Loading...
HomeMy WebLinkAbout2020-126CCNA2018 AMENDMENT 01 TO WORK ORDER 32 HOUSEHOLD HAZARDOUS WASTE AND RECYCLING FACILITY CONCEPTUAL DESIGN This Amendment -,U to Work Order Number 32 is entered into as of this 7th day of July 201_, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17' 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 in existing Work Order Number 32. Effective Date April 7, 2020. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attached to this Amendment 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), and within the timeframe more particularly set forth in Exhibit C (Time Schedule), all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order 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 deerrmpd„to be incorporated in each individual Work Order as if fully set forth herein. sos. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first4f•'ttte4pove :'- << CONSULTANT: \ SOLID WASTE DISPOSAL DIST By: 6( "\ Print Name: -f r Title: c 4vc,_4 - Comptroller By: Susan A ams, Chairperson ” BCC Approved Date: July y 7 . 2020 Attest: Jeffrey R. Smith, Clerk of Court and By: Deputy Clerk h „ Approved: Jason E.(Bro4, County Administrator v Approved as to form and legal sufficiency: Dyt' n T. Reingold, County Attorney Work Order No. 32 Amendment 01 HHW/Recycling Final Design EXHIBIT A — SCOPE OF WORK PROJECT UNDERSTANDING This Scope of Work is a continuation of the conceptual planning being done under work order Work Order No. 32. The intent of this Work Order is to provide for the design, permitting, and bidding assistance services for the Project. The anticipated schedule is to prepare up to 90% Construction Documents during the current fiscal year (end of September 2020), this equates to approximately $130,000 in total effort by the project team. Upon completion of the Scope of Work, Kimley-Horn will provide Construction Phase Services as an amendment to this Scope of Work. The Scope of Work is for the design of two Projects simultaneously: A Household Hazardous Waste (HHW) collection center and a Recycling facility. The estimated effort associated with each facility for design is approximately 60% for the HHW and 40% for the Recycling facility. SCOPE OF WORK TASK 1 — CIVIL ENGINEERING CONSTRUCTION DOCUMENTS Sub -Task 1.1 — Geotechnical Engineering Coordination The Client will retain a geotechnical engineer to preform geotechnical engineering services for the Project. Kimley-Horn will perform the following services as part of this task: • Prepare an exhibit for the geotechnical engineer to delineate the extent of the project area and scope of proposed improvements. • Meet or have a conference call with the geotechnical engineer to review the project requirements. • Schedule geotechnical exploration efforts in coordination with the geotechnical engineer and the Client. • Review the geotechnical report for completeness in accordance with agreed-upon scope. Sub -Task 1.2 —Survey and SUE Coordination Kimley-Horn will retain Masteller, Moler & Taylor, Inc. who will perform additional surveying and SUE services for the Project. These include GPR designation of underground facilities and a full tree survey with arborist report, if required. Kimley-Horn will perform the following services as part of this task: • Prepare an exhibit for the surveyor to delineate the extent of the project area. • Meet with the surveyor to review the project area and requirements. • Schedule surveying efforts in coordination with the surveyor and the Client. • Review the survey for completeness in accordance with attached scope. • Prepare exhibit of any requested SUE investigations. • Review SUE report for completeness in accordance with attached scope. Deliverables: Hard copies and electronic copy (.pdf) of signed and sealed topographic survey. Page 2 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design Sub -Task 1.3 — Architect Coordination Kimley-Horn will retain CMK Design Studio to preform Architectural services for the Project. This includes MEP and Fire Protection design services. Kimley-Horn will perform the following services as part of this task: • Coordination of site plan with architect for building design. • Coordination of structural engineering between Architect and Kimley-Horn. • Coordination of water, sewer, and stormwater connections between MEP and Kimley-Horn. • Coordination of deliverables and permit applications. Deliverables: Hard copies and electronic copy (.pdf) of signed and sealed Architectural Plans. Sub -Task 1.4 — Solid Waste Consultant Coordination Kimley-Horn will retain Special Waste Associates to preform Solid Waste Consulting services for the Project. Kimley-Horn will perform the following services as part of this task: • Coordination of plans and program between consultant and architect for building design. Deliverables: Hard copies and electronic copy (.pdf) of Consultant's report. Sub -Task 1.5 — Civil Engineering Construction Documents Based upon the Conceptual plans prepared by the Consultant under a separate agreement, the Consultant will prepare Civil Engineering Construction Documents for the Project. These documents will be submitted to regulatory agencies for review and permitting. Paving, Grading, and Drainage Improvements are limited to those areas shown in the conceptual pans onsite and any expansion of the Project area will be as an additional service. Water and Sewer improvements are limited to the connection of the proposed buildings to the existing water and sewer mains on the Project site. Extension of water and sewer mains, addition of pump stations, and/or offsite improvements required by agencies can be designed as an additional service. Deliverables: Hard copies and electronic copy (.pdf) of: Civil Engineering design drawings; Design report; Updated Engineer's Opinion of Probable Cost. TASK 2 — STRUCTURAL ENGINEERING CONSTRUCTION DOCUMENTS Based upon the Conceptual plans prepared by the Consultant under a separate agreement, the Consultant will prepare Structural Engineering Construction Documents for the Project. These documents will be submitted to regulatory agencies for review and permitting. Under this task, Kimley-Horn will: • Participate in coordination of the structural documents with architect, mechanical, electrical, and plumbing disciplines within the overall coordination led by the architect. Page 3 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design • Designate elements to be designed by a delegated engineer such as product approved items, prefabricated steel building, prefabricated exterior architectural canopies, light gage cold form steel, and aluminum components. Specify type of element and position within the structural system. Specify the structural design criteria for the delegate engineer's design. Specify required submittals from the delegated engineer for the design team review. • Kimley-Horn will coordinate with the geotechnical engineer for design of foundation components. • Kimley-Horn will coordinate with the prefabricated building manufacturer to design slab -on -grade and foundation components. • Perform structural analysis and design of the foundation and retaining walls for gravity and lateral force provided by the prefabricator building manufacturer. • Prepare Construction Documents sufficient to submit for permit utilizing AutoCAD illustrating details necessary to construct the primary structural system, including: Structural notes C, Wind pressure diagrams o Foundation plan o Foundation schedule and details o Slab, beam, and girder schedules and details o Typical details Connection details Miscellaneous details Perform internal quality control checking and coordination of the structural documents. Deliverables: Hard copies and electronic copy (.pdf) of: Structural Engineering design drawings; Design report. TASK 2 - LANDSCAPE ARCHITECTURE CONSTRUCTION DOCUMENTS This task includes those services necessary to prepare the limited contract documents based on the Client approved conceptual plan. This task is limited to the boundaries described in the Project Understanding section of this proposal. Tree Inventory Plan: Kimley-Horn working in collaboration with the licensed consulting arborist will develop a tree inventory plan which will provide identifying information (e.g., scientific and common names, overall height, breast height, health analysis, and canopy diameter) and graphical location for each individual tree currently located within the project boundary. Tree Disposition Plan: Kimley-Horn working in collaboration with the licensed consulting arborist will develop a tree disposition/mitigation/relocation plan, which will provide identifying information (e.g., scientific and common names, overall height, breast height, and canopy diameter) and graphical location (current and after relocation) for each individual tree being applied for disposition/removal/relocation, as required by The County. Planting Plan: Kimley-Horn will develop one (1) planting plan to include potential trees and understory plantings. Planting plan will include a detailed layout of the proposed plantings with a plant list identifying species, quantities, and sizes for all trees, shrubs, ground covers, and ornamental grasses. Planting plans will fix the separation line between turf and planter areas and will identify plant species symbols and plant quantities for each bed. Page 4 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design Plant Schedule of Materials: Kimley-Horn will prepare a schedule of plant materials to be used on the project. Size requirements, typical spacing, and comments will be provided. These materials will be selected based on their visual value, maintenance demands, and horticultural compatibility with the South Florida hardiness zone. Planting Details: Kimley-Horn will prepare typical plant details to communicate the proper result of plant installation, including anchoring details, a plant spacing diagram, and tree guying. Irrigation Plan and Details: Kimley-Horn will develop an irrigation plan to include areas outlined in the Project Understanding above. Kimley-Horn will provide the following irrigation design services: • Calculation of irrigation system requirements based on City requirements. • Irrigation mainline and sub -mainline sizing with recommended routing. • Master central control evaluation and recommendation, including analysis of system operation. • Irrigation controller locations with power supply drop locations (electrical design and permitting for controllers shall be provided by the contractor), as necessary. • Irrigation plans will include detailed zones and head layout only. • Material legend of components. • Ancillary notes, calculations, and labels required to develop an irrigation system. TASK 4 — REGULATORY ASSISTANCE The Consultant team will coordinate and prepare the permitting applications and supporting documentation for the regulatory agencies having jurisdiction over the project. This task is limited to agencies which have jurisdiction over development projects in this locality and does not include modification of any landfill or landfill operating permits. If such permitting is required it will be as an additional service. The Consultant team will prepare the Permit Packages and obtain applicable signatures from Client personnel. Permit fees shall be paid by the Client. Consultant will address up to two (2) rounds or reasonable, consolidated comments from each agency. Should additional comments be received from agencies after the second round of comments they shall be addressed upon receipt of an executed additional services change order. Deliverables: Permit applications; Resolution of comments from the permitting agencies. TASK 5 — BID ASSISTANCE Sub -Task 5.1 — Bid Assistance Consultant will provide a Bid Documents addressing the comments received from the Client and the regulatory agencies on the Final Design Submittal. These plans will be the basis for bidding the Project by the Client. Kimley-Horn will assist during the Bid and Award Phase of the project by providing the following services to the Client: • Attend one (1) pre-bid conference after project bid is advertised by the Client. • Prepare up to four (4) bid addendums in response to bidders' request for information ('Wls"). Page 5 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design • Attend one (1) bid opening meeting. SUBCONSULTANTS The following subconsultant services are anticipated in the execution of the Scope of Services. A budget for subconsultant services has been included and a markup of 10% has been applied to subconsultant costs. Should services required for completion of the Project exceed this amount they shall be paid directly by the Client or only upon execution of a supplemental work order. The proposals from each subconsultant have been attached for reference and their individual scope of work shall be in accordance with these proposals. An additional subconsultant budget of $12,000 has been included to engage a Pre -Fabricated Building Manufacturer (PFBM) to provide the necessary detail drawings for permitting. This budget is an estimate and the actual cost of the PFBM may be more than this estimate. If the cost is less than the budgeted amount, the Client will only be billed based upon the actual cost of the PFBM plus applicable markup, if the cost is more than budgeted the Consultant will engage the PFBM upon receipt for a supplemental work order for the additional cost approved by the Client. REIMBURSABLE EXPENSES The following expenses are anticipated in the execution of the Scope of Services. Should additional expenses be required they shall be paid directly by the Client or only upon execution of an additional services change order. Regulatory Review Fees Client shall pay regulatory review fees required by agencies in the course of seeking permits and other project approvals or the Consultant shall bill such fees paid on the Client's behalf as a reimbursable expense. If reimbursable expenses are anticipated to exceed the established budget, the Consultant will require the Client to approve an amendment to this work order for additional budget prior to incurring any additional direct expenses. ADDITIONAL SERVICES Any services not specifically listed in the above Scope of Work are not included in the contracted fees. Should the Client desire additional services, Kimley-Horn will prepare a fee, scope and schedule for the work at the time the services are requested. PROVIDED BY THE CLIENT The Client will provide any information requested by Kimley-Horn in a timely manner to avoid delay of the Project. In addition, the Client will ensure that Client representatives are available for all meetings in order to avoid delay to the Project. Page 6 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design 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 as follows: A. Professional Services Fee The basic compensation mutually agreed upon by the Consultant and the COUNTY is as follows: Task 1 Task Description Civil Engineering Construction Documents Fee Type FF Fee $49,000 2 Structural Engineering Construction Documents FF $12,300 3 Landscape Architecture Construction Documents FF $12,300 4 Regulatory Assistance FF $18,400 5 Bidding Assistance FF $3,100 Labor Sub -Total: $95,100 Subconsultant Budget T&M $97,100 Subconsultant Markup (10%) T&M $9,710 Reimbursable Expenses Budget T&M TOTAL: $5,000 $206,910 Page 7 of 8 Work Order No. 32 Amendment 01 HHW/Recycling Final Design EXHIBIT C — TIME SCHEDULE Upon authorization to proceed by the COUNTY, the Project is anticipated to take approximately eight (8) months from the Notice to Proceed (NTP). Deliverable Anticipated Delivery (calendar days where applicable) 90% Construction Documents NTP + 90 Days Permitting Phase Begin NTP + 90 Days Permitting Phase Complete NTP +.210 Days Bid Phase Begin NTP + 180 Days Bid Phase Complete NTP + 240 Days It is anticipated that the Scope of Services will be completed in accordance with the above schedule after Notice to Proceed ("NTP") is received unless there are delays outside of Kimley-Horn's control, such as delays associated with Client and/or regulatory reviews, Client requested changes, etc. This Agreement is made in anticipation of conditions permitting continuous and orderly progress through completion of the services and that Client review times will not exceed seven (7) calendar days. Times for performance shall be extended as necessary for delays or suspensions due to circumstances that the Consultant does not control. Notwithstanding any other provision of this Agreement, the Consultant shall not have liability for or be deemed in breach because of delays caused by any factor outside of its reasonable control, including but not limited to natural disasters, adverse weather, or acts of the Client, third parties, or governmental agencies. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK) Page 8 of 8 J a O 0- 0 w a W W LL w O m E 0 r E O AN Z O N d m d O 0 o O p p p O p p p O O 0 O 0 O 0 11 T O 0 O O O O U� C> 0O 'j 0 V O c0 N cD N p M M O 0 o • N Q O p N N M M N N W M Q .@J N r Ci vi fD � LO a M T O N v% en 0 to V)11 M M N f9 v n w, M O O O O M O O O O O O O O O O T a O .> = wa m in 0 O O ID M O W O W O W O N N tD O p O N O N N m o m CL c r n O O O) N C4 o O 0 O 0 U C t � M V (O O N w O N a � a O O "' (A O fN 69 69 IA fA o oc Ifl IA M WM N N N I V)O ro- N O j N E U 1 C p p O y U) o O O O OLn LO N N A w LO N M N N M r n d O E p c M N 1 V C O_ � p o O M N N M N M o0 V M M N p 07 O O O N N O 2 'n p N � O M v> O OCD O R N o V (O CO V D O N O N N r M C CIL '5 c 0 O U M 7 N 2U � N C d N O •R �p R .m � y0 U al - t H C N O N U T a C C CPIC u)r U T U 'N N a c d N Q a m U o 1 C C � 0 N = N d O a�p 0 Q y = C. C C a N y W p y C O O y N 0 O p E O c U in J Q m _T U O F C N > p 2 O O O Z L Q c O 2 to cU O a a M 2 ° U m Q J N NU' Ol c 3 a0i m N C U -Lo N C � Q Q N W CL Q ]E- In 2N Ma a a a O 0 O 0 o 0 0 0 0 0 O 0 O 0 O 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 a O 0 M 0 M 0 o O o h O (D O? Oi N N W M N r Ci vi fD � M T O N v% to fA to V)11 f9 v n w, M O O O O O O O O O O O O O O O O O O O O O t O O O fD O W )OO co O p O N O N N m o c r n O O O) N C4 00 C7 u) r O N w O O cD N (A IA fN 69 69 IA fA IA Ifl IA N N C ro- N j N E U C U O N O E p c V C O_ O_1 O 2 C N 0 N '5 c 0 O U 2U � N � U al t H C a C C CPIC u)r d N Q Q y 1 C C W 0 N d a�p 0 Q l0 C. C C N W = W 7 N y J U in J Q m F C N M O O O Z a a M Q¢ 51 Q¢ �. Q J N NU' Masteller, Moler & Taylor, Inc. 1655 27th Street, Suite 2 Vero Beach, Florida 32960 Phone: (772) 564-8050 Fax: (772) 794-0647 e-mail: dt5243@bellsouth.net AGREEMENT FOR PROFESSIONAL SURVEYING & MAPPING SERVICES PROJECT: Indian River County Landfill Recycling Project PHONE: Work - (305) 535-7712 CLIENT NAME: Kimley Horn & Associates - Barton Fye PHONE: Cell - (305) 431-4900 SITE ADDRESS: 1325 74th Avenue SW MAILING 355 Alhambra Circle, Suite 1400 Vero Beach, FL 32968 ADDRESS: Coral Gables, FL 33134 MMT, Inc. is pleased to provide you with this proposal for performance of surveying services in support of engineering design for property located in Indian River County and lying in Section 25 -33S -38E and identified as the Indian River County Landfill HHW/Recycling Project which shall include the following Scope of Services: 1. Subcontract with a Ground Penetrating Radar service to identify existing underground utility and service lines in the area of the proposed recycling center. Coordinate as necessary. 2. Recover existing horizontal and vertical control and establish control points including benchmarks on site as required. Elevations shall be based upon the North American Vertical Datum of 1988. 3. Locate, obtain elevations as applicable for facilities established by the sub -consultant. Review existing plans as necessary. 4. Locate and identify trees, including scientific and common name, DBH, height, canopy spread and condition. 5. Integrate with exiting survey and prepare revised Topographic survey in accordance with the Standards of Practice for Surveying as set forth by the State of Florida. Provide 5 signed and sealed copies and one digital CAD file upon completion. We propose to perform the above described scope of services for a lump sum fee of $ 9,600.00. We estimate the time of completion to be three (3) weeks from the notice to proceed. There will be an additional fee of $1500.00 for an Arborist to certify tree conditions if required. Upon your verbal authorization for this survey, we order research materials and set up your job file. In the event of a cancellation and in order to cover our costs, you will be billed for all work/expenses incurred up to the date of cancellation, including costs to close out your file. See the attached for standard conditions. I, the undersigned, agree to all the terms of this Agreement and the Standard Conditions of this Contract attached hereto. Client's Printed Name Client's Signature Date 6/8/2020 David Taylor, President Date Masteller, Moler & Taylor, Inc. CMK DESigN STUdio 6822 2211 Ave. North # 148 — St. Petersburg, Florida 33710 (813) 362-6381 marcos@cmkdesienstudio.com Lic. No. AA26002603 June 7, 2020 Barton J. Fye, PE, ENV SP Kimley-Horn 355 Alhambra Circle, Suite 1400 Coral Gables, FL 33134 Architectural and Engineering Services Proposal Indian River County Landfill Proposed Improvements 1325 74th Ave. SW, Vero Beach, FL CMK #2016 Dear Barton, Thank you for the opportunity to join your team for development of proposed improvements at the Indian River County Landfill in Vero Beach, Florida. As we understand it, our work will consist of producing complete Architectural, Mechanical, Electrical, Plumbing and Fire Protection construction documents for the proposed building. Our work will include the following basic tasks, which are described in further detail under "Scope of Work." Our fees for each will be as shown: • Task 1: A/M/E/P/FP Construction Documents $61,500.00 • Task 2: Permitting $ 5,000.00 • Task 3: Bidding $ 5,000.00 ASSUMPTIONS AND UNDERSTANDINGS The project comprises the following elements, which are subject to change: o Construction of a new combined Household Hazardous Waste, Recycling and Education Facility. o Demolition of three existing structures. o Relocation of an existing storage area and re -alignment of existing roads. Survey and Geotechnical work will be provided by the Owner. Site Plan approval process will be handled by Kimley-Horn. CMK will assist with any necessary exhibits during this process. Indian River County Landfill AE Proposal June 7, 2020 Page 2 of 4 Civil Engineering, Structural Engineering, Sitework-related Electrical Engineering and Landscape Architecture will be by Kimley-Horn, and is not included in this proposal. M/E/P and Fire Protection Engineering by Wilson and Girgenti, LLC, are included in this proposal. Contractor shall be selected by Owner through a competitive bidding process. Bid phase assistance is included in this proposal. SCOPE OF WORK Conceptual Drawings • Conceptual drawings prepared by CMK under our previous limited services agreement shall form the basis for the Construction Documents under this contract. Conceptual drawings must be approved by the Owner prior to commencing work under this contract. Task 1: Construction Documents: Architectural: o Plans, elevations, sections, schedules and details. o Code summary and life safety information as required. o Coordination with all design team members throughout document production. Mechanical/Electrical/Plumbing/Fire Protection Engineering (Wilson & Girgenti, LLC) o Design HVAC system for office/break room area. o Specify lighting layout, receptacle/power layout, fixture and panel schedules and circuit information. o Specify Fire Alarm system per NFPA. o Specify lightning protection system. o Design fire sprinkler system expansion sufficient for permit review. Detailed engineering of fire sprinkler system by others (selected subcontractor). Task 2: Permitting Assist Kimley-Horn in submitting permit applications and coordinating with the Building Department. Provide responses to plan review comments as required. Task 3: Bidding and Negotiation CMK will coordinate the process of obtaining and assessing competitive bids from up to five (5) invited General Contractors Includes preparation of bid documents, hosting of documents via Dropbox account (or equal), conducting a Pre -Bid Meeting, preparing Addenda, conducting a Bid Opening and providing tabulation/comparisons of bids. Includes advising Owner on Contractor selection. Final selection shall be by Owner. Indian River County Landfill AE Proposal June 7, 2020 Page 3 of 4 EXCLUSIONS AND QUALIFICATIONS This fee is for production of a "one time" design effort, with revisions as noted. Further Owner - requested revisions will be subject to Additional Services fees. Our fee does not include reimbursable expenses (such as travel, plotting, printing and shipping), governmental fees (such as plan review, permit, or impact fees), or the fees of surveyors, Geotechnical engineers, or outside consultants not noted above. Reimbursable expenses will be billed at a multiple of 1.10 times actual amount expended. Additional Services, if any, will be billed at an hourly rate of $125.00 unless a new fee has been negotiated in the interim. Please call if you have any questions regarding this proposal. If you find the proposal acceptable, please sign below and on the attached Terms and Conditions page and return one copy of both to our office. Alternatively, if you have a standard vendor agreement you prefer to use, please forward it for our review. We look forward to working with you on this project. Sincerely, Marcos F. Ibargiien, RA, NCARB, LEED AP Architect / Vice President CMK Design Studio, Inc. ACCEPTED BY: (Client Signature) (Date) (Printed Name and Title) SXY J SPECIAL WASTEASSOCIATES CONSULTING / TRAINING / PUBLICATIONS DATE: June 1, 2020 TO: Barton Fey, Kinley-Horn, Coral Gables, FL FROM: David Nightingale, Special Waste Associates, Olympia, WA RE: Scope of Work and Budget — Programming and Conceptual Design Special Waste Associates (SWA) is pleased to provide this scope of work for project programming and conceptual design review for a new Indian River County HHW Collection Facility. The scope of work is detailed below and includes pre -design project programming through conceptual design review. A proposed budget by task is provided after the scope of work. SWA Experience SWA has worked on many HHW facility development projects across the U.S., including for the Solid Waste Authority of Palm Beach County. SWA's Principal, David Nightingale, CHMM, S.C., has decades of experience in assisting communities in developing or upgrading permanent HHW collection facilities. This breadth of experience is unmatched in this specialty consulting field and is reflected on the SWA website that contain a number of projects that have been jointly completed with partner firms such as Kimley-Horn. Project Understanding Indian River County has provided HHW collection service to their households for many years. When the new facility is opened, it is critical that it is designed to accommodate the future needs of Indian River County"llefficiently and safely in full compliance with all applicable regulations at the state and local level. Although the site for the new HHW facility has been selected and a site layout developed, the pre - design work of project programming and the creation of a conceptual design that reflects the future needs of the facility have not yet been accomplished. The pre -design project programming and conceptual design review is the focus of the proposed scope of work below. Scope of Work This scope of work includes two parts: • Create a project programming report Indian River County NEW HHW Facility Special Waste Associates, Scope of Work • Review a conceptual design for the new facility location. Task 1 - Project Programming Report PERFORMED UNDER SEPERATE WORK ORDER Task 2 - Conceptual Design After the programming report has been finalized, the conceptual design developed by the architect and Kimley-Horn will be reviewed by SWA before submission for Indian River County review, a modified or second conceptual design may be developed and reviewed, as needed. The conceptual design(s) will be a floorplan leveraging the existing site plan showing the normal functional areas of an HHW/CESQG collection facility including receiving, sorting/packing, flammable liquids processing and storage, supplies, and support functions such as office, restrooms, mechanical and electrical rooms, reuse area and any other spaces called for in the project programming report. Indian River County NEW HHW Facility Special Waste Associates, Scope of Work This conceptual design review task may also include work with the local fire and planning agencies to verify the appropriateness/ requirements for key conceptual design features that are unique to HHW collection facilities. HHW facilities are typically mixed-use occupancies including an H-2 area requiring a number of special features. SWA will be available for remote attendance for conceptual design review meetings with the Kinley-Horn design team, Indian River County staff, and local building/fire officials. In-person meetings can also be arranged. Task 3 - Additional Services — As requested, SWA will provide any of the following additional services: Site visit(s) Other tasks related to the tasks listed above. Proposed Budget Estimate David Nightingale's billing rate is $150/hr. The following is a proposed budget estimate for the tasks described in the scope of work above including typical remote meetings with the client. Task IEstimate Task 1 - Project Programming Report $ 1,500 Task 2 -Conceptual design review $ 2,500 Task 3 - Additional Services $ TBD This proposed budget estimate includes approximate labor hours but excludes any travel time and expenses. Because this type of consulting work includes the discovery of many currently unknown facts and variables in the level of effort needed to accomplish the tasks described, the realized costs for the services by task can vary significantly from the estimates by task. Thank you for consideration of the SWA team to assist Kimley-Horn and Indian River County with development of their new HHW facility. We look forward to the opportunity to work on this project with you. Indian River County NEW HHW Facility Special Waste Associates, Scope of Work