Loading...
HomeMy WebLinkAboutCSA #11 Amendment 1 City of Sebastian PD Roof Replacement Proposal - Rev 10-27-25 - SignedCITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Kimley-Horn and Associates, Inc. 11601 Kew Gardens Ave #200 Palm Beach Gardens, FL 33410 Work Authorization No: CSA - #11 – Amendment 1 Project Title: Sebastian Police Department Roof Replacement IT IS AGREED to undertake the following work in accordance with the provisions of the Kimley-Horn Master Agreement entitled #21-01- KHA-01 dated February 22, 2021. Description of Assignment: Kimley-Horn and Associates, Inc. (The CONSULTANT) understands the City of Sebastian (The CLIENT) has observed deficiencies in the form of roof leaks at the City’s police department building, located at 1201 Main St, Sebastian, FL 32958 (see building outlined in red in Figure 1). The CONSULTANT understands the CLIENT has performed multiple replacements of localized locations where leaks have previously been identified, but the root cause of the leaks still exists. The CONSULTANT also understands the roof consists of a flat roof in the center, with sloping barrel tiles around the perimeter. The flat portion of the roof measures approximately 11,000 square feet, with the total roof area measuring approximately 21,500 square feet. The CONSULTANT previously completed a roof bid package for the replacement of the police department building barrel tile roof and limited waterproofing repairs to the Roof Top Units (RTUs) on the low-sloped roof for the CLIENT under Work Authorization No. CSA- #11. This assignment is limited to bid phase and limited construction phase services. Figure 1 The services/project will consist of: Task 1 – Bid Phase Services The CONSULTANT shall virtually attend a pre-bid conference. This task assumes that the CLIENT will host the pre-bid conference and will familiarize the Contractors with the project specifics, conditions, related access and working hours restrictions, and important considerations during the construction phase. Document ID: 751C6A71181087D0B9A449917A05485F CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Upon completion of the pre-bid meeting, the CONSULTANT will respond to up to five (5) different prospective bidders’ questions in written format and will provide up to one (1) addendum or clarification to the contract documents, if required. Sealed bids will be submitted by the Contractors directly to the CLIENT. This task assumes that the CLIENT will review all received bids, including qualifications of the contractors and the completeness of the bids, evaluate compliance of bids with the bidding documents, and notify the selected Contractor. Deliverable: Response to Contractor Questions Task 2 – Limited Construction Phase Services . • Based on the Contractor’s construction scope of work identified in CSA #11, the CONSULTANT’S limited construction phase scope of work includes reviewing up to two (2) shop drawings and submittals, CONSULTANT’S review of Shop Drawings and Samples and other data which Contractor is required to submit, will be only for general conformance with the Contract Documents. Such review and any action taken in response will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or to related safety programs. Any action in response to a shop drawing will not constitute a change in the Contract Documents, which can be changed only through the Change Orders. • CONSULTANT will respond to up to two (2) Contractor requests for interpretations, clarifications and information, any orders authorizing variations from the Contract Documents will be made only by CLIENT. • CONSULTANT will make up to four (4) site visits to observe the progress of the work. Observations will not be exhaustive or extend to every aspect of Contractor's work, but will be limited to spot checking, and similar methods of general observation. CONSULTANT will provide a field report which will include a description of the observations, and the field report may be supplemented by an annotated aerial view, and a photo appendix (Field Reports). A Field Report will be provided for each site visit. • Based on its observations and on review of applications for payment and supporting documentation, CONSULTANT will recommend to the CLIENT approval or rejection of the pay application. Recommendations will be based on CONSULTANT’S knowledge, information and belief, and will state whether in CONSULTANT’S opinion Contractor’s work has progressed to the point indicated, subject to any qualifications stated in the recommendation. CONSULTANT’S recommendations will not be a representation that its observations to check Contractor's work have been exhaustive, extended to every aspect of Contractor's work, or involved detailed inspections. • Final Notice of Acceptability of the Work. CONSULTANT will conduct a final site visit to evaluate whether the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that CONSULTANT may recommend final payment to Contractor. The CONSULTANT will review the Contractor’s work with the Contractor during various phases of the project. Areas to be reviewed are limited to those that can be accessed by the CONSULTANT and that do not impede the Contractor from doing their work. Based on information obtained during site observations, the CONSULTANT will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents and schedule, and the CONSULTANT will keep the CLIENT informed of the general progress of the work. The CONSULTANT will not be responsible for the Contractors’ schedule. The CONSULTANT will not supervise, direct, or have control over Contractor's work, nor shall the CONSULTANT have authority to stop the Work or have responsibility for the means, methods, techniques, equipment choice and usage, schedules, or procedures of construction selected by Contractor, for safety programs incident to Contractor's work, or for any failure of Contractor to comply with any laws. The CONSULTANT does not guarantee the performance of any Contractor and has no responsibility for Contractor's failure to perform its work in accordance with the Contract Documents. Deliverable: Field Reports and Final Acceptance Letter PROJECT UNDERSTANDING: 1. Preliminary Planning There is no preliminary planning required for this project. 2. Permitting & Inspections There are no permitting or inspections required for this project. 3. Contract Administration There is no contract administration required for this project. Document ID: 751C6A71181087D0B9A449917A05485F CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) 4. Vendor’s Responsibility (include estimated hours, if applicable) FEES: Description Estimated Hours Task 1 – Bid Phase Services 15 Task 2 – Construction Phase Services 47 5. Pricing Description Quantity Contracted Unit Price TOTALS Task 1 – Bid Phase Services 1 $3,020 $3,020 Task 2 – Construction Phase Services 1 $10,235 $10,235 6. Deliverables Provided to the City (surveys, plans, etc.) Description Quantity Response to Bidder Questions 5 Field Reports and Final Acceptance Letter 4 Basis of Compensation/Period of Services: Task 1 for the above referenced description for CSA #11 – Amendment 1 will be performed for the NTE fee of $3,020*. Task 2 for the above referenced description for CSA #11 – Amendment 1 will be performed for a lump sum fee in the amount of $10,235.00. AGREED: VENDOR: CITY OF SEBASTIAN: __________________________ Date: __________ _________________________ Date: __________ Jamea Long, P.E. Brian Benton Vice President City Manager Kimley-Horn and Associates, Inc. Attest: Approved as to Form and Content for Reliance by the City of Sebastian only: _______________________________________ Jeanette Williams, MMC, City Clerk _________________________________________ Jennifer Cockcroft, City Attorney 10/27/2025 *NOTE: All services provided under Task 1 – Bid Phase Services shall be performed at the hourly rates specified in the Kimley-Horn Master Agreement No. 21-01-KHA-0. The Contractor shall provide itemized invoices for services performed. Document ID: 751C6A71181087D0B9A449917A05485F ID: A692D412-7082-... Digitally signed by <jcockcroft@cityofsebastian.org> October 27, 2025 01:33 PM EDT ID: 976C5CED-F1B7-... Digitally signed by <bbenton@cityofsebastian.org> October 27, 2025 01:34 PM EDT 10/27/2025 ID: CF95ECB7-2D1C-... Digitally signed by <jwilliams@cityofsebastian.org> October 27, 2025 01:36 PM EDT