HomeMy WebLinkAbout2021-190WORK ORDER 47
ROADWAY IMPROVEMENTS AND DRAINAGE IMPROVEMENTS AT THE IRC LANDFILL
This Work Order Number 47 is entered into as of this 16 day of
November 2021, pursuant to that certain Continuing Contract Agreement, dated
April 17, 2018, renewed and amended as of May 18, 2021 (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.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written
a hove.
CON
By:
Print Na e: Bria Good, PE
Title: Senior Vice President
•••U��SY,C Ohs•.
BOARD OF COUNTY COMMISSIONOR!
OF IND RI ER COUNTY/4-,o:
,�.9..
By:
BCC Approved Date:
November 16, 2021
Attest: J ffrey R. Smith, gerk of Court and Comptroller
By:
Deputy Clerk
Approved:
Jason f. Brown, County Administrator
l/
Approved as to form and legal sufficiency:
ylan T. Reingold, County Attorney
WORK ORDER NUMBER 47
ROADWAY IMPROVEMENTS AND DRAINAGE IMPROVEMENTS AT THE
IRC LANDFILL
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) solid waste disposal district (SWDD) maintains a series of
internal roadways that are crucial for maintaining landfill operations and promoting safe
traffic patterns for haulers and residential drop offs. The yard waste drop-off area is located
north of the main entrance road to the landfill and relies upon a (mostly) unpaved driveway
that crosses an onsite canal. Canal flow is maintained via a 60 -inch corrugated metal pipe
(CMP) culvert under the driveway. The apron of the driveway is partially paved, and the
crossing is an unpaved, dirt road.
Over time, the dirt road access has deteriorated and is in need of paving and improvements.
SWDD has requested engineering services from Kimley-Horn and Associates (Consultant)
to prepare design documents to extend the existing CMP culvert, widen the driveway
crossing and pave the apron and driveway to a specified point north of the canal. The
improved driveway will consist of a new 2 -lane road, plus improved shoulders and
guardrails, that will be constructed immediately to the west of and incorporate the existing
driveway. Once the new crossing portion of the driveway is operational, the existing
crossing will be incorporated with the same design (paved) to provide the total width. The
contractor will be responsible for maintaining at least one lane access to the drop-off area
at all times (and a flag man).
In addition, a future landfill gas project for the Indian River Eco District (IRED) will
require an improved landfill gas pipeline crossing on the same canal. The Consultant will
incorporate provisions for a future crossing in the design for the improved driveway. No
services related to the pipeline itself are included in the following scope of services. The
County will provide information related to the required pipe size so that the design can
properly account for the size of the pipe sleeve (casing) for the crossing. This scope of
services will include the installation of a pipe sleeve/casing for future pipeline installation.
The project will also include the installation of a pipe sleeve/casing for a future water line
for use to add fire hydrant(s) to the yard waste drop-off area. The casing will be installed
in the extents of the improvements only (water line extension not included in this Scope of
Services).
The Consultant will prepare construction documents and a bid package for the installation
of roadway and driveway improvements, including provisions for a future landfill gas
pipeline crossing and waterline crossing, preparation the permit application required from
the Indian River Farms Water Control District (IRFWCD), coordination of bidding
Page 1 of 7
services (as part of a bid package being prepared under separate authorization) and will
provide part-time construction observation services, as outlined in the following Scope of
Services.
In addition, the Consultant will provide design services related to the minor drainage
improvements (relocation of two catch basins and associated piping) needed to
accommodate the evaporation system. The Consultant will also provide coordination with
the design team(s) for several ongoing projects that will require site plan modifications The
Consultant will incorporate the design of each of those projects (by others) into a single
major site plan modification application.
SCOPE OF SERVICES
Task 1: Landfill Roadway Improvements
Subtask 1.1 - Conceptual Layout and Construction Sequencing Plan (Lump Sum)
It is critical to landfill operations that access to the yard waste drop-off area be maintained
as driveway improvements are being made. Therefore, the Consultant will prepare a
conceptual layout of the improved driveway, including provisions to maintain the existing
driveway during construction. Upon completion of the improved driveway, the existing
driveway will be improved, paved and tied into the new entrance. The conceptual layout
will include notes related to construction sequencing for confirmation by S WDD staff prior
to proceeding with design. This task includes one review meeting with SWDD. Any
significant changes to the driveway configuration after approval of the conceptual layout
may result in the need for additional design fees to be authorized.
Subtask 1.2 — Design Services (Lump Sum)
Once the conceptual layout has been approved by S WDD, the Consultant will proceed with
preparing the design documents. The design for the roadway/driveway improvements will
be incorporated into the bid package begin prepared under Work Order No. 45 for the entry
scale improvements. As a result, the submittal dates will mirror those in Work Order No.
45; however, the driveway improvements will be reflected primarily in the 90 percent
submittal (no need for detailed 30 or 60 percent). It is anticipated that all survey and
geotechnical needs for the driveway improvements will be obtained during the survey
conducted for the scale improvements. No additional survey or geotechnical services are
included in this Scope of Services.
The design will include extension of the existing CMP drainage culvert to the west;
installation of a pipe sleeve for the future landfill gas line (in the extents of the
improvements only); installation of a pipe sleeve for a future water line for future hydrant
installation (in the extents of the improvements only); widening of the driveway to the west
to accommodate 2 new, 12 -foot travel lanes (paved), improved shoulders, landfill gas
pipeline crossing and future water line crossing; and installation of guardrails.
Page 2 of 7
Subtask 1.2.1— 30 Percent Design
The Consultant will add the driveway survey information to the base plan set for the
bypass scale project. The 30 percent deliverable will be limited to extending the base
plan set to cover the western extent of the driveway improvements (detailed design to
be provided in 90 percent submittal).
Subtask 1. 2.2 — 60 Percent Design
The Consultant will prepare 60 percent plans and specifications to be incorporated in
the Work Order No. 45 bid package for use by the County in soliciting competitive bids
for construction of the project. The 60 percent design will consist of the conceptual
layout for the proposed driveway improvements. The detailed design will be included
in the 90 percent bid package.
Subtask 1. 2.3 — 90 Percent Design and Final Bid Package
The 90 percent design submittal will include detailed design of civil (paving, grading,
drainage, signage), pipe crossings, culvert extension, guard rails, subgrade
stabilization, 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 in conjunction with the 90 percent milestone on
Work Order No. 45, along with an electronic copy (PDF format) for the County's
review.
A 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 (in
conjunction with Work Order No. 45) 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.
Subtask 1.3 — Permitting Services (Lump Sum)
The Consultant will prepare an application for the IRFWCD connection permit to extend
the canal crossing/CMP culvert. This task will include a pre -application meeting,
preparation of the permit application and supporting documentation and participation in
the IRFWCD board meeting when the application is to be approved. Application fee(s) to
be paid directly by County and are not included in this Scope of Services.
It is anticipated that the driveway improvements can be incorporated into the application
for a major site plan modification being completed for the concurrent bypass scale
improvements project (under Work Order No. 45). No additional services are included
for site plan approval.
Page 3 of 7
The proposed project is not anticipated to require modification of the FDEP landfill
operations permit, stormwater/ERP permits or a 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.
Subtask 1.4 — Construction Phase Services (Not -to -Exceed)
The Consultant will review shop drawings submitted by the Contractor and will provide
copies of all approved shop drawings to SWDD upon approval. The Consultant will
maintain a submittal log, as needed.
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 3 months,
with approximately 6 weeks of active construction. During this time, the Consultant will
provide an average of 2 hours per week of oversight for a 6 -week duration, as well as 2
additional site visits by the engineer of record 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 testing and other key project milestones agreed upon with the
County.
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.
Record Drawings will be prepared concurrently with those included in Work Order No.
45. No additional services related to record drawings are included.
Task 2: Drainage Improvements (Lump Sum)
The County has a number of ongoing projects being completed concurrently, including
the new Household Hazardous Waste Facility, the leachate evaporation system, landfill
gas line extensions (for both the renewable natural gas project and the evaporation
Page 4 of 7
system), the proposed driveway improvements outlined in Task 1 and a modification to
the entry scale configuration, all of which are being designed by various consultants.
Each of these projects has minor impacts on the overall stormwater system for the landfill
property, several of which may require rerouting of existing utility or stormwater
infrastructure. The County has asked the Consultant specifically to provide additional
design services for the relocation of the two catch basins on the northern extent of the
biosolids dewatering area. The design will include moving the catch basins within
approximately 100 feet to the north of the existing location, extending the piping to
connect the new basins to the drainage network and regrading of the area to direct flow to
the new basins. This task will also include preparing an application for modification the
Indian River County stormwater permit (application fee to be paid directly by the
County). This task will also include minor coordination with the team designing the
evaporation system for project extents and tie in to proposed grade in that design. The
design effort in this task is limited to the relocation of the two catch basins and does not
include drainage design for the evaporation system.
Task 3: Site Plan Coordination
Similar to the needs outlined in Task 3, the County has requested the Consultant's
assistance in coordinating the site plan modification requirements of the non-Kimley-
Horn projects that are ongoing at the landfill. The Consultant's scope of work under
Work Order No. 45 (bypass scale modifications) includes a major site plan modification
to incorporate the proposed changes. As noted in Task 1, above, the yard waste receiving
area driveway improvements will be incorporated into the same site plan modification
application. The County prefers to complete a single, comprehensive site plan
modification to include the remaining projects. Therefore, this task will include
coordination with the design teams preparing the design for those projects and
incorporation into the single application to be prepared and submitted by the Consultant.
The Consultant will also prepare a planting plan for the site plan application to address
the relocation of the landscaping on the northern boundary of the biosolids facility (due to
the stormwater modifications).
This effort will be completed on an as -needed basis, as an hourly, not -to -exceed task. The
consultant will only provide services under this task when specifically requested by the
County. Work shall cease when funds are exhausted unless an amendment or subsequent
work order is approved by the County.
Page 5 of 7
EXHIBIT B
FEESCHEDULE
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 3 for the total lump sum fee as detailed
below. Task 4 will be completed on an hourly, not -to -exceed basis 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.
Description
Task Fee
Task 1
Landfill Roadway Improvements
Subtask 1.1 - Conceptual Layout and Construction
Se uencin(Lump Sum
$ 3,320
Subtask 1.2 - Design(Lump Sum
$ 8,710
1.2.1- 30% Design
$ 1,360
1.2.2 - 60% Design
$ 1,360
1. 2.3 - 90% Design and Final Bid Package
$ 5,990
Subtask 1.3 - Permitting (Lum Sum
$ 3,760
Subtask 1.4 - Construction Services of -to -Exceed
$ 5,260
Task 2
Drainage Improvements(Lump Sum
$ 7,480
Task 3
Site Plan Coordination of -to -Exceed
$ 8,530
TOTAL FEE
$ 37,060
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.)
• Permit or application fees
• Design services related to the non-Kimley-Horn design projects listed herein.
Page 6 of 7
EXHIBIT C
TIME SCHEDULE*
Task 1.1 Deliverables: Conceptual Layout — 1 weeks after Notice to Proceed (NTP)
Task 1.2 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 1.3 Deliverables: PERMITS TBD
Task 1.4 Duration: Approximately 3 Months
Task 2 Duration: Approximately 3 Months
Task 3 Duration: As -needed (not to exceed 12 months)
*Design schedule to run concurrent with Work Order No. 45
Page 7 of 7