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