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