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