HomeMy WebLinkAbout2023-014CCNA2018 WORK ORDER 44
AMENDMENT NO. 3
LANDFILL GAS SKID MODIFICATIONS AND PIPELINE EXTENSION
This Amendment No. 3 to Work Order Number 44 is entered into as of this 17 day of January
2023, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional
Services entered into 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
..........
0htMISS •.
Kimley-Horn and Associates, Inc..0
OF INDIAN RIVER COUNTY
By:
Van Rens, P.E.
Print Name: pmg- j%y 'P�;rvS
Title: Senior Vice President BCC Approved Date: January 17, 2023
*-<N C0UN
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: -0� 1���
Deputy Clerk
Approved:
el C. Zito, Interim County
Administrator
Approved as to form and legal sufficiency:
Dylan Reingold, County Attorney
AMENDMENT NO.3
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 (S)WDD) 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. 3
provides for additional design of the control panel required for the instrumentation to be
installed in the storage tank, proposed flow meters (3) and mixer. This amendment also
includes construction services during the construction phase of the project to complete the
installation of the landfill gas and leachate pipelines, communications conduit and
southeast swale (shop drawing reviews, site visits, etc.).
SCOPE OF SERVICES
Task 1: Landfill Gas Pipeline Design
Subtask 1.1.3 has been amended as noted below.
Subtask 1.1 Preliminary Design Activities
1.1.1 Alignment for Survey Purposes
No changes.
1. 1.2 Survey
No changes.
1.1.3 Geotechnical Data
No changes.
Page 1 of 7
Subtask 1.2 Landfill Gas Pipeline Design
1.2.1 30 Percent Design
No changes.
1.2.2 60 Percent Design
No changes.
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
No changes.
Subtask 2.4 90 Percent Design and Final Bid Package
No changes.
Subtask 2.5 Bidding and Project Management
No changes.
Subtask 2.6 Permitting
No changes.
Task 3: SCADA Coordination and Electrical Considerations
The previous scope for this task included coordination with the various design teams on
the overall needs of a SCADA system. Since that time, SWDD engaged the County's
consulting integrator to develop the control system to operate the various project
components. This task is to be amended to include the physical design of the power feed
and the panel layout for the control panel that will house the input/output signals for two
Page 2 of 7
water level indicators, three flow meters, the tank mixer starters, and several open spaces
for future additions to the panel (to be determined). This task will include panel sizing,
identification of make/model for panel components, coordination with the County SCADA
manager on approved products list, one coordination call with panel manufacturer, review
of panel manufacturer shop drawing submittal, and up to four coordination calls with the
various design teams/integrator. The panel and panel components will be procured directly
by the County or third -party contractor.
Task 4: Construction Administration (Not -to -Exceed)
SWDD intends to contract with a pipeline contractor via an existing labor contract to
complete the installation of the landfill gas and leachate pipelines, communications
conduit and southeast swale (including removal of the existing hedge row, CMP drainage
pipe between the two catch basins, and blocking up the western catch basin). The
Consultant will provide construction administration services throughout the project
construction limited to, to include the following subtasks. This task assumes 10 weeks of
active construction. Should construction exceed 10 weeks, additional fees may be
required to complete the project.
Subtask 4.1 Pre -Construction Meeting
Consultant will prepare for and participate in an on-site pre -construction meeting with the
contractor and SWDD. Consultant will respond to questions and requests for
clarification, and document discussion in meeting minutes to be distributed within three
business days of the meeting. The Consultant's project manager and engineer of record
will participate in the meeting.
Subtask 4.2 Shop Drawing Review
Consultant will review up to ten shop drawing submittals by the contractor and four
resubmittals (not to exceed 24 hours). Consultant will prepare review comments for the
contractor as needed and coordinate via virtual meetings with the contractor as needed
(up to four).
Subtask 4.3 Progress Meetings
Construction of this project is anticipated to take approximately 10 weeks. Throughout
the duration, the Consultant will conduct bi-weekly progress meetings (five total) to
discuss work completed, upcoming work, field changes, schedule, and budget issues (if
any). The Consultant will prepare meeting minutes after each meeting for distribution to
the project team. This subtask includes five biweekly progress meetings, plus an
additional two meetings to be conducted as needed.
Subtask 4.4 Site Visits
Consultant will conduct periodic site visits to observe construction progress. Site visits
will primarily be conducted during testing, startup, and upon completion of subgrade
project components before backfilling is completed. Consultant anticipates site visits to
require approximately five hours per week during the 10 -week construction period, by
various team members (depending on the nature of the visit). An additional four hours
per month (2.5 months) has been included in this task for additional site visits, as needed.
Page 3 of 7
Daily logs will be completed for each site visit and be made available to SWDD upon
request. If the construction phase exceeds 10 weeks, additional services may be required
to complete this task.
Subtask 4.5 Substantial and Final Completion
Consultant will conduct a substantial completion walk through with SWDD and the
contractor to compile a punch list of items to be completed/corrected prior to release of
substantial completion retainage. A final completion walk through will be conducted
once the contractor has met the contractual requirements for final completion. A final
punch list will be compiled for distribution to the team and review by contractor.
Subtask 4.6 Pay Applications, Change Orders and As -Built Survey
Consultant will review up to 3 pay applications submitted by contractor and make
recommendation for or against payment by SWDD. SWDD will be responsible for
processing all payments to the contractor. In addition, Consultant will review and process
up to two change orders by the contractor and facilitate completion of the required
paperwork for procurement to utilize in amending the purchase order (if needed). As -
built survey will be the requirement of the contractor. The Consultant will review the as -
built survey upon receipt and request necessary changes from the contractor. SWDD and
County staff will be responsible for all final paperwork needed to close out the
contractor's purchase order.
Page 4 of 7
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").
Amendment No. 3 will increase the previous authorization by a total fee of $46,384, for an amended Work Order Total of $326,940, as detailed below. Tasks 1 through 3 will be provided on a lump sum fee basis. Task 4
will be invoice to SWDD on an hourly, not -to -exceed basis for costs incurred per invoice period. 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
Page 5 of 7
PROJECT: Centrate GST Conversion
CLIENT: Indian River Coon
ESTIMATOR: TTG
DIRECT' LABOR MAN-HOURS
AMENDMENT 3
Subs
Senior
Project
Senior
Civil
Civil Senior
Accounting/
KHA Labor
Dr Exp
Amendment 3
Previous
Amended
Total
Man er
En ineer
En ineer Desi er
Admin
Subtotal
5%
SurveyGeotech
Total
Previous Total
Ex enses
TASK
0 0
$
$
-
$ -
$ -
$
-
$
107,141
$
107,141
Task 1 - Landfill Gas Pipeline Design
0
0
0
$
-
1.1 Prelim' Desi Services
$
3,320
$
3,320
1.1.1 -Ali ment orSury Pu ores
E
3,110
$
3,110
/.1.1- Sury
E
6,100
$
6,100
1.1.3 -Geotech
$
-
$
$
1.2 Landfill Gas Pi line Design
$
8,410
$
8,420
1.2.1- 30% Desi
$
21,171
S
21,171
1.2.2 - 60% Design
$
9,890
S
9.890
90% Design Fina! Bid Packs e
$
24,030
$
24,030
1.2.4 - 3idding and Project Man ement
E
31,700
$
31,100
1.3 Coordination with Heartland
S
-
0 0
$
-
S
-
S -
$ -
S
-
$
154 406
S 8 000
$
162 6
Task 2 -Landfill Gss Skid Design
0
0
0
$
9,110
S
9,210
2.1 Request for Information
$
$
$
29,200
32,349
35,595
$ 8,000
S
$
$
37.200
32,349
35,595
2.230%Desi
2.3 60% Desi
2.4 90% Design and Final Bid Pack e
$
33,663
$
33,663
2.5 Bidding and Project Management
12
8
16
4 0F36,775
$
370
S
S _
S
7,770
$
$
S
14,390
-
11,010
S
$
14,390
18,780
2.6 Permitting
Task 3 - SCADA Coordination and Electrical
Considerations
62
43
80
0 10
S
1 9
$
$
$
38 614
S
$
38 614
Task 4 - Construction Administration
2
2
0 0
$
83
$ -
$ -
$
1 743
S
-
$
1 743
4.1 Pre -Construction M'
4
]4
0 0
$
221
S$
a 641
S
$
4 641
4.2 Sho Draw' Reviews
8
5
14
0 4
$
337
S -
S
S
7 082
S
$18
7082
4.3 Bi-weekl Pro ss Meetin
14
26
0 0
$
584
$$
12264
$4.4
Site Visits
15
8
8
0 0
$
242
S
$
$
5 082
$
$
5 082
4.5 Substantial and Final Com letioa
g
0 4
$
440
$
212
$
$ -
$
4 452
$
-
$
4 452
A lications and Chan a Orders
8
a
8
$
$
3 350
$
-
$
3 350
4.6 Pa
8
0
8
0 2
$
3 190
S
160
S
4.7 Project Closeout
$
4 10
$
44175
S
2,209
S -
S -
It
46,384
$
272,556
$ 8,000
$
326 940
TOTALS
74
51
96
Page 5 of 7
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 6 of 7
EXHIBIT C
AMENDED TIME SCHEDULE
The original schedule will be extended by approximately 30 days to accommodate additional
services and design modifications (Task 3) and an additional 10 weeks for construction
administration services.
Page 7 of 7