. The
Consultant will provide observation of construction for the duration of the project described
herein. The Consultant will also review pay requests and provide recommendations for payment
to Indian River County Utilities based on progress of the work.
Observation will be provided by a field engineer. Total observation time is anticipated to be
approximately 80 hours in addition to the original work order. This is based on approximately 8
hours per week of field observations for two (2) months of activity remaining beyond the TLC
contract. On-site observation time during the first five (5) months will be included under the
original work order # 14 scope.
The Consultant's visits will be for the purpose of endeavoring to provide the Owner a greater
degree of confidence that the completed work of its Contractors will generally conform to the
construction documents prepared by the Consultant. The Consultant neither guarantees the
performance of Contractors, nor assumes responsibility for any Contractor' s failure to perform its
work in accordance with the Contract Documents. Work that the Consultant believes does not
comply with the Contract Documents will be brought to the attention of Indian River County
Utilities and the Contractor. The Consultant shall have no responsibility for any Contractor's
means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs,
or safety practices, nor shall the Consultant have any authority or responsibility to stop or direct
the work of any Contractor.
A punch-list will be prepared for the items that need to be completed for final closeout of the
project. The Consultant will perform two site visits with the Contractor to review the status of the
completion of these punch-list items.
On-site testing of the high service pump control logic will be conducted by the Contractor.
Consultant will observe on-site testing of the automated operation of the high service pump
operation following completion of construction by the contractor.
SCHEDULE
Preparation of design and technical specification documents under Task 1 is anticipated to be
complete within 3 weeks of notice to proceed. The advertisement phase is dependent upon
Owners review and approval of the bid documents for bidding, and may be completed within 2-5
weeks after the design/technical documents are completed. Task 2 is anticipated to be
approximately seven (7) months after notice to proceed is issued to the qualified bidder.
C:\Documents and Settings\tetrysouthardV"al Settingffemporary Intemet Files\OIX41\South RO Plant Upgrades - Amendment
t .doc Page 2
FEES
We will provide these services in accordance with our Continuing Services Contract Agreement
for Professional Services dated April 6, 2004 with Indian River County.
The Consultant will provide these services for a Lump Sum fee as follows :
Task No. Task Task Fee
Task 1 Preparation of Bid Documents and Bidding $ 7, 720
Phase Services
Task 2 Services During Construction $ 19,920
Total Lump Sum Fee = $27,640
C:Tocuments and Settings\terrysouthard\Local Settings\Temporary hitemet Files\OLK4RSouth RO Plant Upgrades - Amendment
Ldoc Page 3