HomeMy WebLinkAbout2005-020 ORIGINAL
WORK ORDER NUMBER 1 05� (!:) Zo
This Work Order Number 1 is entered into as of this 4th day of
January 2005 pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of August 10 , 2004 ("Agreement") , by and
between Indian River County Solid Waste Disposal District , a political subdivision of the
State of Florida (" SWDD ") and Camp Dresser & McKee Inc . (" Consultant") ,
The SWDD has selected the Consultant to perform the professional services set
forth on Attachment A , attached to this Work Order and made part hereof by this
reference . The professional services will be performed by the Consultant for the
project budget set forth in Attachment B , attached to this Work Order and made a part
hereof by this reference . The Consultant will perform the professional services within
the project schedule more particularly set forth in Attachment C , 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 INDIAN RIVER COUNTY
Camp Dresser & McKee Inc . SOLID WASTE DISPOSAL DISTRICT
By : By .S' . s
Thomas S . Low �hrp�� ~ftthrl
Alex H . Makled , P . E . , DEE BCC ALKB d }` Q4 -
Senior Vice President Atte o :Cl Ort.
B
Deputy Clerk
Approved : '
J eph A Baird , County Administrator
r ve o form and le al sufficiency :
I E . ell , ssist ounty A orney
IndianRiverC pp oved Date
SWDD DIR .
flN
BUDGET 12
LEGAL
RISKMGR .
mM 870.doc
ADMIN . 7-55T
i
i
ATTACHMENT A
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D CELL EXPANSION - 2004-2005
PROTECT UNDERSTANDING
The Construction and Demolition (C&D) Operations permit requires renewal every 5 years .
This project is for the renewal of the permit with updates of the operations and training plan.
The recent hurricanes have dramatically increased the amount of C&D debris being placed in
the current cell. This project will seek a second lateral expansion of the existing C&D Cell. This
expansion will be approximately 300 feet to the north and will provide 3 . 7 acres of cell yielding
approximately 225,000 cubic yards of additional capacity . The value of this airspace based on
the current tipping fees is in excess of $3 million.
This project is to provide permitting services which are required including:
Task 1 - C&D Landfill Operations Permit Renewal
Task 2 - Construction Permit for Second Lateral C&D Expansion
Task 3 - Construction and Bid Documents
Task 4 - Bidding Services
Task 5 - General Services during Construction
CDM will coordinate with Indian River County (IRC) Solid Waste Disposal District (SWDD) in
order to provide timely execution of each portion of this project.
TASK 1 - C&D LANDFILL OPERATIONS PERMIT RENEWAL
The C&D landfill operations permit expires every five years . The permit renewal package
contains updated information required by Florida Department of Environmental Protection
(FDEP) such as updated site plan, operations plan, and training plan. CDM will prepare and
submit the renewal package prior to the permit expiration date . CDM will answer one FDEP
request for additional information.
TASK 2 -CONSTRUCTION PERMIT FOR SECOND LATERAL C&D EXPANSION
Under this task, CDM will prepare design drawings for the second lateral C&D expansion
construction which are required for the FDEP permit application package . The design will be
consistent with the original design and first lateral expansion and will meet Chapter 62-701
requirements.
A-1 mh1870.dx
This will be a substantial modification of the current FDEP C&D Landfill permit. As much as
possible, detailed information will be used from the previous application submitted in 2001 and
the permit application above to eliminate duplication of effort.
Subtask 2. 1 - Preparation of Permitting Plans
A major part of the application will be the preparation of engineering plans . Plan sheets
submitted in the construction permit application will be completed with sufficient detail
to provide reasonable assurance to the FDEP that the stormwater system and other
components will meet all regulatory requirements and function as designed to provide
effective environmental protection for the long-term.
The plans will consist of a revised site plan and revisions to the original design figures
submitted to IRC SWDD and FDEP. It is not anticipated that a change to the onsite
stormwater permit will be necessary for this construction.
Expanding the C&D unlined landfill to the north moves the limits of the landfill into a
pine wooded upland area . A tree removal permit as well as an administrative site plan
permit will be required by IRC Planning and Zoning Department,
Subtask 2.2 -Preparation of " Permit To Construct" Application for the Lateral Expansion of the
C&D Landfill
The "permit to construct" application consists of the four page Chapter 62-701 . 900(6)
Florida Administrative Code (F. A . C. ) checklist and all other supporting information.
The major information for the permit application are the design plans, operation plan
modifications, groundwater monitoring plan modifications, closure plan modifications,
and financial assurance documentation revisions . No additional geotechnical work is
anticipated. If organic soils are encountered they will be required to be over excavated
and backfilled with clean common fill. If any geotechnical work is warranted, it will be
budgeted at that time . The applicant must complete Attachments A, B, C, and H of the
application. The anticipated effort required for each of the parts is described in the
following paragraphs .
Attachment Al consists of the site plan. The original site plan will be updated to reflect
the lateral expansion.
Attachment A2 is unchanged .
Attachment A3 of the permit application reflects the results of the hydrogeological
investigation for the site . Much of the hydrogeological information for the site can be
taken from the hydrogeological report submitted with the 1998 C&D permit application.
This information will only need to be updated.
-- — Attachment $ information is-ars operations- plan-which describes in detail -the-operations, -- -
safety, and training procedures which are used on a daily basis to minimize the risk of
environmental degradation. It is expected that some modification of the operating plan
A-2 mh1870. doc
i 1
may be required for this lateral expansion indicating changes in the compaction and
grading plan .
Attachment C describes the water quality monitoring plan for the site . A comprehensive
report describing hydrogeology and the groundwater monitoring system was prepared
and submitted in 1998 . It is likely that two groundwater monitoring well clusters will
need to be added for this expansion.
Attachment H is a requirement to provide financial assurance for closure and for 5 years
of long-term care . A detailed closure cost estimate for the C&D Landfill closure and a
sinking fund financial analysis to determine revised annual deposits to a landfill closure
escrow account based on the remaining airspace must be performed and included in the
submittal. CDM will also modify the detailed cost estimate for operation and
maintenance cost of the C&D Landfill . The financial responsibility analysis will be
submitted to IRC Public Utilities Department for evaluation and comment prior to client
review of the permit application due to the financial implications of the new
construction and post-closure period .
Subtask 2.3 - Engineers Estimate of Probable Cost
CDM will prepare an estimate of probable cost based on the design plans and figures .
The estimate will be based on quantities of materials shown on the plans and unit prices
from recent project bid tabulations . The cost estimate will be developed in spreadsheet
format and provided to IRC after submittal of the "permit to construct" to FDEP.
Subtask 2.4 - Client Review Meetings
CDM will meet with the SWDD monthly to keep SWDD informed on the progress of the
project and to discuss design issues which require client input. The meetings will be
held either in the CDM Vero Beach office or at the IRC Administrative Complex . CDM
will prepare project status reports on the progress of the project and agendas for the
project meetings .
Subtask 2. 5 - Responses to FDEP Request for Additional Information
It is anticipated that the FDEP may request additional information to evaluate the
design. CDM' s budget provides for preparation of one set of responses for additional
information under this task. It is anticipated that this will require about 30 days
depending on the number and complexity of FDEP comments . Responses to FDEP
comments will be in the form of letter reports with attached supplemental information.
TASK 3 - CONSTRUCTION AND BID DOCUMENTS
This task consists of the development of plans, specifications, and Contract Documents
recessary-to advertise-the -constructier-project- to-bid.--- ---- - -- - - -- --- — --
A-3 mh1870.doc
Subtask 3 .1 CDM will prepare detailed contract drawings for the construction of the second
lateral expansion of the C&D debris landfill. These drawings will provide
information on both the existing conditions and the proposed C&D debris cell. The
following is a preliminary list of drawings that is required for the construction
contract.
■ Cover Sheet/ Location Map
■ Drawings Index, Legend and Symbols and Abbreviations
■ Site Plan
■ Expansion Area Plan
■ General/ Special Details and Cross Sections
A total of approximately five drawings will be required.
Subtask 3 .2 CDM will prepare specifications, utilizing the EJCDC/ CSI format, which will
consist of written technical descriptions of materials, equipment, construction
systems, standards, and workmanship as applied to this project.
TASK 4 - BIDDING ASSISTANCE SERVICES
In this task, CDM will assist IRC in obtaining bids for the construction of the project, assist IRC
in evaluating the bids, and in assembling and awarding the contract and will arrange and
preside over a prebid and a preconstruction conference . CDM recommends advertising the
project to bid after all of the necessary permits are in place .
CDM will provide 15 sets of drawings and contract documents to IRC . IRC will advertise for
bids and provide the documents to prospective bidders . CDM reserves the right to request
additional compensation should the number of sets exceed 15 .
Subtask 4.1 CDM will coordinate the advertisement of the bid, respond to communications
from Contractors, attend a prebid conference, and issue addenda, as necessary .
Subtask 4.2 CDM will attend the bid opening, evaluate bids, and recommend a bidder for
Award of Contract to IRC .
Subtask 4 .3 After issuance of a Notice of Award by IRC, CDM shall assist IRC in preparing
the construction contract, request and review information from the Contractor,
and advise IRC on finalizing the contract.
TASK 5 - GENERAL SERVICES DURING CONSTRUCTION
CDM will provide services during construction for ffie second lateral expansion of the C&D cell
on an as-needed basis . The construction scope of services presented as subtasks 5 .1 and 5 . 2 are
based on the estimated time to perform the proposed lateral expansion.
A-4 mh1870. doc
Under this task, CDM will provide general engineering services during construction for the
estimated 2-month construction period (45 days to substantial completion and 60 days to final
acceptance) on an as-needed basis . General services include contract assembly and execution,
contract administration, project progress meetings, periodic site visits, shop drawing review,
issue clarifications, review of contractor' s pay requests, final inspections, certification of
substantial completion, preparation of change orders, preparation of record drawings, and
certification of completion for FDEP.
Subtask 5 . 1 - Services during Construction
A . CDM will consult with, advise, and act as IRC representative as provided in the
Agreement between Owner and Contractor. CDM will consult with and advise
IRC as to the acceptability of substitute materials and equipment proposed by
the Contractor when substitution is permitted by the Contract Documents ,
B . CDM will make visits to the site at intervals appropriate to the various stages of
construction to observe the progress and quality of the executed work of the
Contractor and to determine in general if such work is proceeding in accordance
with the Contract Documents. During such visits and on the basis of on-site
observations, CDM shall keep IRC informed of the progress of the work, shall
endeavor to guard IRC against defects and deficiencies in such work and may
disapprove or reject work as failing to conform to the Contract Documents .
C . CDM will review and approve shop drawings and samples, the results of tests
and inspections and other data which the Contractor is required to submit.
D . CDM will issue IRC instructions to the Contractor and issue necessary
interpretations and clarifications of the Contract Documents . CDM will have
authority as IRC' s representative to require special inspection or testing of the
work. Act as initial interpreter of the requirements of the Contract Documents
regarding the execution and progress of the work .
E . Based on the CDM' s on-site observations and on review of applications for
payment and the accompanying data and schedules, CDM will determine the
amounts owing to the Contractor and recommend in writing payments to the
Contractor in such amounts .
F . CDM will conduct a substantial completion inspection and a final inspection to
determine if the work has been completed in accordance with the Contract
Documents . Also included is the FDEP site inspection upon final completion of
the work.
G . CDM will undertake project quality management to meet budget and time
constraints; generate correspondence to IRC, Contractor, regulatory agencies,
and other parties; prove e monffily project status repor s; prepare monthly
progress meeting minutes; and maintain comprehensive project records and
documentation on file . The level of work estimated for this project is based on a
A-5 mh1870.doc
60-day construction period . CDM reserves the right to request additional
compensation should construction extend beyond the 60-day period .
Activities performed under these tasks consist of supplementary and special
engineering services required during the construction and implementation of the
project.
H. Prepare for IRC a set of reproducible record drawings showing those significant
changes made during the construction process based on information furnished to
CDM by the Contractor.
I . Provide services in connection with preparing change orders to reflect changes to
the construction project. A maximum of two change orders are budgeted
incorporating an estimated three items per change order .
J , Provides services in connection with preparing final certifications of completion
of construction. This includes the preparation of the comprehensive quality
assurance documentation and report for certification of project completion. The
Engineer' s certifiace of final completion is required by the FDEP before waste can
be placed in the cell.
Subtask 5 .2 - Resident Services during Construction
The activities performed under this task consist of providing resident representation
during the construction and implementation of the project. These services will be
provided on an as-needed basis by CDM .
A. Activities performed under this task consist of furnishing a part-time Resident
Project Representative (RPR) to observe the performance of the work of the
Contractor. The level of work estimated for this project is 32 man-hours of
resident project representative time. CDM reserves the right to request additional
compensation, should the RPR hours exceed the 32 budgeted hours .
The Contractor will be required to provide survey services for laying out the
work, setting benchmarks, and establishing construction grades . If, in the
opinion of the RPR, surveying services are needed to verify the Contractor' s
compliance with the plans and specifications, these additional surveying services
shall be contracted directly by IRC . Coordination of CDM for surveying services
to verify grades and locations will be included in a proposal for additional
services
Be The RPR as CDM' s agent will act as directed by and under the supervision of
CDM, and will confer with CDM regarding his actions . The RPR' s dealings in
matters regarding the on-site work shall in general be only with CDM and the
_ ContractoY; on y-bcythrou r wi e,--
full knowledge of the Contractor . Written communication with IRC will be only
through or as directed by CDM .
A-6 mhl M.doc
C . The RPR will prepare daily reports describing the general working conditions,
areas of construction activity, tests performed, and special and unusual events .
D . The duties and responsibilities and the limitations of the authority of the RPR are
as follows.
RESIDENT PROTECT REPRESENTATIVE
The Resident Project Representative (RPR) is the Engineer' s agent at the site, will act as directed
by and under the supervision of the Engineer, and will confer with the Engineer regarding
RPR' s actions . RPR' s dealings in matters pertaining to onsite work shall in general be with the
Engineer and the Contractor keeping the CLIENT advised as necessary. RPR' s dealings with
Subcontractors shall only be through or with the full knowledge and approval of the
Contractor. RPR shall generally communicate with the CLIENT with the knowledge of, and
under the direction of the Engineer.
DUTIES AND RESPONSIBILITIES
The duties and responsibilities of the RPR include the following:
1 . Schedules :
a . Review the progress schedule, schedule of shop drawing submittals, and
schedule of values prepared by CONTRACTOR and consult with CDM
concerning acceptability.
2. Conferences and Meetings:
a . Attend meetings with the CONTRACTOR, such as preconstruction
conferences, progress meetings, job conference, and other project-related
meetings, and prepare and circulate copies of minutes thereof.
3 . Liaison:
a. Serve as CDM' s liaison with the CONTRACTOR, working principally
through CONTRACTOR' s superintendent and assist in understanding
the intent of the Contract Documents .
b . Assist CDM in serving as the COUNTY' s liaison with the CONTRACTOR
when the CONTRACTOR' s operations affect the COUNTY' s on-site
operations . Assist in obtaining from the COUNTY additional details or
information, when required for proper execution of the work.
4 . Shop Drawings and Samples:
a . Record date of receipt of shop drawings and samples.
b . Receive samples which are furnished at the site by the CONTRACTOR
and notify CDM of availability of samples for examination.
C , Advise CDM and the CONTRACTOR of the commencement of any work
requiring a shop drawing or sample, if the submission has not been
approved by CDM.
5 . Rejection of defective Work, Inspections and Tests :
A-7 mh1 B70.doc
a . Conduct on-site observations of the work in progress to assist CDM in
determining if the work is in general proceeding in accordance with the
Contract Documents .
b . Report to CDM whenever the RPR believes that any work is
unsatisfactory, faulty or defective or does not conform to the Contract
Documents; or has been damaged, or does not meet the requirements of
any inspection, test or approval required to be made; and advise CDM or
work that RPR believes should be corrected or rejected or should be
uncovered for observation, or required special testing, inspection or
approval.
C , Verify that tests, equipment and systems start-ups and operating and
maintenance instructions are conducted in the presence of appropriate
personnel, and that the CONTRACTOR maintains adequate records
thereof; and observe, record and report to CDM appropriate details
relative to the test procedures and start-ups .
d. Accompany visiting inspectors representing public or other agencies
having jurisdiction over the Project, record the outcome of these
inspections, and report to CDM .
6. Interpretation of Contract Documents :
a . Report to CDM when clarifications and interpretations of the Contract
Documents are needed and transmit to the CONTRACTOR clarifications
and interpretations as issued by CDM.
7. Modifications :
a . Consider and evaluate the CONTRACTOR' s suggestions for
modifications to the drawings or specifications and report with the RPR' s
recommendations to CDM. Transmit to the CONTRACTOR decisions as
issued by CDM .
8 . Records :
a . Maintain, at the job site, orderly files for correspondence, reports of job
conferences, shop drawings and samples, reproductions of original
Contract Documents including all Work Directive Changes, Addenda,
Change Orders, Field Orders, additional drawings issued subsequent to
the execution of the Contract, CDM' s clarifications and interpretations of
the Contract Documents, Progress Reports, and other Project-related
documents.
b. Keep a diary or log book, recording CONTRACTOR hours on the job site,
weather conditions, data relative to questions of Work Directive Changes,
Change Orders, or changed conditions, list of job site visitors, daily
activities, decision, observations in general, and specific observations in
more detail as in the case of observing test procedures; and send copies to
CDM4
c . Recor names, ad resses, and telephone numbers of all contractors,
subcontractors and major suppliers of materials and equipment.
A-8 mh 1870.doc
9 . Reports :
a . Furnish CDM periodic reports as required of progress of the work and of
the CONTRACTOR' s compliance with the progress schedule and
schedule of shop drawing and sample submittals .
b. Consult with CDM in advance of scheduled major tests, inspections or
start of important phases of the work.
C , Draft proposed Change Orders and Work Directive Changes, obtaining
backup material from the CONTRACTOR and recommend to CDM
Change Orders, Work Directive Changes, and Field Orders .
d. Report immediately to CDM and the COUNTY upon the occurrence of
any accident.
10. Payment requests :
a . Review applications for payment with the CONTRACTOR for
compliance with the established procedure for their submission and
forward with recommendations to CDM, noting particularly the
relationship of the payment requested to the schedule of values, work
completed and materials and equipment delivered at the site, but not
incorporated in the work.
11 . Certificates, Maintenance and Operation Manuals :
a . During the course of the work, verify that certificates, maintenance and
operation manuals and other data required to be assembled and
furnished by CONTRACTOR are applicable to the items actually installed
and in accordance with the Contract Documents, and have this material
delivered to CDM for review and forwarding to the COUNTY prior to
final payment of the work .
12. Completion:
a . Before CDM issues a Certificate of Substantial Completion, submit to the
CONTRACTOR a list of observed items requiring completion or
correction.
b. Conduct final inspection in the company of the COUNTY, CDM, and the
CONTRACTOR, and prepare a final list of items to be completed or
corrected.
C , Observe that all items on final list have been completed or corrected and
make recommendations to CDM concerning acceptance.
1 . LIMITATIONS OF AUTHORITY
1 . Project Representative shall have limitations as follows:
a . Shall not authorize any deviation from the Contract Documents or
substitution of materials or equipment, unless authorized by CDM.
b . Shall not exceed limitations of CDM' s authority as set forth in the
Agreement of the Contract Documents .
C, Shall not undertake any of the responsibilities of the CONTRACTOR,
subcontractors or the CONTRACTOR' s superintendent.
A-9 mht 870. doc
d . Shall not advise on, issue directions relative to, or assume control over
any aspect of the means, methods, techniques, sequences, or procedures
of construction unless such advice or directions are specifically required
by the Contract Documents .
e . Shall not advise on, issue directions regarding, or assume control over,
safety precautions and programs in connection with the work.
f. Shall not accept shop drawing or sample submittals from any one other
than the CONTRACTOR.
g. Shall not authorize the COUNTY to occupy the Project in whole or in
part.
h. Shall not participate in specialized field or laboratory tests or inspections
conducted by others except as specifically authorized by CDM.
A-10 mh1870.doc
ATTACHMENT B-1
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D EXPANSION - 2005
PROJECT
DESCRIPTION : IRC SWDD Second Lateral C&D Expansion - 2005
Task 1 . 0 - C&D Landfill Permit Renewal
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor CategrX Hours Rate Total
Officer 1 $160 $160
Associate / Principal (ENEV-7/ 8) 2 $140 $280
Engineer (ENEV-5/ 6) 48 $120 $5,760
Engineer (ENEV-1 / 2) 40 $90 $3,600
Senior Support 20 $90 $1,800
Staff Support 14 $75 $1 ,050
Project Administration 36 $65 $2,340
Total Hours 161
Total Salary Cost $14,990
Other Direct Costs : $1,130
Total Estimated Fee 16120
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $16,120 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-1 mh1870. doc
ATTACHMENT B-2
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D EXPANSION - 2005
PROJECT
DESCRIPTION: IRC SWDD Second Lateral C&D Expansion - 2005
Task 2 . 0 - C&D construction Permit
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Total
Officer 2 $160 $320
Associate/ Principal (ENEV-7/ 8) 6 $140 $840
Engineer (ENEV-5/ 6) 62 $120 $7,440
Engineer (ENEV-1 / 2) 72 $90 $6,480
Senior Support 20 $90 $1 ,800
Staff Support 74 $75 $5,550
Project Administration 44 $65 $2,860
Total Hours 280
Total Salary Cost $25,290
Other Direct Costs : $1 ,900
Total Estimated Fee27190
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $27,190 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-2 mh1870. doc
ATTACHMENT B-3
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D EXPANSION - 2005
PROJECT
DESCRIPTION: IRC SWDD Second Lateral C&D Expansion - 2005
Task 3 - Construction and Bid Documents
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Total
Officer 2 $160 $320
Associate/ Principal (ENEV-7/ 8) 4 $140 $560
Engineer (ENEV-5/ 6) 16 $120 $1 ,920
Engineer (ENEV-1 / 2) 40 $90 $3, 600
Senior Support 8 $90 $720
Staff Support 32 $75 $2,400
Project Administration 56 $65 $3,640
Total Hours 158
Total Salary Cost $13,160
Other Direct Costs : $990
Outside Professionals : $3,500
Total Estimated Fee 517,650
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $17,650 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-3 mh1870.doc
ATTACHMENT B-4
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D EXPANSION - 2005
PROJECT
DESCRIPTION: IRC SWDD Second Lateral C&D Expansion - 2005
Task 4 - Bidding Assistance Services
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Total
Officer 1 $160 $160
Associate/ Principal (ENEV-7/ 8) 2 $140 $280
Engineer (ENEV-5/ 6) 32 $120 $3,840
Engineer (ENEV-1 / 2) 44 $90 $3,960
Senior Support 4 $90 $360
Staff Support 14 $75 $1 ,050
Project Administration 24 $65 $1 ,560
Total Hours 121
Total Salary Cost $11 ,210
Other Direct Costs : $850
Total Estimated Fee $12.4-06-0
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $12,060 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B4 mh1870. doc
ATTACHMENT B-5
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D EXPANSION - 2005
PROJECT
DESCRIPTION: IRC SWDD Second Lateral C&D Expansion - 2005
CONTRACT Task 5 - General Services during Construction
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Total
Associate/ Principal (ENEV-7/ 8) 2 $140 $280
Engineer (ENEV-5/ 6) 24 $120 $2,880
Engineer (ENEV-1 / 2) 56 $90 $5 ,040
Senior Support 18 $90 $1 ,620
Staff Support 28 $75 $2,100
Project Administration 4 $65 $260
Total Hours 132
Total Salary Cost $12,180
Other Direct Costs: $1 ,520
Total Estimated Fee 13 700
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $13,700. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-5 mh1870. doc
ATTACHMENT B-6
PROJECT BUDGET SUMMARY
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D CELL EXPANSION - 2004-2005
Principal/ Engineer Engineer Senior Staff Project Total
Task/Description Officer Associate 5/6 1 /2 Support Support Admin Hours
$ 160 $ 140 $ 120 $90 $90 $75 $65
Task 1 — C D Landfill Permit Renewal 1 2 32 24 12 8 24 103
1 . 1 — Rec uest for Additional Information 0 0 16 16 8 6 12 58
Subtotal Task 1 1 2 48 40 20 14 36 161
Task 2 — Design and Permitting Services
2 . 1 — Pre aration of Permitting Plans 2 2 6 12 20 40 8 90
2 .2 — Pre )aration of " Permit To Construct" Application 0 0 12 12 0 8 16 48
2 . 3 — Inds 3n River County Site Plan Permit 0 0 8 12 0 16 8 44
2.4 — Enc sneers Estimate of Probable Cost 0 4 12 8 0 0 8 32
2 .5 — Clie nt Review Meetings 0 0 16 16 0 8 2 42
2.6 — Responses to FDEP Request for Additional Information 0 0 8 12 0 2 2 24
Subtotal Task 2 2 6 62 72 20 74 44 280
Task 3 — C D Landfill Plans and Specifications Preparation
3 . 1 — Co tract Drawings for Construction 2 4 8 16 8 24 8 70
3.2 — CDl I will preparespecifications utilizing the EJCDC/CSI format 0 0 8 24 0 8 48 88
Subtotal Task 3 2 4 16 40 8 32 56 158
Task 4 — B dding Assistance Services
4 . 1 — Adv lrtisement of the bid , respond to communications from Contractors ,
atte id a prebid conference, and issue addenda , as necessary. 1 2 12 20 4 8 16 63
4.2 — CD1 A bid opening , evaluate bids , and recommend for Award 0 0 12 12 0 3 4 31
4 . 3 — Not ce of Award , construction contract. 0 0 8 12 0 3 4 27
Subtotal Task 4 1 2 32 44 4 14 24 121
Task 5 — C eneral Services during Construction
5 . 1 — Ser rices during Construction 0 2 16 16 18 16 0 68
5 .2 — Res dent Services during Construction 0 0 8 40 0 12 4 64
Subtotal Task 5 0 2 24 56 18 28 4 132
Total 6 16 182 252 70 186 110 822
B-6 mM 870, doc
ATTACHMENT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
SECOND LATERAL C&D CELL EXPANSION - 2004-2005
PROTECT SCHEDULE
Prepare Permit Renewal for C&D Operations Permit 1 Month from Notice to Proceed
Prepare Design Plans and Drawing 1 Month from Notice to Proceed
Prepare Permit Modifications and Receive Permit Approval 1 Month from Preparation of Plans
Bidding Services Approximately 45 Days
(30 days bidding and 15 days evaluation and recommendation to Award)
Construction Period Approximately 60 Days
C-1 mh1870. doc