HomeMy WebLinkAbout2019-188WORK ORDER NUMBER 24
Moorhen Marsh Headworks Structural Services
Project Number: IRC -1909
This Work Order Number 24 is entered into as of this P— day of �✓
2019, pursuant to that certain Continuing Consulting Engineering Services Agreement for
Professional Services entered into as of this 171h day of April, 2018 (collectively referred to as
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 A (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 B (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 C (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.
EXHIBIT A – SCOPE OF WORK
Moorhen Marsh Headworks Structural Services
The COUNTY is designing the Moorhen Marsh Leaps treatment facility in-house and has
requested structural design services for the headworks area of the project. The requested
structural design services are limited to the preparation of construction drawings and
specifications of the concrete floor slab, walls, and top slab of the headworks structure and rail
design.
Task 1– Structural Design Services
The structural services are limited to the following list of components of the headworks
structure:
• Concrete elements of the animal escape ramp and storm water influent chute
• Concrete elements of the sediment trap service access and storm water influent chute
• Concrete elements of the wet well and sediment trap
• Concrete elements of the pump supporting top slab
• Aluminum handrail system
I I P a g e
Work Order No. 24
Moorhen Marsh Headworks
Structural Services
The structural drawings for the headworks structure will be a component set of the overall
project plan set and will consist of the following elements;
• General notes and material specifications
• Headworks plan view
• Structural sections
• Structural details, including typical joints
• Design and details for aluminum grating and hatches
• Handrail details
The Consultant will provide estimated quantities for concrete, reinforcing steel, and linear feet
of handrail.
Design shall be performed in accordance with current Florida Building Code criteria,
supplemented by ACI.
Deliverable will consist of structural plan sheets, inclusive of specifications as notes on the
plans, to be incorporated into the overall set of construction plans being prepared by the
COUNTY.
This scope assumes there will be only two submittals to the COUNTY: at 90% stage and at the
100% stage.
Task 2 — Coordination and Meetings
The consultant will coordinate with up to two pump, slide gate, and influent screen
manufacturers. The consultant will attend up to two meetings with the COUNTY. The first
meeting (kickoff meeting) shall occur upon NTP to verify layout and design criteria for the
headworks structure. The second meeting will take place upon receipt of 90% submittal
comments.
Additional Services
Any other services, including but not limited to the following, are not included in the
Agreement.
Headworks structure in configuration other that the initial configuration provided by the
COUNTY at or before the kickoff meeting.
2. Structural services for components outside of the headworks structure
3. Concrete work slabs adjacent to the headworks structure
4. Additional meetings
5. Bid assistance
6. Construction Phase Services
Any services not specifically provided for in the above scope of work will be billed as additional
Page 2 of 6
Work Order No. 24
Moorhen Marsh Headworks
Structural Services
services at our then current rates.
Information Provided By Client
We shall be entitled to rely on the completeness and accuracy of all information provided by
the COUNTY or the COUNTY's consultants or representatives. The COUNTY shall provide all
information requested by the Consultant during the project, including but not limited to the
following:
1. Geotechnical information
2. COUNTY's AutoCAD files
3. Pump manufacturer's Information
Page 3 of 6
Work Order No. 24
Moorhen Marsh Headworks
Structural Services
EXHIBIT B — FEE SCHEDULE
The COUNTY agrees to pay and the Consultant agrees to accept for services rendered
pursuant to this Agreement fees inclusive of expenses in accordance with the following:
A. Professional Services Fee
The basic compensation mutually agreed upon by the Consultant and the
COUNTY is as follows:
Lump Sum Components
Task
Structural Design Services
Coordination and Meetings
Project Total
Labor Fee
$ 31,000
$ 4,000
$35,00
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 6
Work Order No. 24
Moorhen Marsh Headworks
Structural Services
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to take approximately six (6) weeks from the Notice to Proceed (NTP).
NTP
Interim Submittal (90% Design Drawings)
Final Submittal (100% Design Drawings)
contingent upon BOCC approval
4 weeks following NTP
2 weeks following 90% comments
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 6
Work Order No. 24
Moorhen Marsh Headworks
Structural Services
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date
first written above.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
KIMLEY-HORN CIATES, OF INDIAN RIVER COUNTY
INC.
By: By:
Bri A,n oo P.E. Jason 0. Br wn, County Administrator
Title: Senior`Vice President
BCC Approved Date: Nov 61 ;-d l
Attest: Jeffrey R. Smith,CI rk of Court and Comptroller
By:
Deputy Clerk
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
Page 6 of 6