HomeMy WebLinkAbout2022-138CCNA2018 WORK ORDER 45
AMENDMENT NO. 1
Automated Scale System
This Amendment No. 1 to Work Order Number 45 is entered into as ofthis12 day of July ,
2022, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional
Services entered into as of the 17th day of April, 2018, as renewed and amended 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.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
Kimley-Horn and ciates Inc. OF INDIAN RIVER COUNTY .•-
.••'�Oht MISS ••.
� ::moo. � •� *:
By: gy: {�1!
r an A. ood, P.E. Peter D. O'Bryan, Ch i n1arf r'oe=
Print Name: 1J1�1 ���� '•• SER.... .• "
Title: Senior Vice President BCC Approved Date: July 12, 2022
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
De ty Clerk
Approved:
Jason E.,Bro*n, County Administrator
Approved as to form and legal sufficiency:
an T. Reingold, County Attorney
AMENDMENT NO.1
WORK ORDER NUMBER 45
AUTOMATED SCALE SYSTEM
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) solid waste disposal district (S)VDD) 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.
At the 30 percent design milestone, SWDD indicated a preference to reconfigure the
entrance to place the bypass lane between the two inbound scales, rather than to the north
of the new scale. Partial redesign was required to accommodate the change. Amendment
No. 1 provides for this redesign, as well as an assessment of automated terminal
configuration options, coordination with the scale provider to reflect the change in the
terminal configuration and additional construction services to advance the installation of
the scale concurrently with the bidding of the balance of the project.
Kimley-Horn (Consultant) will provide the amended Scope of Services, as follows.
SCOPE OF SERVICES
Task 1: Preliminary Design Activities
No change.
Task 2: Design Services
Subtask 2.2 is amended as outlined below.
Subtask 2.1— 30 Percent Design
No change.
Subtask 2.2 — 60 Percent Design
The Consultant will coordinate with the scale manufacturer to revise the configuration of
the new scale and automated terminal to accommodate the center bypass lane. The 30
percent design documents will be revised to reflect the change. The additional guardrail
Pagel of 5
and bollards required to protect the scale equipment will result in minor redesign of the
grading and drainage plans in the immediate vicinity.
Subtask 2.3 — 90 Percent Design and Final Bid Package
No change.
Task 3: Permitting Services
No change.
Task 4: Bidding Services
No change.
Task 5: Construction Phase Services (Not -to -Exceed)
The Consultant will provide additional construction phase services to advance the
installation of the scale (pre -purchased by SWDD) while the procurement package for the
balance of the project is being advertised. It is anticipated that this will require an
additional 45 days of construction duration, with periodic site visits by the Consultant.
Task 6: Record Drawings
No change.
Page 2 of 5
EXHIBIT B
AMENDED 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.
ESTIMATE FOR ENGINEERING SERVICES
PROJECT: Automated Scale
System
CLIENT: Indian River County
ESTIMATOR: JTG
DIRECT LABOR MAN-HOURS
AMENDMENT 1
TASK
Senior
Project
Manager
Senior
Civil
Engineer
Senior
Structural
Engineer
Civil
Engineer
Structural
Engineer
KHA
Labor
Subtotal
Dir Exp
5%
Amendment
1 Total
Previous
Authorization
Amended
Total
Task 1- Preliminary Design
0
0
0
0
0
$
-
$
-
$
-
$
10,850
$
10,850
Scale Coordination
0
0
0
0
0
$
-
$
-
$
-
$
3,150
$
3,150
Survey
0
0
0
0
0
$
-
$
-
$
-
$
3,850
$
3,850
Geotech
0 1
2
2
0
0
$
-
$
-
$
-
$
3,850
$
3,850
Task 2 - Design
14
20
4
0
0
$
8,550
$
428
$
8,978
$
24,320
$
33,298
2.1-30%
0
0
0
0
0
$
-
$
-
$
-
$
8,050
$
8,050
2.2-60%
12
16
2
0
0
$
6,750
$
338
$
7,088
$
9,120
$
16,208
2.3 - 90% and Final Bid
Package
2
4
2
0
0
$
1,800
$
90
$
1,890
$
7,150
$
9,040
Task 3 - Permitting
0
0
0
0
0
$
-
$
-
$
-
$
7,540
$
7,540
Task 4 - Bidding
0
0
0
0
0
$
-
$
-
$
-
$
6,300
$
6,300
Task 5 - Construction Services
2
4
2
4
8
$
3,660
$
183
$
3,843
$
21,720
$
25,563
Task 6 -Record Drawings
0
0
0
0
0
$
-
$
-
$
-
$
2,700
$
2,700
TOTALS
16
24
1 6
1 4
1 8
$
12,210
$
611
$
12,821
$
73,430
$
86,251
Lump sum fees will be invoiced monthly based upon the overall percentage of services completed. Payment will be due per the
contract terms.
Page 3 of 5
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 4 of 5
EXHIBIT C
TIME SCHEDULE
Task 1 Deliverables: No Change
Task 2 Deliverables: 30 Percent Design —Additional 4 Weeks
60 Percent Design — Additional 4 Weeks
90 Percent Design — No Change
Final Bid Documents — No Change
Task 3 Deliverables: PERMITS TBD
Task 4 Deliverables: Advertise — Upon Site Plan Approval
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 5 of 5