Loading...
HomeMy WebLinkAbout2005-357 WORK ORDER NUMBER 2 This Work Order Number 2 is entered into as of this 1 St day of November 2005 (" Effective Date' ) pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004 (" Agreement" ) , by and between Indian River County, a political subdivision of the State of Florida (" COUNTY" ) and Camp Dresser & McKee Inc . (" CONSULTANT" ) . The COUNTY 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 fee schedule 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 timeframe 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 BOARD OF COUNTY COMMISSIONERS Camp Dresser & McKee Inc . OF INDIAN RIVER COUNTY By : By : Alex H . Makled, P. E . , DEE Thomas S. Lowther; .Chairman ?; Senior Vice President BCC Approved : =N V911b�er 1 , 200 $ Date : A arton, Clerked By : Deputy Clerk Approved : Jj eph A . Vaird, County Administrator A ro form an iciency : arian E . Fel , Assista Atto ey 1 mh2200 .doc ATTACHMENT A SCOPE OF WORK INDIAN RIVER COUNTY UTILITY SERVICES DEPARTMENT WORK ORDER NUMBER 2 BIOSOLIDS DEWATERING AT THE INDIAN RIVER COUNTY LANDFILL BACKGROUND Indian River County (IRC) Utility Services Department currently operates a centralized dewatering facility located at the Central Region Wastewater Treatment Plant. The close proximity of the existing dewatering facility to neighboring developments has led the County to explore moving the operation to the IRC Landfill . The IRC Landfill is the current recipient of the sludge dewatered at the existing facility . Given the age of the existing facility' s equipment, a new facility is proposed for the landfill . The new dewatering facility would be designed to have the necessary sludge receiving, pumping, and tankage to meet IRC' s needs as well as the needs of the private grease and septage haulers in Indian River County . The facility will be designed to minimize capital costs by specifying the dewatering equipment to be provided by a private contractor . The other equipment will be specified to meet the design requirements determined by County Staff and the Engineer . County Staff has indicated that the project would be a performance based bid package . The operator would provide the dewatering equipment to meet the performance requirements of the facility . The design features of the facility would be for a twenty year equipment life cycle . However, the operation contract will be for a 5 year period with renewal options in accordance with IRC policy . Unit Process ■ Sludge Receiving (from IRC Utilities) ■ Centrate storage tankage ■ Septage and Grease Receiving (from ■ Wastewater lift station private haulers) ■ Truck Loading Area ■ Septage and Grease Degritting/ Com_minuter/ Pumping ■ Odor Control Equipment ■ Sludge Feeding/ Pumping ■ Computerized Data Acquisition, Storage and Retrieval System ■ Sludge Storage ■ Building housing an MCC, small ■ Sludge Dewatering Equipment Laboratory with a bathroom and shower Performance Specification ■ Chemical Feed Systems A-1 mh2200. doc SCOPE OF SERVICES Activities performed under this phase include the following tasks : TASK 1 . 0 - PRELIMINARY DESIGN This task will include conducting a Design Preferences Workshop with IRC; performing topographic survey; performing geotechnical services; establishing necessary process design criteria; establishing preliminary mechanical, electrical, instrumentation, structural, civil, and architectural criteria; identification of specific permitting requirements; preparation of a preliminary design level opinion of probable cost; preparation and submittal of a preliminary design report (PDR) ; conducting a PDR review meeting, preparation and submittal of a final PDR; and coordination with IRC' s staff. Specific products of this task include a Geotechnical (Soils) Report, Topographic Survey, Design Preferences Workshop Letter Report, Preliminary Site Plan and a PDR . Subtask 1 . 1 - Design Preferences Workshop CDM will prepare and conduct a Design Preferences Workshop with IRC Utilities and Solid Waste Disposal District staff to obtain equipment and facility preferences including architectural and site aesthetics issues . The primary goal of the Workshop is to minimize facility design alternatives analysis and expedite the PDR preparation schedule . CDM staff to attend will include Client Officer, Project Manager, Lead Project Engineer, and the design leaders for the architectural, civil, process engineer, landscaping, structural, electrical, HVAC / plumbing and instrumentation disciplines . Subtask 1 . 2 - Geotechnical Investigations CDM will provide the following services related to geotechnical (soil) investigations through a Subcontractor : 1 . Perform preliminary subsurface explorations at the IRC Landfill site, necessary for the development of design criteria for the anticipated structures . A maximum of 8 borings at depths ranging from 30 to 100 feet has been assumed . 2. Perform standard penetration tests and split-spoon sampling within the borings at regular intervals . 3 . Perform classification tests on selected samplings obtained from the borings . 4 . Visually classify soil samples in general accordance with the United Soil Classification System and prepare Test Boring Records . 5 . Summarize the results of the geotechnical investigations and provide recommendations for surface preparation and design of the proposed structures . Subtask 1 . 3 - Topographic Surveys CDM will provide the following services related to topographic survey through a Subcontractor : A-2 mh2200. doc 1 . Prepare detailed topographic mapping of the IRC Biosolids Dewatering Facility site, integrating the proposed facility with the Solid Waste Master Plan. 2 . Determine locations and elevations of existing structures (including finished floors) , roadways, visible utilities and storm drains, adjacent property lines, and horizontal and vertical control for construction . 3 . Provide survey information in digital format in AutoCAD, 2000 . Subtask 1 . 4 - Preliminary Design Report CDM will provide the following services related to the preparation of a PDR : 1 . Prepare a mass balance to determine necessary equipment sizes, specifically to design for the 20 year facility life cycle . 2. Prepare process design criteria based on projected quantities generated by IRC Utilities and the current and future projected grease and septage quantities . 3 . Establish floor plan, finished floor elevations, and space requirements for the sludge receiving station, the sludge storage, the sludge dewatering requirements, the dewatered sludge loading area, septage and grease storage and treatment facilities, and other required facilities . 4 . Prepare a preliminary site layout of equipment and structures for each individual unit process . 5 . Coordinate with IRC staff for existing utilities including water, sewer, electrical and control wiring locations and yard piping. Explore using Landfill gas as an alternate fuel supply for the facility . 6 . Based upon the geotechnical report, develop design criteria for building and tank foundations, select the structural system, and determine appropriate design codes and structural loads . 7. Develop a preliminary process instrumentation and control diagram (P&ID) with schematic to show recommended control and monitoring system configuration and single line electrical diagrams . 8 . Develop a preliminary schedule for new facility design and new facility construction . 9 . Develop preliminary opinion of probable capital construction cost. 10 . Identify necessary permits and anticipated permit conditions . 11 . Develop implementation schedule identifying major task milestone dates . 12 . Conduct a review workshop with IRC staff at the 75 percent PDR completion stage . IRC will invite potential vendors to review the preliminary design and request their input. A-3 mh2200.doc 13 . Prepare and submit draft PDR (5 copies) to IRC for review and proceed with the preliminary site plan approval process . 14 . Prepare for and attend one meeting with IRC staff to review comments on the draft report. 15 . Prepare and submit final PDR (5 copies) to IRC incorporating written comments . TASK 2. 0 - PERMITTING SERVICES Locating the dewatering facility at the IRC landfill places some unique permitting requirements on the facility . Activities performed under this task consist of those functions required to prepare the permit documents for submittal to the Florida Department of Environmental Protection (FDEP) , meeting with the FDEP, and responding to the FDEP' s request for additional information (RAIs) . There are also IRC Planning and Zoning specific requirements for the site . More specifically this task includes the following subtasks : Subtask 2. 1 - FDEP Wastewater Section Our project approach is based upon our understanding of the FDEP regulations, our familiarity with the site, and our site work at other facilities . CDM will assist IRC in obtaining a construction and operation permit by performing the following : Subtask 2 . 1 . 1 - FDEP Wastezvater Facilihj Permit Application CDM will prepare the permit application and supporting documentation required for the facility in accordance with Chapter 62-620, F . A . C . Information will include the preliminary design report (Task 1 .4) , site plans, washwater requirements, wastewater disposal, and solids handling procedures . These items will be outlined in the PDR which will be the basis of the permit application. Subtask 2 . 1 . 2 - Responses to Completeness Inquinj Should the FDEP determine that additional information is required to process the application, CDM will assist IRC in preparing responses to the RAIs . Under this scope of work, CDM will prepare responses for up to two sets of RAIs for the FDEP . Subtask 2 . 1 . 3 - Meetings This subtask shall include : ■ One pre-application meeting with the FDEP Central District in Orlando . ■ Two review meetings with IRC . ■ One meeting with the FDEP (Orlando) after the permit application is submitted . Subtask 2. 2 - FDEP ERP Minor Modification Our project approach is based upon our understanding of FDEP regulations, our familiarity with the site, and our site work at other facilities . CDM will assist IRC in obtaining a construction and operation permit by performing the following: A-4 mh2200. doc Subtask 2 . 2 . 1 - FDEP ERP Minor Modification Permit Application CDM will prepare the permit application and supporting documentation required for the facility in accordance with Chapter 62-620, F . A . C. Information will include the preliminary design report (Task 1 .4), site plans, washwater requirements, wastewater disposal, and solids handling procedures . Subtask 2 . 2 . 2 - Responses to Completeness Inquinj Should the FDEP determine that additional information is required to process the application, CDM will assist IRC in preparing responses to the RAIs . Under this scope of work, CDM will prepare responses for up to two sets of RAIs for the FDEP. Subtask 2 . 2 . 3 - Meetings This subtask shall include : ■ One pre-application meeting with the FDEP Central District in Orlando ERP Group . ■ Two review meetings with IRC . Subtask 2 . 3 - Other Permits ■ FDEP will require a Fuel Storage Tank Registration permit (If a fuel storage tank is necessary for generators) ■ The EPA will likely require an accidental release prevention program (ARPP) for the storage of certain chemical substances . (Odor Control Chemicals) ■ The IRC Site Plan Approval process will require project approval during the design phase from the Indian River County Planning and Zoning Department. A set of site Plan drawings will be submitted for a pre-application meeting at the 90 percent complete point. We expect the site plan to be approved as a Major site plan modification through the complete site development approval process . TASK 3. 0 - FINAL DESIGN SERVICES This task provides for the preparation of drawings and specifications; conducting formal reviews of the contract documents at certain completion levels; and developing an opinion of probable construction cost. Specific work products will include three draft contract document sets during three different levels of completion. Subtask 3 . 1 - Preparation of Contract Documents for Procurement of Capital Improvements CDM will prepare final construction drawings and specifications suitable for inviting construction bids for this project. The technical specifications will utilize CSI' s sixteen division, three part format. The design shall be complete including (as applicable to the Project) site improvements, buildings, appurtenances, process and ancillary equipment, accessories, wiring, piping, foundations, substructures, electrical controls, instrumentation, metering, and mechanical facilities . The design shall also include detailed drawings, specifications, tables, charts, schedules, and other documentation as may be necessary for the Project. A-5 mh2200. doc Subtask 3. 2 - Performance Specification A performance specification will be prepared for the private operation of the facility as a separate package . The performance specification will help the County procure the operations side of the facility with the operators providing the requisite dewatering equipment. Subtask 3. 3 - Periodic Review of Work Progress At approximately the 50 percent and 90 percent completion levels of the contract documents, CDM will submit five sets of progress drafts of the contract documents to IRC staff for review; schedule and conduct a review meeting with IRC staff; and address appropriate review comments . Subtask 3. 4 - Final Contract Document Submittal CDM will submit five sets of final contract documents to IRC staff one week prior to the initial bid advertisement for the Project. CDM shall charge contractors, subcontractors, suppliers, vendors, or other buyers a non-refundable fee for each set of Contract Documents issued for bidding purposes . Subtask 3. 5 - PROJECT/QUALITY MANAGEMENT Activities performed under this task consist of those generally administrative functions required to assure that the project remains on schedule, within budget, and that the quality of the work products defined within this scope is consistent with CDM' s standards and IRC' s expectations . Specific activities included are identified below : Subtask 3. 5. 1 - Project Update Meetings CDM' s project manager will prepare for and attend status reporting meetings throughout the life of the project. It is estimated that meetings will be held on the average of once a month . Subtask 3. 5. 2 - Quality Control (QC) Technical Review CDM maintains a QC program on all of its projects . One Technical Review Committee (TRC) meeting has been budgeted for and will be conducted at the 75 percent completion stage of preliminary design of the project. A second TRC has been budgeted for the 30 percent final design completion stage near project completion. IRC' s representatives will be invited to attend and participate at the TRC meetings . TASK 4.0 - BIDDING SERVICES In this phase, CDM will assist IRC in obtaining bids for both the construction of the project and separately the operation of the facility. CDM will 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 for each of the two major components of this task . Note the operations services will be bid during the construction phase of the project to coincide with the Operator being under contract during start-up of the facility . Subtask 4. 1 - CDM will provide 15 sets of drawings and contract documents to IRC . IRC will advertise for bids, and provide the construction documents to prospective bidders . A-6 mh2200. doc Subtask 4. 2 - CDM will coordinate the advertisement of the bid, respond to communications from Contractors, attend a prebid conference, and issue addenda, as necessary . Subtask 4. 3 - CDM will attend the bid opening, evaluate bids, and recommend a bidder for Award of Contract to IRC . Subtask 4. 4 - 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. Subtask 4. 5 - CDM will arrange for a preconstruction conference to be attended by the Contractor, IRC, other interested parties, and CDM' s representatives . Preconstruction conference minutes will be prepared and distributed to all attendees . The Notice to Proceed will be prepared by CDM for issuance to the Contractor . The bidding phase of the project terminates at the issuance of the Notice to Proceed. Subtask 4. 6 - CDM will prepare performance specifications for the solicitation of bids for the operation of the facility . CDM will attend the bid opening, evaluate bids, and make a recommendation to award the operations contract. After Notice of Award, CDM will assist IRC in finalizing the operations contract. TASK 5 . 0 - GENERAL ENGINEERING SERVICES DURING CONSTRUCTION These services shall include the following subtasks : Subtask 5. 1 - CDM will consult with and advise IRC and act as its representative as provided in the General Conditions of the construction contract. 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 . Subtask 5. 2 - 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 . Subtask 5. 3 - 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. Subtask 5. 4 - CDM will issue IRC instructions to the Contractor and issue necessary interpretations and clarifications of the Contract Documents . 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 . A-7 mh2200. doc Subtask 5. 5 - Based on 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 . Subtask 5. 6 - CDM will conduct a final check to determine if the work has been completed in accordance with the Contract Documents . Subtask 5. 7 - CDM will undertake project quality management to meet budget and time constraints; generate correspondence to IRC, Contractor, regulatory agencies, and other parties; provide monthly project status reports; 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 an 8-month construction period . CDM reserves the right to request additional compensation should construction period extend beyond the eight months allocated. Subtask 5. 8 - Resident Services during Construction The activities performed under this task consist of providing resident representation during the construction and implementation of the project. Subtask 5. 8 . 1 - Activities performed under this task consist of furnishing a part-time Resident Project Representative (RPR) during the construction of the project, to observe the performance of the work of the Contractor . CDM estimates the RPR to be involved 12 hours a week for 34 weeks (eight months or 240 days) . Subtask 5 . 8 . 2 - The RPR as the Engineer' s agent will act as directed by and under the supervision of the Engineer, and will confer with the Engineer regarding his actions . The RPR' s dealings in matters regarding the on-site work shall in general be only with the Engineer and the Contractor, and dealings with subcontractors shall only be through or with the full knowledge of the Contractor . Written communication with IRC will be only through or as directed by the Engineer . Subtask 5 . 8 . 3 - The RPR will prepare daily reports, describing the general working conditions, areas of construction activity, tests performed and special and unusual events . Subtask 5 . 8 . 4 - The duties and responsibilities and the limitations of IRC of the RPR are as contained in Attachment D . A-8 mh2200. doc TABLE A-1 PRELIMINARY DRAWING LIST ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL General G-1 Cover G-2 Index G-3 Abbreviations/ Symbols Civil C-1 Location Plan C-2 Survey Plan and Soil Boring Locations C-3 Plot Plan C-4 Large and Small Yard Piping Plan C-5 Paving, Grading, and Drainage Plan CD-1 Paving and Grading Details CD-2 Miscellaneous Details CD-3 Miscellaneous Details Architectural A-1 Architectural Sheet Index, Abbreviations, Symbols, and Finish Schedule A-2 MCC / Lab Building Floor Plan A-3 Building Elevations AD-1 Door, Window, and Louver Types, Schedules, and Details Structural S-1 Structural Notes and Abbreviations S-2 Tank Foundation Plans S-4 Electrical Room/ Office Room - Foundation Plan S-5 Electrical Room/ Office Room - Slab Plan S-6 Electrical Room/ Office Room - Sections and Elevations SD-1 Structural Details Mechanical M-1 Overall Plan M-2 Grease and Septic Unloading Area M-3 Transfer Pump station M-4 WW Pump Station MD-1 Miscellaneous Details MD-2 Miscellaneous Details A-9 mh2200.doc HVAC H-1 HVAC Symbols and Abbreviations H-2 Electrical Room/ Office Room HVAC Plan Plumbing P-1 Plumbing Riser Diagrams / Fixture Schedule Electrical E-1 Electrical Symbols and Abbreviations E-2 Electrical Site Plan E-3 480 Volt Single Line Power Diagram E-4 MCC Single Line Power Diagram E-5 Chemical Systems/ Bulk Storage Power and Lighting Plans E-6 Panel and Fixture Schedules E-7 Electrical Details Instrumentation I-1 Instrumentation Legend Sheet I-2 Process and Instrumentation Diagrams I-3 Process and Instrumentation Diagrams I-4 Process and Instrumentation Diagrams I-5 Instrumentation Loop Diagrams I-6 Instrumentation Loop Diagrams I-7 Instrumentation Loop Diagrams A-10 mh2200.doc CONCEPTUAL CONSTRUCTION COST ESTIMATE BIOSOLIDS DEWATERING FACILITY AT THE IRC LANDFILL Unit Capital Operations Price Units Cost / Price Cost / Price Site Work $75,000 LS $ 75, 000 Grease and Septage Offloading Area (2) $15,000 2 $30, 000 Grease and Septage degritting and deragging (Communiter and Pumps) $22,000 3 $66,000 IRC Tanker truck offloading area $15,000 1 $15,000 Three 100kga1 sludge storage tanks Glass Lined Steel (GLS) w/ dome lid $135, 000 3 $405,000 Mixers for sludge storage tanks $4,500 6 $27,000 Odor Control for Storage Tanks (Biocube or Ozone Headspace) $150,000 1 $150,000 Sludge Transfer Pumps to Centrifuge $14,000 3 $42,000 Centrifuges (2) $392,000 2 $784, 000 Centrate Ground Storage Tank Bolted Steel (0 . 5 Mgal) GLS w/ dome $260, 000 1 $260,000 Cake Conveyor to Sludge Loadout area $100,000 1 $100,000 Centrate / Wastewater Lift Station / FM to 74th Ave . $80,000 1 $80,000 Generator for Class I reliability $275,000 1 $275,000 Miscellaneous $125,000 1 $125, 000 Yard Piping $80, 000 1 $80, 000 MCC room, Small Laboratory, Bathroom with Shower $65, 000 1 $65,000 Chemical Tank and Pump Skid for Phosphorus Removal $45,000 1 $45,000 Subtotal $1 , 740,000 $884,000 Instrumentation (10 % ) $174,000 $88,400 Electrical (15 % ) $261 , 000 $132,600 Subtotal $2, 175 , 000 $1 ,105 ,000 Contingency (15 % ) $326,250 $165 , 750 Total Estimated Construction Cost $2,501250 $1 , 270 ,750 A-11 mh2200. doc ATTACHMENT B-1 PROJECT BUDGET ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL PROJECT DESCRIPTION: Biosolids Dewatering Facility Task 1 . 0 - Preliminary Design Category Hours Rate Cost Officer 4 $160 $640 Principal/ Associate 12 $140 $1 ,680 Senior Professional 96 $120 $11 ,520 Professional II 164 $105 $17,220 Professional 128 $90 $11 ,520 Senior Support Services 100 $75 $7,500 Staff Support Services 60 $65 $3,900 Project Administration 10 $65 $650 TOTAL HOURS 574 SALARY $54,630 TOTAL OTHER DIRECT COSTS $4,100 OUTSIDE PROFESSIONALS $18,000 TOTAL ESTIMATED COSTS - UPPER LIMIT $76, 730 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) $76f730 B-1 mh2200.doc ATTACHMENT B-2 PROJECT BUDGET ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL PROJECT DESCRIPTION: Biosolids Dewatering Facility Task 2 . 0 - Permitting Services Category Hours Rate Cost Officer 10 $160 $1 ,600 Principal/ Associate 34 $140 $4, 760 Senior Professional 124 $120 $14,880 Professional 11 136 $105 $14,280 Professional 104 $90 $9,360 Field Representative 48 $90 $4,320 Senior Support Services 30 $75 $2,250 Staff Support Services 96 $65 $6,240 Project Administration 16 $65 $1 ,040 TOTAL HOURS 598 SALARY $58, 730 TOTAL OTHER DIRECT COSTS $4,400 TOTAL ESTIMATED COSTS - UPPER LIMIT $63 ,130 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) $63,130 B-2 mh2200. doc ATTACHMENT B-3 PROJECT BUDGET ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL PROJECT DESCRIPTION : Biosolids Dewatering Facility Task 3 . 0 - Final Design Services Category Hours Rate Cost Officer 10 $160 $1 ,600 Principal/ Associate 68 $140 $9,520 Senior Professional 204 $120 $24,480 Professional 11 316 $105 $33,180 Professional 240 $90 $21 ,600 Senior Support Services 150 $75 $11 ,250 Staff Support Services 224 $65 $14,560 Project Administration 24 $65 $L5o TOTAL HOURS 1236 SALARY $117, 750 TOTAL OTHER DIRECT COSTS $8 ,800 TOTAL ESTIMATED COSTS - UPPER LIMIT $126,550 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 126 550 B-3 mh2200. doc ATTACHMENT B-4 PROJECT BUDGET ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL PROJECT DESCRIPTION: Biosolids Dewatering Facility Task 4 . 0 - Bidding Assistance Services Category Hours Rate Cost Officer 6 $160 $960 Principal/ Associate 26 $140 $3,640 Senior Professional 68 $120 $8,160 Professional II 108 $105 $11 ,340 Professional 1 48 $90 $4,320 Field Representative 0 $90 $0 Senior Support Services 4 $75 $300 Staff Support Services 120 $65 $7,800 Project Administration 12 $65 780 TOTAL HOURS 392 SALARY $37,300 TOTAL OTHER DIRECT COSTS $200 TOTAL ESTIMATED COSTS - UPPER LIMIT $40,100 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 40100 B-4 mh2200. doc ATTACHMENT B-5 PROJECT BUDGET ENGINEERING SERVICES FOR BIOSOLIDS DEWATERING FACILITY AT THE INDIAN RIVER COUNTY LANDFILL PROJECT DESCRIPTION: Biosolids Dewatering Facility Task 5 . 0 - Engineering Services During Construction Category Hours Rate Cost Officer 4 $160 $640 Principal/ Associate 54 $140 $7,560 Senior Professional 92 $120 $11 ,040 Professional II 168 $105 $17, 640 Professional 1 32 $90 $2,880 Field Representative 408 $90 $36,720 Senior Support Services 8 $75 $600 Staff Support Services 12 $65 $780 Project Administration 68 $65 $4,420 TOTAL HOURS 846 SALARY $82,280 TOTAL OTHER DIRECT COSTS $6,600 TOTAL ESTIMATED COSTS - UPPER LIMIT $88,880 TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) $88,880 B-5 mh2200.doc ATTACHMENT B-6 BIOSOLIDS DEWATERING FACILITY ESTIMATED PROJECT LABOR DISAGGREGATION Senior Staff Principal/ Senior Professional Professional Field Support Support Project Description of Tasks Officer Associate Professional II 1 Rep . Services Services Admin Total Task 1 . 0 — Preliminary Design 1 . 1 - Design Preferences Workshop 2 8 8 12 12 0 0 4 10 56 1 . 2 - Geotechnical Investigation 0 0 8 4 4 0 0 2 0 18 1 . 3 - Topographic Survey 0 0 2 4 4 0 0 2 0 12 1 . 4 - Preliminary Design Report 0 0 0 0 0 0 0 0 0 0 1 .4 . 1 - Mass Balance / Equipment Sizing 0 0 4 8 16 0 0 2 0 30 1 .4 . 2 - Process Design Criteria 0 0 16 48 0 0 12 4 0 80 1 .4 . 3 - Site Layout w/ utilities 0 0 16 16 16 0 40 2 0 90 1 .4 .4 - Prepare Probable Cost Estimate 0 0 6 0 12 0 0 0 0 18 1 .4 . 5 - Prepare Preliminary Design Report 0 0 16 32 32 0 48 24 0 152 1 .4 . 6 - Electrical/Architecture/HVAC /Plumbing/Instrumentation 2 4 20 40 32 0 0 20 0 118 Total Task Hours 4 12 96 164 128 0 1 100 60 10 574 Task 2 . 0 — Permitting Services 2 . 1 FDEP Wastewater Section 2 16 36 64 24 0 8 24 4 178 2 . 2 FDEP ERP Minor Modification 4 8 40 40 32 0 8 40 4 176 2 . 3 Other Permits IRC Site Plan Permit Major Modification 4 8 32 20 32 48 8 32 4 188 EPA Accidental Release Program 0 2 16 12 16 0 6 0 4 56 0 Total Task Hours 10 34 124 136 104 48 1 30 96 16 598 Task 3 . 0 — Final Design Services Preparation of Contract Documents Civil 1 6 32 40 32 0 14 40 2 167 Mechanical 1 8 32 48 32 0 32 40 2 195 Electrical 2 8 32 64 40 0 12 40 4 202 Instrumentation 2 8 32 48 40 0 12 24 2 168 Plumbing 2 12 16 20 24 0 24 20 2 120 Architectural 1 8 20 20 12 0 32 20 4 117 Structural 1 6 16 20 32 0 12 12 4 103 TQM - QA/QC 0 4 8 36 28 0 12 12 4 104 TRC - Quality Review 0 8 16 20 0 0 0 16 0 60 Total Task Hours 10 68 204 316 240 0 150 224 1 24 1 1236 B-6 mh2200 .doc ATTACHMENT B-7 BIOSOLIDS DEWATERING FACILITY ESTIMATED PROJECT LABOR DISAGGREGATION Senior Staff Principal/ Senior Professional Professional Field Support Support Project Description of Tasks Officer Associate Professional II 1 Rep. Services Services Admin Total Task 4. 0 — Bidding Assistance Services 4 . 1 — Print Plans and Specs 0 2 0 4 0 0 4 0 4 14 4 .2 — Assist with Bids 1 4 16 24 16 0 0 40 4 105 4 . 3 — Final Cost Estimate 1 4 12 24 0 0 0 16 0 57 4 .4 — Evaluate Bids 1 4 8 12 16 0 0 16 0 57 4 . 5 — Award Contract 1 4 8 12 0 0 0 16 0 41 4 . 6 — Operations Contract 2 8 24 32 16 0 0 32 4 118 Total Task Hours 6 26 68 108 48 0 4 120 12 392 Task 5. 0 — General Construction Services 5 . 1 — Shop Drawings 1 10 16 32 32 0 0 0 24 115 5 . 2 — Applications for Payment 0 4 20 20 0 0 0 0 16 60 5 . 3 — Contract Administration 1 10 32 64 0 0 0 0 20 127 5 .4 — Record Drawings 0 10 12 40 0 0 8 4 4 78 5 . 7 — Final Certification 2 4 12 12 0 0 0 8 4 42 5 . 6 — Periodic Field Representation 0 16 1 0 1 0 0 408 0 0 0 424 Total Task Hours 4 54 92 168 32 408 8 12 68 846 Total Hours 34 194 584 892 552 456 292 512 130 3 ,646 B-7 m h22oo.doc ATTACHMENT C SCHEDULE WORK ORDER NUMBER 2 BIOSOLIDS DEWATERING AT THE INDIAN RIVER COUNTY LANDFILL Milestone Duration Preliminary Design Report 1 . 5 Months 45 days Site Plan Permitting 4 Months 120 days Final Design 5 . 5 Months 165 days Bidding 1 . 5 Months 45 days Operations Procurement 1 . 5 Months 45 days Construction Complete 8 Months 240 days Total Time 15 Months 450 days C-1 mh2200.doc ATTACHMENT D DUTIES, RESPONSIBILITIES, AND LIMITATIONS OF AUTHORITY OF THE PROJECT REPRESENTATIVE A. GENERAL Resident Project Representative is Engineer' s Agent, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding his actions . Resident Project Representative ' s dealings in matters pertaining to the on-site Work shall in general be only with Engineer and Contractor, and dealings with Subcontractors shall only be through or with the full knowledge of Contractor. Written communication with Owner will be only through or as directed by Engineer . B . DUTIES AND RESPONSIBILITIES Resident Project Representative will : 1 . Schedules : Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by Contractor and consult with Engineer concerning their acceptability . 2 . Conferences : Attend preconstruction conferences . Arrange a schedule of progress meetings and other job conferences as required in consultation with Engineer and notify those expected to attend in advance . Attend meetings, and maintain and circulate copies of minutes thereof. 3 . Liaison : a . Serve as Engineer ' s liaison with Contractor, working principally through Contractor' s superintendent and assist him in understanding the intent of the Contract Documents . Assist Engineer in serving as Owner' s liaison with Contractor when Contractor ' s operations affect Owner ' s on-site operations . b . As requested by Engineer, assist in obtaining from Owner additional details or information, when required at the job site for proper execution of the Work. 4 , Shop Drawings and Samples : a . Receive and record date of receipt of Shop Drawings and samples, receive samples which are furnished at the site by Contractor, and notify Engineer of their availability for examination . b . Advise Engineer and Contractor or his superintendent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by Engineer . 5 . Review of Work, Rejection of Defective Work, Inspections and Tests : a . Conduct on-site observations of the Work in progress to assist Engineer in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents . D-1 mh2200 .doc b . Report to Engineer whenever he believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or does not meet the requirements of any inspections, tests or approval required to be made or has been damaged prior to final payment; and advise Engineer when he believes Work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval . C , Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that Contractor maintains adequate records thereof; observe, record and report to Engineer appropriate details relative to the test procedures and startups . d . Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to Engineer . 6 . Interpretation of Contract Documents : Transmit to Contractor Engineer ' s clarifications and interpretations of the Contract Documents . 7, Modifications : Consider and evaluate Contractor ' s suggestions for modifications in Drawings or Specifications and report them with recommendations to Engineer . 8 . Records : a . Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples submissions, reproductions of original Contract Documents including all Addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Contract, Engineer ' s clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents . b . Keep a diary or log book, recording hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, observations in general and specific observations in more detail as the case of observing test procedures . Send copies to Engineer. C . Record names, addresses and telephone numbers of all Contractors, Subcontractors and major suppliers of materials and equipment. 9 . Reports : a . Furnish Engineer periodic reports as required of progress of the Work and Contractor' s compliance with the approved progress schedule and schedule of Shop Drawing submissions . b . Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work . C . Report immediately to Engineer upon the occurrence of any accident. D-2 mh2200 .doc 10 . Payment Requisitions : Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to Engineer, noting particularly their relation 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 : 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 deliver this material to Engineer for his review and forwarding to Owner prior to final acceptance of the Work . 12 . Completion: a . Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b . Conduct final inspection in the company of Engineer, Owner and Contractor and prepare a final list of items to be completed or corrected . C , Verify that all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance . C . LIMITATIONS OF AUTHORITY Except upon written instructions of Engineer, Resident Project Representative : 1 . Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2 . Shall not exceed limitations on Engineer' s authority as set forth in the Contract Documents . 3 . Shall not undertake any of the responsibilities of Contractor, Subcontractors or Contractor ' s superintendent, or expedite the Work . 4 . Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents . 5 . Shall not advise on or issue directions as to safety precautions and programs in connection with the Work . 6 . Shall not authorize Owner to occupy the Project in whole or in part. 7. Shall not participate in specialized field or laboratory tests . D-3 mh2200.doc