Loading...
HomeMy WebLinkAbout2022-139CCNA2018 WORK ORDER 44 AMENDMENT NO. 2 Landfill Gas Flare Skid Improvements and Pipeline Extension This Amendment No. 2 to Work Order Number 44 is entered into as of this 12 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 a i s, Inc. By: Btfan A) Good, P.E. Print Name: &(,m 61)00( Title: Senior Vice President OF INDIAN RIVER COUNTY ,���OtitiMtSsia^✓••' By: lJ Peter D. O'Bryan, Chair n :off. o , oe BCC Approved Date: July 12, 2022 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller i By: a4rez4 a�) De uty Clerk Approved: Jason E/. Brbwn, Countv-Att ninistrator Approved as to form and legal sufficiency: D an T. Reingold, County Attorney AMENDMENT NO.2 WORK ORDER NUMBER 44 LANDFILL GAS FLARE SKID IMPROVEMENTS AND PIPELINE EXTENSION EXHIBIT A SCOPE OF WORK PROJECT UNDERSTANDING Indian River County (County) solid waste disposal district (SWDD) currently relies on a candlestick flare for landfill gas (LFG) emissions. The current blower flare skid was installed in 2004 and is in need of updating and reconfiguration for overall performance and efficiency, and to accommodate the renewable natural gas (RNG) project that is in development with the Indian River Eco District (IRED). In addition, SWDD is working with a third -party to install a leachate evaporation system that may utilize landfill gas as a fuel source. To accommodate the RNG and evaporation projects, modifications to the LFG skid and an extension to the LFG pipeline are required. The proposed modifications will improve the LFG collection and control system by providing reliable vacuum pressure to the gas wellfield and ensure continuous delivery of dry, pressurized LFG to the evaporation and RNG projects. Kimley-Horn and Associates, Inc. (Consultant) has partnered with BioGas Engineering (BioGas) to design, permit and bid the proposed improvements. Amendment No. 2 provides for additional geotechnical services related to additional concrete slabs needed for reconfiguration of the skid modifications, review of blower skid proposals from various suppliers, structural design of the concrete slabs, additional meetings, and general project management efforts. SCOPE OF SERVICES Task 1: Landfill Gas Pipeline Design Subtask 1. 1.3 has been amended as noted below. Subtask LI Preliminary Design Activities 1.1.1 Alignment for Survey Purposes No changes. 1. 1.2 Survey No changes. 1.1.3 Geotechnical Data The Consultant will modify the subcontract with a local geotechnical engineering consultant who routinely performs work for the County on the SWDD property to perform additional services to collect geotechnical data in several additional Page 1 of 6 locations for the new slab configuration and addition of the dehydration system. The additional borings are required to supplement the previously budgeted hand auger samples, for structural purposes. Subtask 1.2 Landfill Gas Pipeline Design 1.2.1 30 Percent Design No changes. 1.2.2 60 Percent Design SWDD requested a realignment of the pipeline to avoid a conflict with the ongoing project to underground the existing overhead electrical lines. This resulted in a redesign and an evaluation of horizontal directional drill versus open trench construction methods. The Consultant will provide additional coordination and alignment services for the subconsultant designing the pipeline. 1.2.3 90 Percent Design and Final Bid Package No changes 1.2.4 Bidding and Project Management No changes Subtask 1.3 Coordination with Heartland No changes. Task 2: Landfill Gas Skid Design Subtasks 2.3, 2.4 and 2.5 have been modified to accommodate minor changes to the scope of the project. Subtask 2.1 Request for Information No changes. Subtask 2.2 30 Percent Design No changes. Subtask 2.3 60 Percent Design The County requested that the Consultant review three bids received from three suppliers for the LFG Blower Skid package. This included additional coordination with the suppliers to verify and adjust pricing to be comparable amongst all three. This evaluation was not anticipated nor included in the original Scope of Services. This task also included coordination with the subconsultant on the configuration of the additional dehydration system equipment and skid (added after the original Scope of Services was authorized). Subtask 2.4 90 Percent Design and Final Bid Package The original Scope of Services assumed that the existing equipment slab would be utilized for the installation of the new equipment (and that the LFG system would be taken out of Page 2 of 6 service during construction to accommodate the swapping of equipment). SWDD subsequently determined that the LFG system could not be out of service long enough to accommodate construction of the new system, and rather, a new slab would be required to install the new equipment while maintaining the existing operation. This task will be amended to include the structural design of three new concrete slabs for the new blower skid, the dehydration skid, and the new flare. Subtask 2.5 Bidding and Project Management This task has been amended to provide for additional project management and coordination efforts. Subtask 2.6 Permitting No changes. Task 3: SCADA Coordination and Electrical Considerations No changes. Page 3 of 6 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-Hom and Associates, Inc., ("ConsultanY�. Amendment No. 2 will increase the original authorization by a lump sum fee of $13,306, for an amended Work Order Total of $280,556, 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, Landfill Das Flare Skid Improvements and Pipeline Extension CLIENT: Indian River County ESTIMATOR JTG DIRECT LABOR -HOURS AMENDMENT 2 TASK Senior Project Mena er Senior Civil Engineer Civil En ineer Senior Desi er Accounting/ Admin KHA Labor Subtotal Dir Ex 5% Subs Survc Oeotech Amendment Total Previous Authoriration Amended Total Task I - Landfill Gas Pipeline Design 8 4 2 0Un. $ 3,010 S 151 $ S 1,000 $ 4,161 $ 102,980, $ 107,141 1.1 PreliminaryDesi Services 1.1.1 -A8 nt orS Pu ares 8 $ E E S 3,320 S 3,320 1.1.1-5 $ $ E E $ 3,110 S 3,110 1.1.3-Geotech $ S $ 1.000 S 1,000 S 5,100 S 6,100 1.2 Land511 Gas Pipeline Desi S S 1.1.1- 30%Desi S S $ 8 E 410 S 8,420 1.1.1-60%Desi 8 4 2 0$ 3,010 $ 151 $ $ S 3,161 $ 18,010 $ 21,171 1.1.3 - 90% Design andFlnal Bid Package E S $ $ $ 9,890 $ 9,990 1.2.4-BiddinjzandFrojmtManagewnt $ $ E $ $ 24,030 $ 24.030 1.3 Coordination with Heartland $ S S $ $ 31,100 S 31,100 Task 2- Irndfill Gas Skid Design 14 16 8 4 4 S 8,710 S 436 $ 3,000 S S 9,146 $ 153,260 $ 165A6 2.1 Request for Information $ $ S $ S 9,210 $ 9,210 2.2 300/, Desi $ $ $ $ S 37,200 $ 37,200 2.360%Design 8 0 4 0 2 .$ 1,570 $ 119 $ $ $ 2,699 $ 29,650 $ 32,349 2.4 90% Desio and Final Bid Package 2 16 4 4 E 5,090 $ 255 $ $ E 5,345 $ 30,250 $ 35,595 2.5 Bidding and Proem Management 4 1 S 1,050 $ 53 $ $ $ 1,103 S 32,560 $ 33.663 2.6 Permittin $ $ 3,000 $ S 0 $ 14,390 $ 14,390 Task 3 - SCADA Coordination and Electrical Considerations 0 0 0 0 0 $ $ $ $ S 11,010 $ 11,010 TOTALS 22 20 10 4 4 $ 11,720 $ 586 S 3,000 $ 1,000 $ 13,306 $ 267,250 $ 280,556 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.) • Construction Services • Design of the RNG or evaporation system projects • Stormwater modeling • Electrical design beyond the minimal effort outlined herein Page 5 of 6 EXHIBIT C AMENDED TIME SCHEDULE The original schedule will be extended by approximately 90 days to accommodate additional services and design modifications. Page 6 of 6