Loading...
HomeMy WebLinkAbout2024-160ENGINEERING SERVICES WORK ORDER 12 This Work Order Number 12 is entered into as of this 2 day of July 2024 , pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as 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 mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (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. CONSULT By: ame: Kevin M. Roberson, PE Title: Senior Vice President BOARD OF COUNTY COMMISSIONERS: J`,�y.��h�. /011. OF I DYAD IVER COU N 9s By: Susa Adams, Chairmanrq BCC Approval Date: July 2, 202 ✓��.. ...... Attest: Ryan L. Butler, Clerk of Court and Comptroller By.. aw 4 (a Q. ( Deputy Jerk tj By. ohn A. Tit anich, Jr., County Administrator Approved as to for arep �® William K. DeBraal, County Attorney Work Order Number 12 LANDFILL IMPROVEMENTS ADDITIONAL DESIGN, PERMITTING AND SERVICES DURING CONSTRUCTION EXHIBIT A SCOPE OF WORK PROJECT UNDERSTANDING Indian River County (County) solid waste disposal district (SWDD) previously authorized Kimley-Horn and Associates, Inc. (Consultant) to prepare the design and permitting documents associated with various improvements on the landfill property. In the fall of 2023, the County advertised for bids on the improvement projects, and no bids were received. The County has now proceeded with utilizing a contractor on an existing labor contract to complete the construction. The Consultant was previously authorized for construction phase services associated with several of the improvements. As the projects were segmented and are currently partially constructed, additional services are needed to complete the balance of the construction phase. The following scope of services provides for engineering services during construction to include shop drawing reviews, field observation services, responses to contractor requests for information/clarification, and project closeout associated with: 1. Leachate tank control panel installation, startup, testing. 2. Yard waste driveway improvements 3. Automated scale improvements (supplemental) In addition, the Consultant is providing general services during construction for the landfill gas skid installation under separate authorization; the automated scale improvements are partially funded under a separate authorization. The additional coordination with the scale supplier and their contractor/site visits to coordinate has taken a small portion of that prior authorization to complete to date. Therefore, this Scope of Services includes additional effort to complete that original scope. The Consultant will review pay applications from each contractor on behalf of the County and provide recommendation for payment or justification for rejection. The Consultant will participate in a substantial completion walkthrough at the appropriate point of construction and generate a punch list, if applicable, to be addressed by the appropriate contractor, as well as conduct a final walkthrough to observe that each punch list item has been satisfactorily completed. Consultant will not supervise, direct, or control Contractor's work, and will not have authority to stop the Work or responsibility for the means, methods, techniques, equipment choice and use, schedules, or procedures of construction selected by Contractor, for safety programs incident to Contractor's work, or for failure of Contractor to comply with laws. Consultant does not Page 1 of 6 guarantee Contractor's performance and has no responsibility for Contractor's failure to perform in accordance with the Contract Documents. The Indian River Farms Water Control District (IRFWCD) has requested that the previously permitted canal crossing be modified to separate ownership of the proposed carrier pipes between SWDD and NoPetro. In that process, IRFWCD also requested that the permit be modified to include additional regrading of the canal's north bank within the project extents. The process of splitting the previously issued permit brought to light the IRFWCD's request for the piped crossing to be changed from a 43" elliptical reinforced concrete pipe (ERCP) to 48" ERCP. This supplemental Work Order includes the redesign of the north bank of the project and the associated permitting coordination, as well as the minor regrading of the crossing to reflect the higher pipe. SWDD has also requested assistance with reconfiguring the drainage swale and canal outfall on the north side of the canal along the western edge of the yard waste processing area to resolve the conflict between the current swale and the NoPetro utility easement. This design and permitting is also included herein. SCOPE OF SERVICES Task 1: Leachate Tank Control Panel Prior authorization included the design, permitting, and construction associated with converting an existing centrate tank to a tank suitable for storing leachate associated with the newly completed leachate evaporation system. A mixer was installed in the tank, which has not yet been started up. A control panel for the mixer is included in the construction scope of services. Consultant will provide clarifications and respond to contractor questions associated with the construction and installation of the panel, panel components and fiber optic cable to/from the panel. This task will include coordination with the mixer manufacturer for startup and testing upon completion of the panel installation. This task will also include coordination of pulling the fiber optic cable within the previously installed conduit. The duration of this task is anticipated to be no more than 30 days of active construction, with four site visits included. Task 2: Yard Waste Driveway Improvements The prior authorization for the design, permitting and construction of the driveway improvements included services during construction; however, since the piping components were constructed independently of the driveway improvements, additional services are required to accommodate services during construction of the driveway. This task includes the stormwater, paving, grading and carrier pipe improvements associated with the driveway. This task assumes a level of effort of 4 hours per week of field time for the 80 -business day construction duration (16 weeks) estimated by the contractor, as well weekly progress meetings, shop drawing reviews, regulatory coordination, and permit closeout. Task 3: Automated Scale Improvements The County has purchased an additional inbound scale to allow for automated use by contract haulers. The project is fully designed and permitted (separate authorization). The original authorization included services during construction. Over the course of the year or so since the County purchased the scale, the Consultant partially expended the construction budget for scale Page 2 of 6 delivery coordination, site visits, building permit support and general coordination. This task supplements the budget spent that was not anticipated in the original scope of services. Task 4: Canal Regrading Design and Permitting This task includes regrading of approximately 540 linear feet of the north IRFWCD canal bank along the extents of the yard waste processing area. IRFWCD has requested a 1:1 slope for maintenance needs, and that SWDD restore the canal cross section to the narrower, original design profile. Survey collected in the prior design effort should be suitable to support this design and therefore, no additional survey is included herein. This task also includes permit coordination with IRFWCD and modification of the existing permits. IRFWCD has indicated that no additional permit fees will be required to facilitate the modification; however, should permit application fees be required, SWDD will pay the fees directly. This task will also include the minor regrading of the canal crossing to accommodate the change from 43" ERCP to 48" ERCP to provide the contractor with proper grading elevations, tie in points and stormwater connection. Task 5: Swale Modification Design and Permitting The County has coordinated a utility easement with NoPetro for the landfill gas line tha twill connect the County's blower skid to NoPetro's renewable natural gas project through the yard waste processing area. The easement that has been identified is in conflict with the County's existing stormwater swale. This task provides for design services to realign the swale and corresponding canal outfall structure to avoid the easement. This task will also include the additional services during construction. Construction is anticipated to span 8 weeks, and the Consultant has included an average of 4 hours per week for site visits, progress meetings, and responding to the Contractor's requests for information or clarification. SWDD will utilize the contractor already on site to perform this work. No bidding services are included. The Consultant will also review shop drawings and pay applications during this period. Task 6: SCADA Coordination (Not -to -Exceed) The County has previously authorized the design of fiber conduit to connect the new blower skid, leachate evaporator and leachate tank, and is in the process of coordinating the installation of the fiber and integration of the equipment into the SCADA system. This task provides for as - needed coordination between the various parties on a not -to -exceed basis (upon County request only). Page 3 of 6 EXHIBIT B FEE SCHEDULE Kimley-Horn will perform Tasks 1 through 6 for the total lump sum fee below (Task 6 is Not -to - Exceed). Individual task amounts are informational purposes only. All permitting, application, and similar project fees will be paid directly by the County. Task No. Task Task Fee Task 1 Leachate Tank Control Panel $ 7,539 Task 2 Yard Waste Driveway Improvements $ 28,350 Task 3 Automated Scale Improvements $ 9,744 Task 4 Canal Regrading and Permitting $19,362 Task 5 Swale Modifications and Permitting $ 47,628 Task 6 SCADA Coordination of -to -Exceed $ 10,836 TOTAL LUMP SUM FEE $ 123,459 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. Payment will be due per the contract terms. 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: • Design or redesign services • Threatened and endangered species services (i.e. gopher tortoise) • Permitting Page 4 of 6 DESCRIPTION: DIRECT LABOR MAN-HOURS Additional Design, Permitting and Services during Construction PRINC SEN PROF REG PROF SEN DES/ P2 Admin/ Accounting Labor Total Dir Exp (5%) LINE TOTAL NO. TASK 1 Leachate Tank Control Panel Shon Drawin s 0 4 0 2 0 $ 1,400 $ 70.00 $ 1,470.00 Field Visits 4 0 4 0 4 0 $ 1,720 $ 86.00 $ 1,806.00 RFIs 0 4 0 8 0 $ 2,360 $ 118.00 $ 2,478.00 General Coordination 0 2 4 2 0 $ 1,700 $ 85.00 $ 1,785.00 2 Yard Waste Driveway Improvements Field Visits 4 hrs/wk, 16 wks 4 8 4 64 0 $ 14,440 $ 722.00 $ 15,162.00 Shop Drawings and Clarifications 4 4 4 16 0 $ 5,680 $ 284.00 $ 5,964.00 Weekly Meetings 0 16 0 16 0 $ 6,880 $ 344.00 $ 7,224.00 3 Automated Scale Improvements Shop Drawings, Field Visits, Coordination 4 8 16 16 0 $ 9.280 $ 464.00 $ 9,744.00 4 Canal Regrading Design and Permitting Design 4 12 8 48 0 $ 13,800 $ 690.00 $ 14,490.00 IRFWCD Permit Coordination 4 8 0 8 0 $ 4,640 $ 232.00 $ 4,872.00 5 Swale Modification Design and Permitting Design 8 16 16 40 0 $ 16,480 $ 824.00 $ 17,304.00 IRFWCD Pernitting 4 8 4 8 0 $ 5,480 $ 274.00 $ 5,754.00 IRC Stormwater Permit Modification 4 8 4 12 0 $ 6.120 $ 306.00 $ 6,426.00 Construction Phase Services 8 weeks 8 16 24 32 4 $ 17.280 $ 864.00 $ 18,144.00 6 SCADA Coordination Not -to -Exceed 0 24 0 24 0 $ 10,320 $ 516.00 $ 10,836.00 TOTAL HOURS 44 142 84 300 4 $ 117,580 $ 5,879 $ 123,459 LABOR($/HOUR) $ 300 $ 270 $ 210 $ 160 $ 100 - - - SUBTOTAL $ 13,200 $ 38,340 $ 17,640 $ 48,000 $ 400 Page 5 of 6 EXHIBIT C TIME SCHEDULE Project Schedule will be dictated by contractor, but is anticipated to span from May 2024 through November 2024. Page 6 of 6