Loading...
HomeMy WebLinkAbout06.b.02.b CA Kimley-Horn SA No. 1 Hypo Building Repairs Assessment EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement No. 1 with Kimley-Horn and Associates, Inc. (Kimley-Horn) to RFQ No. 2023/2024-A01 Civil and Environmental Professional Engineering Services Agreement for the Ridgecrest Water Treatment Plant (WTP) Sodium Hypochlorite Building Repairs Assessment Project No.: 1102-0052 Date: May 15, 2025 BACKGROUND: Staff members at the Ridgecrest WTP have been monitoring the progression of cracks observed in the structural columns of the sodium hypochlorite building. These cracks have been increasingly concerning, prompting CCUA to engage the services of Kimley-Horn to conduct a thorough assessment of the structural integrity and evaluate the damage. The scope of this professional engineering contract will encompass a comprehensive site visit, during which engineers will inspect the affected areas and gather data essential for analysis. Following this initial assessment,Kimley-Horn will prepare a detailed summary that outlines its findings and recommendations. Additionally, they will develop construction documents required for effective repair work. Kimley-Horn is expected to complete this project within 52 days from the issuance of the Notice to Proceed. This expedited schedule highlights the urgency of addressing structural issues to maintain the safe operation of the sodium hypochlorite building. BUDGET: Staff determined the fee of$21,840 for professional services is fair,competitive,and reasonable. $633,350 has been allocated for subcontractors in the FY2024/2025 operating budget. RECOMMENDATION: Staff respectfully requests the Board of Supervisors' approval of Supplemental Agreement No. 1 with Kimley-Horn and Associates, Inc., to RFQ No. 2023/2024-A01 Civil and Environmental Professional Engineering Services Agreement for the Ridgecrest Water Treatment Plant Sodium Hypochlorite Building Repairs Assessment. ATTACHMENTS: Supplemental Agreement No. 1 Scope of Services and Fee //JM/LB (Author) //AE, AW(Review) //AE(Final) Supplemental Agreement No. 1 to RFQ 2023/2024-A01 Civil and Environmental Professional Engineering Services Agreement for the Ridgecrest WTP Sodium Hypochlorite Building Repairs Assessment CCUA Project No. 1102-0053 Engineer: Kimley-Horn and Associates, Inc. Owner: Clay County Utility Authority 12740 Gran Bay Parkway West Suite 2350 Jacksonville Beach, Florida 32250 Date: May 20, 2025 Item Description of Services Fee Task 1 Site Visit and Summary memorandum $7,220.00 Task 2 Construction Document Development $14,620.00 Total (Price Not to Exceed without Prior Authorization) $21,840.00 This document along with the attached scope and fee proposal shall become an amendment to the RFQ 2023/2024-A01 Civil and Environmental Professional Engineering Services and all provisions of the Agreement will apply hereto. Accepted by: Date: Engineer: Joseph P. Mecca, PE Senior Vice President Kimley-Horn and Associates, Inc. Accepted by: Date: Owner: Jeremy D. Johnston, MBA, PE Executive Director Clay County Utility Authority Supplemental Agreement No. 1 SCOPE OF SERVICES CLAY COUNTY UTILITY AUTHORITY CCUA RIDGECREST WTP-HYPOCHLORITE BUILDING RFQ NO.2023/2024-A01 Pursuant to the Agreement for Continuing Professional Services between Kimley-Horn and Clay County Utility Authority(CCUA) effective August 19, 2024, Kimley-Horn is please to submit the following scope of services. Project Understanding Kimley-Horn was contacted by CCUA related to cracking in the hypochlorite building masonry columns at the Ridgecrest Water Treatment Plant(WTP) located at 1082 Camp Francis Johnson Road, Orange Park, FL 32065("Subject Property"). Kimley-Horn understands the masonry column cracks were first observed by the Client approximately three years ago. Kimley-Horn performed a preliminary review of the cracks on February 27th, 2025. CCUA has requested Kimley-Horn provide professional engineering services for the assessment of the observed repairs and the preparation of construction repair documents. SCOPE OF SERVICES The following scope of services will address the repair of the hypochlorite building's masonry columns. The scope includes the following Tasks: Task 1 Site Visit and Summary Memorandum Task 2 Construction Document Development Task 1 —Site Visit and Summary Memorandum 1.1 Site Visit: Kimley-Horn will visit the Subject Property one (1)time to perform a limited condition assessment and slab evaluation mapping of the existing hypochlorite building. Kimley-Horn will utilize a ZipLevel to measure relative spot elevations across the building slab. Measurements will be taken across the interior foundation,with elevation comparisons at adjacent columns. No destructive testing or removal of finishes will be completed as part of this task. 1.2 Summary Memorandum: Kimley-Horn will summarize the findings from the assessment in a memorandum which will include a summary of findings, conclusions, general repair recommendations, and representative photographs from the assessment.The report will be provided in portable document format(PDF)and digitally signed and sealed by a professional engineer licensed in the state of Florida. 1.3 Review Meeting: Kimley-Horn will coordinate up to 1 review meetings to review the summary memorandum with CCUA.A meeting summary will be developed following the meeting and provided via email to attendees. Task 1 Deliverables: • Summary Memorandum • Meeting Summary Task 2—Construction Document Development 2.1 60% Design: Kimley-Horn will utilize the information collected in Task 1 to prepare 60%design plans for the repairs of the masonry columns/foundation. 60%design plans are anticipated to include crack repair details for the masonry columns, expandible grout injection in areas where the foundation is determined to be settling,technical specification (in the form of general notes), and repair of corroded reinforcement(if required).A site plan will be prepared using imagery available online using Google Earth or Nearmap Imagery.A repair location map will be created using a combination of available as-built information and measurements collected in the Task 1 site visit.The submittal will include an opinion of probable cost(OPC). 2.2 Final Design: Kimley-Horn will prepare a final set of construction plans for review.The final construction plans will consist of the components from the 60% plans; and incorporate CCUA review comments.The submittal will include an OPC. 2.3 Design Review Meetings: Kimley-Horn will coordinate up to 2 design review meetings consisting of a 60%design review and the final design review.A meeting summary will be developed following each meeting and provided via email to attendees. Task 2 Deliverables: • 60% Design Plans and OPC • Final Design Plans and OPC o Final Design Plans will be delivered in PDF format, signed and sealed by a professional engineer licensed in the state of Florida • Meeting Summary Additional Services if required: Services requested that are not specifically stated in the scope of work described herein can be provided under a new and separate IPO agreement or can be performed on an hourly basis upon written authorization.Additional services may include: - Permitting Assistance - Bid Phase Services - Limited Construction Phase Services Assumptions and Clarifications 1. No survey will be obtained by Kimley-Horn as part of this project. 2. No repairs to the roof framing system will be required. No damage was observed during the site visit on February 27th, 2025. 3. The repair documents are limited to the masonry columns and foundation (as required). 4. Kimley-Horn is entitled to rely on the completeness and accuracy of all information provided by CCUA. 5. Kimley-Horn has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Kimley-Horn at the time of submittal and represent only Kimley-Horn's judgement as a design professional familiar with the construction industry. Kimley-Horn cannot, and does not, guarantee that proposals, bids, or actual construction costs will not vary from the opinions of probable costs. 6. Kimley-Horn has no control over the actions of jurisdictional agencies or other parties. Opinions as to the status of permits and entitlements or their suitability for any specific purpose and as to the probability and timeframe for approvals are made solely on the basis of information available at limited research conducted. Kimley-Horn does not guarantee that the outcome of permits and entitlement or with suitability will not vary from its opinions or that all issues affecting the site have been investigated. 7. Kimley-Horn does not guarantee the issuance of permits or approvals. If permits are issued for this project, the conditions and expiration dates are the sole responsibility of CCUA. Kimley-Horn is not responsible for extending time limited entitlements or permits. Kimley- Horn can provide services to file for extensions, if applicable, provided CCUA issues a direct written request for each requested entitlement or permit, prior to the dates of expiration. Delivery Summary Task Deliverable Summary Memorandum Task 1 Meeting Summary 60% Design Plans and OPC Task 2 Final Design Plans and OPC Meeting Summary Method of Compensation Kimley-Horn will perform the services in Tasks 1-2 for the total lump sum fee below. Individual task amounts are informational only. All permitting, application, and similar project fees will be paid directly by the Client. Monthly progress payments will be made based upon percentage completion of applicable tasks during the invoice period. TASK CONSULTANT SERVICES(LUMP SUM) Fee 1 Site Visit and Summary Memorandum $7,220.00 2 Construction Document Development $14,620.00 TOTAL LUMP SUM AMOUNT $21,840.00 Schedule Kimley-Horn will provide services as expeditiously as practicable with the goal of meeting the following schedule tentative schedule. Services will be complete no later than 52 days from issuance of Notice to Proceed (NTP). Duration Start day Completion Task from NTP days from Days NIP Task 1 —Site Visit and Summary Memorandum i 14 10 24 Task 2—Construction Document Development 28 24 52 Project Completion 52 Days from NTP