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.