Loading...
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