HomeMy WebLinkAbout2020-241WORK ORDER NUMBER MM -1
Moorhen Marsh Structural Services for Revised Facility Cast -In -Place Structures
Project Number: IRC -1909
This Work Order Number MM -1 is entered into as of this 17th day of November,
2020, pursuant to that certain Continuing Consulting Engineering Services Agreement for
Professional Services entered into as of this 17th 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 Structural Services for Revised Facility Cast -in -Place Structures
The COUNTY is designing the Moorhen Marsh Leaps treatment facility in-house and has
requested structural design services for structures in the revised facility layout. The new facility
layout maintained the previous layout of the headworks structure. Structural services for the
headworks structure were completed under a previous work authorization. The requested
structural design services are limited to the preparation of construction drawings and
specifications for cast -in-place structures that were revised with the revised facility layout listed
below;
• Water Lettuce Scrubber Access Ramp Walls
• Water Lettuce Scrubber Sumps S-8 through S-15
• Water Lettuce Scrubber Perimeter curb
• Solid Sludge Sump/Discharge Weir
• Discharge/Reoxygenation Flume
• Final Discharge Structure S1
• Solids Holding Ingress/Egress Ramp
• Revised Headworks work slab
1IPage
Work Order No. MM -1
Moorhen Marsh Structural Services
for Revised Facility Cast -In -Place Structures
Task 1— Structural Design Services
The structural services are included for to the following list of components:
• Concrete elements of the above listed structures
• Aluminum grating support structures at the applicable above listed structures
• Aluminum handrail design at the applicable above listed structures
The structural drawings for the above listed structure will be a component set of the overall
project plan set and will consist of the following elements;
• Additional general notes and material specifications
• Structural Plan Views
• Structural sections
• Structural details, including typical jointing plan
• Handrail details
• Grating support details
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 the 90% stage and at
the 100% stage.
Task 2 — Coordination and Meetings
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 above listed
structures. The second meeting will take place upon receipt of 90% submittal comments.
Task 3 — Bid Phase Services
The Consultant will attend the pre-bid meeting and respond to bidders structural related bid
questions received during the bidding process.
Page 2 of 6
Work Order No. MM -1
Moorhen Marsh Structural Services
for Revised Facility Cast -In -Place Structures
Additional Services
Any other services, including but not limited to the following, are not included in the
Agreement.
1. The above listed structures in configuration other that the initial configuration provided
by the COUNTY at or before the kickoff meeting.
2. Structural services associated with the precast structures and pole barn operation
building
3. Structural Service for the Miscellaneous Work Slabs, Dumpster Pad, and other slabs on
grade not listed above.
4. Design and details for aluminum or stainless-steel hatches
5. Precast Structures S2 -S7
6. Additional meetings
7. Construction Phase Services
Any services not specifically provided for in the above scope of work will be billed as additional
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
Page 3 of 6
Work Order No. MM -1
Moorhen Marsh Structural Services
for Revised Facility Cast -In -Place Structures
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 Labor Fee
Structural Design Services $ 39,800
Coordination and Meetings $3,410
Bid Phase Services $3,345
Project Total $46,555
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 6
Work Order No. MM -1
Moorhen Marsh Structural Services
for Revised Facility Cast -In -Place Structures
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final design documents are expected
to follow the below schedule from the Notice to Proceed (NTP).
NTP
contingent upon BOCC approval
Interim Submittal (90% Design Drawings) 6 weeks following NTP
Final Submittal (100% Design Drawings) 3 weeks following 90% comments
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 6
Work Order No. MM -1
Moorhen Marsh Structural Services
for Revised Facility Cast -In -Place Structures
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date
first written above.
CONSULTANT:
KIMLEY-HORN AND ASSOCIATES,
INC.
By:
Br(t!!o P.E.
Title: Senior Vice President
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY..........
0At MISS.
•'V�J O''✓F9 ;
By: b�
oseph E. Flesc er, Chairman:
9��FRC000��',
BCC Approved Date: November 17, 2020
Attest: Jeffrey R. Smith, Clerk Court and Comptroller
By:
Dep ty C erk
Approved as to form and legal sufficiency:
4Dyy"Ian T. Reingold, County Attorney
Page 6 of 6
Indian River County
Moorhen Marsh Structural Services for Revised Facility Cast -in -Place Structures
PROPOSED STAFF HOURS AND FEE
TASK
TPRINCIPAL
SENIOR
SR SUPPORT
PROFESSIONAL
PROFESSIONAL2
STAFF
TOTALHOURS
$240.00
$175.00
$125.00
$75.00
Task 1 - Structural Design Services
General Plans Sheets
Cover Sheet
4.0
4.0
General Site plan
8.0
24.0
32.0
Water Lettuce Scrubber enlarged Site plan
1.0
8.0
24.0
33.0
Water Lettuce Scrubber Jointing Plan
1.0
8.0
24.0
33.0
Individual Structures Design and Details
Water Lettuce Scrubber Access Ramp Walls
6.0
10.0
16.0
Water Lettuce Scrubber Sumps S-8 through S-15
1.0
6.0
10.0
17.0
Water Lettuce Scrubber Perimeter curb
4.0
8.0
12.0
Solid Sludge Sump
1.0
12.0
30.0
43.0
Discharge/Reoxygenation Flume
8.0
16.0
24.0
Final Discharge Structure S1
1.0
14.0
30.0
45.0
Solids Holding Ingress/Egress Ramp
6.0
10.0
16.0
Revised headworks work slab
2.0
4.0
6.0
$1,200.00
$14,350.00
S24,250.00
50.00
539,800.00
Task 2 - Coordination and Meetings
Kickoff Meeting with County
1.0
4.0
5.0
90% Coment Discussion Metting
1.0
4.0
5.0
Miscellanous Coordination
2.0
6.0
$960.00
$2,450.00
$0.00
$0.00
$3,410.00
Task 3 - Bid Phase Services
Prepare and Attend Prebid meeting
1.0
4.0
Respond to structural related bid questions
2.0
11.0
$720.00
$2,625.00
$0.00
$0.00
$3,345.00
Subtotal
$46,555.00
Total
$46,555.00
TOTAL FEE NTE
$46,555.00