HomeMy WebLinkAbout2021-172CCNA2018 WORK ORDER 45
AUTOMATED SCALE SYSTEM
This Work Order Number 45 is entered into as of this 19 day of October, 2021, pursuant to
that certain Continuing Consulting Engineering Services Agreement for Professional Services entered
into as of the 18th day of May, 2021 (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.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first
written above.
WSW NIIi+.Riz
Kimley-Horn
By:
Print Name:
Title: Senior Vice President
By:
BOARD OF COUNTY COMMISSIONERS .•• GOAtM/S'••
.'���•' • SAO ••
OF INDIAN RIVER COUNTY ; �oJ •✓F�,:
BCC Approved Date: October 19, 2021
Attest: Jeffrey Smith, Clerk of Court and Comptroller
By:
De uty Clerk
Approved:
Approved as to form and legal sufficiency
q-'
Jason . B own, County Administrator
Dylan T. Reingold, County Attorney
WORK ORDER NUMBER 45
AUTOMATED SCALE SYSTEM
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) solid waste disposal district (SWDD) operates a Class I
municipal solid waste landfill, that utilizes a single entrance scale for monitoring and
tracking incoming loads and tonnages of material delivered. Deliveries include a
combination of private (residential) drop-offs, commercial haulers (ex. landscaping
contractors) and municipal haulers that service the unincorporated County and
municipalities. The County is proposing to add an automated, unmanned, inbound bypass
scale that would allow the municipal haulers and commercial haulers that have accounts
set up with SWDD to automatically weigh in, drop off and then exit, with the net weight
delivered calculated off of pre-recorded tare weight for that particular truck.
Kimley-Horn ("Consultant") will prepare construction documents and a bid package for
the installation of a bypass scale (to match existing scale provider), approach and exit
ramps, entry road modifications (paving, striping, signage), drainage modifications, new
bypass lane and traffic control arm (relocate existing), railing as needed, configuration of
unattended weigh terminal (electrical and integration of instrumentation/programming by
others), and relocation of existing or addition of new weight display sign, as needed. The
Consultant will also provide construction observation services as outlined in the following
Scope of Services.
SCOPE OF SERVICES
Task 1: Preliminary Design Activities
This task will include a kickoff meeting with SWDD staff to discuss project objectives,
scope, schedule and coordination of tasks not included in this Scope of Services (i.e.
environmental and operational impacts).
Consultant will coordinate with Mettler Toledo (current scale vendor) to select/confirm the
appropriate scale for this application, around which the design will be tailored. It is
important to utilize the same scale manufacturer for integration with the current
instrumentation and controls. The Consultant anticipates the use of a Mettler Toledo
VTC251 concrete deck truck scale and unattended weigh terminal. Coordination for final
selection will be completed prior to commencing the Task 2 Design services.
Preliminary design will also include the collection of applicable geotechnical (soil boring)
and survey data to serve as the basis of design. The Consultant will subcontract with local
Page I of 7
consultants who routinely perform work for the County on the SWDD property to perform
these services.
Task 2: Design Services
The Consultant will prepare the design documents associated with the site/civil (paving,
grading, drainage, signage), structural (foundation review (by others), railings, subgrade
stabilization), electrical, instrumentation (limited to weight sign and conduit runs for
automated terminal (equipment and integration by others)), demolition, tree relocations and
site restoration. The anticipated sheet index for the plan set is anticipated as follows:
Cover/Index
G-1 Legends, Symbols and Abbreviations
G-2 General and Project Notes
G-3 Utility Notes and Specifications
G-4 Geotechnical Notes and Specifications
G-5 Boundary Survey
G-8 Key Plan
C-1 Existing Conditions
C-2 Proposed Site Plan
C-3 Erosion Control Plan
C-4 Stormwater PPP
C-5 Master Utility Plan
C-6 Site Geometry — Site Entrance
C-7 Site Geometry — Scales
C-8 Paving, Grading and Drainage Plan
C-9 Paving, Grading and Drainage Plan
C-10 Onsite Roadway Improvements
C-11 Onsite Roadway Improvements
CD -1 Erosion Control Details
CD -2 Miscellaneous Details
CD -3 Miscellaneous Details
CD -4 Utility Details
CD -5 Truck Scale Details
CD -6 Truck Scale Details
CD -7 Truck Scale Details
CD -8 Truck Scale Grading Plan
E-1 Electrical Symbols, Abbreviations and Notes
E-2 Electrical Site Plan (limited to relocated lighting, weight sign and bypass lane
traffic control arm)
ED -1 Electrical Details
S-1 Structural Notes
S-2 Foundation Plan
S-3 Sections and Details
Page 2 of 7
Subtask 2.1— 30 Percent Design
The Consultant will prepare 30 percent plans detailing the entry reconfiguration, interface
between the existing/proposed scales, traffic patterns and operational intentions,
utility/drainage/lighting impacts, and general scale configuration based on the information
provided by Mettler Toledo. The design will also consider the necessary, though
infrequent, need to weigh oversized loads, which the current scale is not configured to
accommodate. Two 11 x 17 hardcopy sets of review documents will be provided to the
County along with an electronic (PDF format) copy. A review meeting will be conducted
with SWDD staff to capture comments and concerns relative to the proposed 30 percent
design to ensure the design is compatible with SWDD's intended operation of the bypass
scale. Comments received will be documented and incorporated as appropriate for use in
preparing the 60 percent design documents.
Subtask 2.2 — 60 Percent Design
The Consultant will prepare 60 percent plans and specifications to serve as the bid package
for use by the County in soliciting competitive bids for construction of the project. The 60
percent design will incorporate comments received on the 30 percent design and will also
include detailed design of civil (paving, grading, drainage, signage), structural (foundation
review (by others), railings, subgrade stabilization), electrical, instrumentation (limited to
weight sign and conduit runs for automated terminal (equipment and integration by
others)), demolition, tree relocations and site restoration components. Environmental
services related to surface water impacts, gopher tortoise relocation, etc. are not included
in this scope of services. These services can be provided, if needed, under separate
authorization or amendment to this Work Order. Two full size sets of plans and two
hardcopy sets of draft specifications will be provided, along with an electronic copy (PDF
format) for the County's review.
A design review meeting will be conducted with SWDD staff to discuss comments on the
60 percent design documents. Comments received will be documented and incorporated as
appropriate for use in preparing the 90 percent design documents.
Subtask 2.3 — 90 Percent Design and Final Bid Package
The consultant will incorporate comments received during the 60 percent review and
advance the plans and specifications to the 90 percent completion level. Two full size sets
of plans and two hardcopy sets of draft specifications will be provided, along with an
electronic copy (PDF format) for the County's review. An additional review meeting will
be conducted with SWDD staff to discuss review comments and final modifications to be
made to the bid package. The consultant will incorporate final comments and coordinate
with procurement to prepare the final bid package for use in advertising the project. The
Consultant will provide a final PDF of the bid documents to SWDD and procurement for
use in soliciting bids.
Task 3: Permitting Services
It is anticipated that, due to the square footage of additional impervious surface
associated with these modifications, that a major site plan approval will be required from
Page 3 of 7
the County Planning Division. This task includes preparation of the required plan sets and
supporting documentation for the application for major site plan approval, participation in
the technical review committee (TRC) meeting, one round of revisions/resubmittal to
address any TRC comments, and coordination of final approval. Additional
revisions/iterations of the application will require an amendment for additional services.
The proposed project is not anticipated to require modification of the FDEP landfill
operations permit, stormwater/ERP permits or new County stormwater permit. The
selected contractor will be required to obtain County building permit(s). The Consultant
will assist with response to any design -related questions received in the building permit
process.
Task 4: Bidding Services
The Consultant will prepare for and participate in a pre-bid site visit meeting with
prospective bidders. An attendee list will be prepared, and questions asked will be
documented with written responses for procurement to distribute to plan holders. The
Consultant will prepare up to two addenda to the bid, providing clarifications and
additional information as needed. Consultant will coordinate with procurement on all bid -
related matters.
The Consultant will then review bids received, verify references and prepare a
recommendation of award to provide to SWDD. Upon award, the Consultant will
complete the preparation of conformed documents.
Task 5: Construction Phase Services (Not -to -Exceed)
The Consultant will review shop drawings submitted by the Contractor and scale provider
and will provide copies of all approved shop drawings to SWDD upon approval.
The Consultant will provide part-time observation of construction activities for the scope
of the project. Consultant will not supervise, direct, or control Contractor's work, and will
not have authority to stop the Work or responsibility for the means, methods, techniques,
equipment choice and use, schedules, or procedures of construction selected by
Contractor, for safety programs incident to Contractor's work, or for failure of Contractor
to comply with laws. Consultant does not guarantee Contractor's performance and has no
responsibility for Contractor's failure to perform in accordance with the Contract
Documents.
The Consultant anticipates that the construction phase will span a duration of 4 months.
During this time, the Consultant will provide an average of 4 hours per week of oversight
for a 16 -week duration, as well as 2 additional site visits by structural personnel, and will
prepare bi-weekly summary reports in the form of an email to the appropriate County
staff members. The Consultant will specifically be on site to observe any below -grade
piping/components prior to backfilling, observe the concrete pours, witness scale
Page 4 of 7
installation, observe testing and other key project milestones agreed upon with the
County.
The Consultant will also prepare for and participate in monthly progress meetings with
the contractor and SWDD staff (up to four). Meeting minutes will be prepared and
distributed as needed.
The County will contract directly with the contractor to perform the work. The
Consultant will review pay applications on behalf of the County and provide
recommendation for payment or justification for rejection. The Consultant will
participate in a substantial completion walkthrough at the appropriate point of
construction and generate a punch list, if applicable, to be addressed by the contractor.
The Consultant will then conduct a final walkthrough to observe that each punch list item
has been satisfactorily completed.
It is anticipated that all training on new instrumentation and operations and maintenance
manuals will be provided by the scale provider.
Task 6: Record Drawings
The Consultant will work with the contractor and surveyor (as -built survey to be in
contractor's scope of work) to prepare the final record drawings for County records and
for any required permit closeout activities.
Page 5 of 7
EXHIBIT B
FEE SCHEDULE
The Consultant will provide these services in accordance with our Continuing Consulting
Engineering Services Agreement for Professional Services dated May 18, 2021, by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and Kimley-Horn and Associates, Inc., ("Consultant").
Kimley-Horn will perform Tasks 1 through 6 for the total lump sum fee as detailed
below. Individual task amounts are informational purposes only. All permitting,
application, and similar project fees will be paid directly by the County.
Task No.
Task
Task Fee
Task 1
Preliminary Design
$ 10,850
Task 2
Desi
$ 24,320
Task 3
Permitting
$ 7,540
Task 4
1 Bidding
$ 6,300
Task 5
Construction Phase Services
$ 21,720
Task 6
Record Drawings
$ 2,700
TOTAL LUMP SUM FEE
$ 73,430
Lump sum fees will be invoiced monthly based upon the overall percentage of services
completed. Payment will be due per the contract terms.
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. Additional services may include, but not be limited to the following:
• Environmental Services (surface water impacts, gopher tortoise relocation, etc.)
• Instrumentation design, integration, testing or training
• Irrigation system relocation design (County to complete) for piping affected by
the widening of the entry road
Page 6 of 7
EXHIBIT C
TIME SCHEDULE
Task 1 Deliverables:
Kickoff Meeting — 1 week after Notice to Proceed (NTP)
Survey — 4 weeks after NTP
Geotechnical Report — 4 weeks after NTP
Task 2 Deliverables:
30 Percent Design — 6 weeks after NTP
60 Percent Design — 4 weeks from receipt of County Comments
90 Percent Design — 4 weeks from receipt of County Comments
Final Bid Documents — 2 weeks from receipt of County Comments
Task 3 Deliverables:
PERMITS TBD
Task 4 Deliverables:
Advertise — 16 weeks from NTP
Open Bids — 4 weeks from Advertisement
Award of Contract — 4 weeks from Bid Opening
Task 5 Duration:
Approximately 4 Months
Task 6 Deliverables
Record Drawings — 4 weeks from Completion of Construction
Page 7 of 7