Loading...
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