Loading...
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