Loading...
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