Loading...
HomeMy WebLinkAbout2012-052 C> 3 aol � • p5 �, WORK ORDER NUMBER 2 This Work Order Number 2 is entered into as of this 20th day of March 201 02 _ , pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15 , 2011 , (the "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 1 ( 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 fee schedule set forth in Exhibit 1 ( Fee Schedule ) , attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit 1 ( 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 ..•••"" " " " ° •.• .(v COMkl4S KIMLEY- HORN AND ASSOCIATES , OF INDIAN RIVER COUNTY •.rJ�, . • • • " " ' • • . , py ., INC . dF , • O � Kevin Schanen , P . E . G y C . Wheeler , ChairmanCOU•'•�2 ' • •-• • • • ' ' (�•.•'� Title : Associate , Vice President '•�RNasals ••• BCC Approved Date : March 20 , 2012 Attest : J . K . Barton , Clerk of Court By ' ,�.-- Deputy Clerk pproved : s' l seph A .k Baird , County Admiriistrator proved as to forman al sufficiency : Alan Polkkwich , Cou 'Attorney Exhibit I Work Order Number 2 Stormwater Supply to Algal Turf Scrubber System South RO Plant Concentrate Disposal Protect Description The Indian River County Department of Utility Services (IRCDUS ) has been issued an industrial wastewater permit for disposal of the South reverse osmosis ( RO) plant concentrate with stormwater to a proposed Algal Turf Scrubber (AT ST^^) system to be located at the solid waste transfer facility. This element consists of construction of a stormwater pipeline from the 27t1i Avenue SW future pump station to the proposed ATS site located adjacent to the Indian River Farms South Relief Canal . The general corridor consists of approximately 12 , 00M of 24 - inch pipeline along 5 "' Street SW, including connection to the RO concentrate ( ROC) pipeline from the RO water plant . The existing 14- inch ROC pipeline will be replaced with approximately 98M of 12 - inch pipeline due to the age and poor condition of the existing fiberglass pipe . SCOPE OF SERVICES The Consultant will provide survey, pot- holing , design , hydraulic analysis , and construction phase services for the proposed stormwater supply pipeline from the stormwater pump station located at 271x' Avenue SW and the South Relief Canal to the ATS site , and the replacement of existing ROC pipeline . The stormwater pipe route will be constructed along the 5 "' Street corridor and connect to the ROC line which will be replaced from the RO plant to 5 "' Street SW . It is understood that the existing ROC line between 5 "' Street SW and the South Relief Canal will not be replaced but will remain . The Consultant will provide survey services from the stormwater pump station at 27' x' Avenue , south to 5 "' Street SW , east to 8 '" Avenue SW , then north to the ATS site . Survey services will also be provided for the RO concentrate pipeline corridor from the RO water plant to 5 '" Street SW . The design of the stormwater and ROC pipeline will consist of preparation of project drawings and specifications for the project, which can be advertised for bidding by general contractors . The Consultant will provide construction phase services during construction . Consultant will also conduct hydraulic analysis of the piping system, and evaluate mechanical impacts to the existing RO plant . It is assumed that the residual pressure available at the RO plant will be adequate to overcome the hydraulic losses in the new stormwater and ROC pipelines and that the final design will not need a booster pu►np station . The Scope of Services for Work Order #2 consists of the following : K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 . doc Page 1 of 9 Task 1 — SURVEY, UTILITY LOCATES, AND GEOTECHNICAL ANALYSIS Topographic Route Survey will be performed and the limits for this task will be approximately 2 - '/2 miles from the proposed stormwater pump station at 27 '" Avenue SW and the South Relief Canal to the ATS site near Old Dixie Highway and the South Relief Canal . Survey information will only be provided on the side of the roadway or canal within the right -of--way where the forcemain is planned to be constructed . Underground locates of known existing utilities consisting of gas mains , telephone lines , fiber optics , water, and sewer infrastructure will be provided in limited areas by a Subconsultant along the selected route that will be surveyed under this task. Horizontal underground locates will be marked within 100 to 500 feet of intersections , canal crossings , and areas where surface evidence of known underground utilities exist . These marks will be shown by the surveyor on the survey . The locating service will provide up to three days of investigation . Vertical underground locates of known existing utilities will be required at areas where potential conflicts exist and at tie- in locations . This information is necessary to collect location , depth , and pipe size/material that will be required for the design . It is expected that approximately twenty (20) test holes along this corridor will be performed for this pipeline corridor . Horizontal and vertical underground locates in the vicinity of major intersections of the underground water and wastewater facilities will be provided . The major intersections include 27 `x' Avenue SW and 5 "' Street SW , and 20` x' Avenue and 5 "' Street SW . Soil borings will be provided in areas where horizontal directional drilling ( HDD) will occur . Up to six soil borings 20 ft depth will be included at different locations where HDD installation may occur . Task 2 - DESIGN Task 2 . 1 - Hydraulic Design and Modeling of the RO Concentrate Pipe and Treatment System The Consultant will evaluate IRCU ' s existing RO concentrate disposal system and the hydraulic impacts of connecting to a closed pipe system and pumping to the ATS site . It is assumed that the existing fiberglass (FRP) 14 - inch RO concentrate ( ROC ) pipe will be replaced with a new 12 - inch pipe due to the existing pipe ' s age and condition . Consultant will evaluate the residual pressure available at the RO plant and the need for repumping the concentrate to the ATS system . It is believed that the residual pressure that is available from the RO system can be utilized to pump the concentrate to the ATS site , combined with upto 10 mgd of stormwater flowing through the proposed 244nch pipe . The hydraulics of the RO system will be evaluated , consisting of. • Impacts to the RO skid concentrate control valve size • Impacts to the existing ROC treatment system K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 .doc Page 2 of 9 • Hydraulics of the new 12 - inch concentrate pipe and combined 24- inch stormwater piping Consultant will provide recommendations for the modifications to the existing RO system which may be necessary. The Consultant will prepare a brief technical memorandum to IRCU with the results of these evaluations , and attend up to one meeting to discuss the findings . Task 2 . 2 — ROC Pipe and 24 -inch Stormwater Pipeline Design The Consultant will prepare design drawings of the proposed stormwater piping . Existing utility information provided by IRCU and others will be used in conjunction with the survey and underground locate information as a basis for design of the piping alignment . Technical specifications will be based on the Owners current Utility Standards . Preparation of final construction drawings will consist of plan sheets with survey information, key sheets , and details . The forcemain design drawings will be plan view only (no profile ) with 1 - inch= 404eet scale , 24" x 36 " drawings with a two -pane view , with exception of up to six plan and profile drawings for the locations that cross intersections or canals . Detailed drawings of specific construction items that may be required for this project will be provided on one sheet . IRCU Standard detail sheets will consist of up to three sheets . There will be approximately 16 drawings , which will consist of the following sheets : 0 Cover with site location map , one ( 1 ) sheet • Overall project , one ( 1 ) sheet • Horizontal plan views of alignment , eight ( 8 ) sheets • Plan and profiles for intersections and canal crossings , two (2 ) sheets • Specific details , one ( 1 ) sheet • IRCU standard details , three ( 3 ) sheets It is understood that the stormwater pump station and the local piping at the ATS system will be designed by others and that the Consultant will be provided with information regarding the tie - in locations at both sites . Consultant will attend the following meetings to discuss the objectives and progress of the project and design requirements specific to this project : • Kick - off meeting 0 Progress meeting at 90% completion The Consultant will submit an updated opinion of probable construction costs ( OPC) and four ( 4) full size sets of drawings at 90% completion and final completion . The revisions to the pipeline design requested by the Owner will made based on comments received by the Consultant at the meetings , described above . K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 . doc Page 3 of 9 Task 2 . 3 — RO Plant Modifications The water plant components which are assumed to be affected by hard piping the ROC to the 24 - inch stonnwater pipe are the four RO skid concentrate control valves and the concentrate treatment facility (CTF) backpressure valve . Consultant will prepare a list of water plant modifications limited to these areas , which may be needed that can be modified and/or procured by plant operations . Consultant will provide coordination and review of quotes which may be needed for procurement . Task 3 — PERMITTING AND ENVIRONMENTAL SERVICES Task 3 . 1 Permitting and Coordination Consultant will prepare and coordinate IRC R/W review permit and respond to questions regarding same . It is assumed that any fees associated with this permit will be waived and/or handled through interoffice coordination by the Client . Consultant will prepare and submit design one permit application for with drawings for the HDD canal crossing to the Indian River Farms Water Control District Board ( IRFWCD ) for review and approval . Consultant will respond to one reasonable request for additional information and questions by the IRFWCD . The anticipated fee of $ 250 for one canal crossing is included with this task . It is understood that any permitting associated with FDEP regarding the concentrate disposal will be performed by others . Task 3 . 2 Environmental Services The Consultant has worked in this area on local developments and on the previous 5 "' Street SW extension . Based on this previous work and our knowledge of the project area , there is the potential for gopher tortoises and the Florida scrub jay to be present within the areas of the proposed project . Gopher Tortoise The Consultant will conduct a gopher tortoise survey in accordance with Florida Fish and Wildlife Conservation Commission ( FWC) guidelines . This survey will consist initially of a 15 % survey of the proposed project area plus approximately 25 feet on either side of the proposed pipes . Burrows will be located using a GPS and characterized as either abandoned or potentially occupied . Following the survey , the Consultant will prepare and submit the on- line permit application for relocation of the tortoises . The Consultant will respond to one Request for Additional Information . It is assumed that the tortoises can be moved on- site and will not require transfer to a mitigation bank . Within 90 days prior to the start of construction , as required by FWC , a 100 % survey will be conducted . Following relocation activities , the Consultant will complete a permit completion report on- line . Relocation of tortoises is not K :\WPB_Civil\044572020 - 1RCU Membrane&WQ Eval\SRO Brine Disposal \ATS Pipeline Project - Work Order 2 REV2 . doc Page 4 of 9 included in this scope . Scrub Jay The Consultant will conduct a scrub jay survey to assess the potential for scrub jays to occur in the project area . It is anticipated that there will be up to 3 -4 transects along this corridor . The Consultant will review current databases and the results of previous fieldwork to identify known or historic locations of scrub jays in the project area . Pedestrian transects and call stations will be mapped on field aerials prior to the survey . Two biologists will conduct the survey in accordance with protocols established by the USFWS . The survey will be conducted for 5 consecutive days unless weather conditions prohibit survey . If the weather prohibits survey on a given day then the survey will be done as soon as possible so that there is no more than a 2 - 3 day gap between survey days . The survey will be conducted starting 1 hour after sunrise ( approximately 7 : 00 am) and will end by no later than 12 : 00 pm . Scrub jay vocalizations will be played at each call station for one minute in each cardinal direction. A brief memo will be prepared summarizing the results of the scrub jay surveys . The memo will include a description of the habitat , survey methodologies and a discussion of the survey results . A habitat map showing the location of transects and call stations and locations of scrub jays noted (if applicable) will be included in the report . Permitting for impacts to occupied scrub habitat is not included in this scope but can be provided as an additional service , if required . Task 4 — CONSTRUCTION PHASE SERVICES The forcemain construction of this project consists of approximately 13 , 000 - LF of pipeline construction , including but not limited to tie - ins, horizontal directional drills (HDD ) , valve I nstallation, pressure testing , and site restoration . The Consultant will provide construction phase services for this project , consisting of bid phase assistance and preparation of contract documents , shop drawing review, meeting attendance, construction field observation , and preparation of record drawings based on contractor red lines ( in electronic format in AutoCADD 2010 version in real world coordinates on CD) . It is anticipated that the duration of the construction phase ( notice to proceed to final completion) will be four ( 4 ) months and that on - site construction observations will be conducted commensurate with the level of construction activity for each project . The Consultant will incorporate the Owner ' s contract documents into the plans and specifications developed in Task — 2 . 2 to create the project manual . This will serve as the Contract between the Owner and the selected contractor for each of the construction contract . Any revisions to the Owner ' s contract documents can be provided by the Consultant , as Additional Services . K :\WPB_Civil\044572020 . IRCU Membrane&WQ Eval\SRO Brine DisposaRATS Pipeline Project - Work Order 2 REV2 . doc Page 5 of 9 During the bidding phase , the Consultant will respond to contractor questions and prepare a reasonable number of addendums, if required, which will be distributed to all the contract document holders . The Consultant will attend one ( 1 ) pre-bid meeting at the project site or Client ' s office . IRCU purchasing department will monitor the bid process and sell project manuals , consisting of drawings , specifications , and all addendums . Shop drawing submittals will be reviewed for conformance with the intent of the contract documents . Shop drawings will be submitted directly to the Consultant . The Consultant will review the submittals and return copies to the contractor and Indian River County Utilities . The Consultant will coordinate and attend one ( 1 ) project status meetings per month for coordination and status updates of the project with the Contractor and Owner. The Consultant will also review pay requests and provide recommendations for payment to Indian River County Utilities for the progress of the work . The Consultant may recommend Change Orders to Indian River County, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor . Construction observation will be provided by a field inspector. Total observation time is anticipated to be approximately 210 - hours . This is based on 16 -hours per week of field observations for four months of construction activity . The Consultant ' s visits will be for the purpose of endeavoring to provide the Client 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 . The Consultant will prepare record drawings of the pipeline project using information provided by the contractor. An electronic copy in AutoCAD format on a CD - ROM , and two sets of prints will be delivered to Indian River County Utilities upon completion of this project . ADDITIONAL SERVICES The following services are not included in the Scope of Services for this project , but may be required depending on circumstances that may arise during the execution of this project . Other items that may be considered additional services are mentioned herein . Additional services include , but may not be limited to the following : K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 . doc Page 6 of 9 • Attendance at more than those meetings described in the Scope of Services . • Design revisions other than those comment responses described in the Scope of Services . • Revisions to the Owner ' s contract documents . • Design, hydraulic analysis , permitting , or any other services for the stormwater pump station at 27 `x' Avenue SW and the South Relief Canal . • Permitting services beyond what is described in the Scope of Services . • Environmental services beyond what is described in the Scope of Services . INFORMATION PROVIDED BY OWNER : The Owner shall provide the follow information related to the design of this construction project : • Record drawings of water and sewer utilities along the determined route • Access to the site • Information including design drawings for the proposed tie - in location at the ATS site . • Information including design drawings for the proposed tie- in location at the proposed stormwater pump station at 27 `x' Avenue SW and the South Relief Canal . K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 . doc Page 7 of 9 ATTACHMENT 1 - SCHEDULE Services for Task 1 are anticipated to be completed within 5 weeks of notice to proceed . Task 2 is anticipated to be completed within 6 — 8 weeks of Task 1 . Task 3 . 1 is anticipated to be completed within 3 - 4 weeks after Task 2 is completed . Construction phase services are based 6 — 8 weeks of bidding phase services and 4 months of construction activity . KAWPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal\ATS Pipeline Project - Work Order 2 REV2 . doc Page 8 of 9 ATTACHMENT 2 - FEES We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated November 15 , 2011 , with Indian River County. The Consultant will provide these services for a not to exceed fee of. Task No . Task Task Fee Task 1 Survey, Utility Locates , & Geotechnical $ 391600 Borings Task 2 . 1 Hydraulics $ 79500 Task 2 . 2 Pipeline Design $ 735000 Task 2 . 3 RO Plant Modifications $ 125300 Task 3 . 1 Permitting and Coordination $ 71500 Task 3 . 2 Environmental Services $ 6 , 800 Task 4 Construction Phase Services , Forcemain $49 , 000 Total Lump Sum Fee = $ 1959700 K :\WPB_Civil\044572020 - IRCU Membrane&WQ Eval\SRO Brine Disposal \ATS Pipeline Project - Work Order 2 REV2 . doc Page 9 of 9 , lo S r w «.. .» ,. .y: _ ..V...... '.. . .M. an IV IAVol i 4 ,y 4r °b ryk, tAll, I VY ary . { on SFA ? ra Y foil n 'AV IV y " . I I I'#, I In'oi I off VM r- R f IV of1 of Ve An I I IV gzn y 91 of I of In wei 1 11 wil r M V m M 4 a p r e. ' b� 1 inVA wt 1mi I ° ° %. � t , I of Ily t M .fewVO "" x c VIA AlIg ad t, �: *' " ; *+* ' « xAll IV W gra mn " rw x Z4 in Vol II 3 -..� " $w,a . �, . . +a.+ "�"� ,+ .NgxK ,«aro . . �' ..«+n:.: m . w;s 5+ t W m m ar T 4 4on of t app �-"' .a• . * pIg I f w" ' $ r ` rvn a 4A if glago 1 In ' M g ply Von,' : 'i Fy Y yIN OAy '%N x W b?.y . aN�w", e' pw`' 7 4 yw A°V w ':,k Lb f µ.. VI ID if 41 ve m D r lt a �To 1 , i VIIIAW � G,y .xJ a ";fie D G + < no m m W -".VV 11 in 1 11 �.. I ° � n Or1 1 to " # s" ol to —i LE% NGTW BWLEVABN SIN ne vvy t "p R „n +, r T c W yo .i a ” An AdK,w. v ^ I Oh I " YAlong 11 111 ill . , 12TAVEN UE If " oll air W Oaf V .,�. IWOno loom WOftIvek" IF, r i long m D11 ne, 1 %4x« � If Vol I I., � "';i , . . m og A Alt 44 enk AecNu sw a • _ l 4 A9 ,*T L A' Et 'ok " s r lig qp Lig. go PIA Wh lw !114 V " mrdne I, Ohm , Ao If IV . . . ' armIn , `dA %h go ^r V, f* M N` ,wy o.