HomeMy WebLinkAbout2011-156 AMENDMENT NUMBER 3 TO WORK ORDER NUMBER 9
This Amendment 3 to Work Order Number 9 is entered into as of this 12— day
of July , 2011 (" Effective Date" ) pursuant to that certain Continuing Contract
Agreement for Professional Services entered into as of August 10, 2004, and amended
effective July 24, 2007 (as so amended, the " Agreement" ) , by and between Indian River
County Solid Waste Disposal District, a dependent special district of Indian River
County, Florida ( " District" ) and Camp Dresser & McKee Inc . (" Consultant" ) .
1 . The District has selected the Consultant to perform the professional services
set forth in existing Work Order Number 9, Effective Date March 18, 2008 ,
2. The District and the Consultant desire to amend this Work Order as set forth
on Exhibit A attached to this Amendment and made part hereof by this reference . The
professional services will be performed by the Consultant for the fee schedule set forth
in Exhibit B and within the timeframe more particularly set forth in Exhibit C, all in
accordance with the terms and provisions set forth in the Agreement.
3 . From and after the Effective Date of this Amendment, the above-referenced
Work Order is amended as set forth in this Amendment. 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 Amendment to
Work Order as of the date first written above .
CONSULTANT: INDIAN RIVER COUNTY SOLID
Camp Dresser & cKee Inc . WASTE DISPOSAL DISTRICT
wJ
By . By
Eric ill rotke, P . E . , BCEE Bob Solari , Chairman
Title : Associate Attest: J . K . Barton, Clerk of Court
O^tlOpp(N�p tlp pggp
By
/.MSO
Deputy Clerk
O
00 ' proved :
n o o
1432°p °°•p° �`x` - , ,q0 seph A . aird, County Administrator
.,
pytlbe�' C pw�°'
Ap roved as trf ; gal sufficiency :
��.' County Attorney
EXHIBIT A
SCOPE OF PROFESSIONAL SERVICES
AMENDMENT NO . 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
OSLO CUSTOMER CONVENIENCE CENTER DESIGN , PERMITTING, AND CONSTRUCTION SERVICES
The Indian River County Solid Waste Disposal District ( IRC SWDD ) currently operates a residential
collection/ recycling customer convenience center (CCC) at the former Oslo Landfill site . In an effort
to provide an increased level of service to its residents , IRC SWDD is proposing to build a new CCC
at the Oslo site to replace the existing facility. The existing CCC will remain operational until the
new facility is complete . The proposed new facility will be constructed over the old Oslo solid waste
dump site .
The proposed improvements include paved access roads and parking/ drive areas , attendant office,
covered household hazardous waste and oil collection/ storage area, restroom facilities, and a
retention pond for stormwater treatment and attenuation . Stationary compactors with enclosed
roll - off storage containers are proposed to be used to transport municipal solid waste (MSW) to the
landfill . Open top roll - off containers will be used to transport cardboard, paper, mixed recyclables ,
yard waste, recyclable metals, and tires to the landfill for processing. Household hazardous waste
( HHW) will be collected at the proposed covered HHW and oil collection /storage area .
This amendment includes additional engineering services for the re - design and re - permitting of the
new Oslo CCC based on a " flat" on grade - type facility that utilizes stationary compactors for MSW
and open top roll - off containers for cardboard, paper, mixed recyclables , yard waste, recyclable
metals , and tires . The additional Scope of Services for this project is described below.
SCOPE OF SERVICES
Camp Dresser & McKee Inc . ( CDM ) will undertake the design, permitting, bidding, and construction
oversight of the new Oslo CCC . Based on recent discussions with IRC staff and our brief review of
the existing information, we understand the work to include the following items :
PHASE I - DATA COLLECTION , DESIGN, PERMITTING, AND BIDDING
® Data Review, Collection, and Evaluation
■ Design Services
m Permitting Assistance
■ Bidding Services
■ Project/ Quality Management
PHASE II - CONSTRUCTION SERVICES
■ General Engineering Services
■ Special Engineering Services
A- 1 j13215_Revi5ed .doc
PHASE I - DATA COLLECTION . DESIGN , PERMITTING . AND BIDDING
TASK 1 . 0 - DATA COLLECTION
This task consists of the development of permitting and construction plans and technical
specifications necessary to permit and bid the facilities listed above . The design will be suitable for
competitive bidding by qualified general contractors . Data collection for the preparation of detailed
engineering plans and permit applications is also included in this task.
The design service tasks will consist of:
m Data collection and review
E Site plan layout and design
o Subsurface investigation
u Stormwater system design
m Potable water main extension
m Office / household hazardous waste building
m Security camera system design
m Onsite sanitary wastewater lift station and forcemain
■ Waste oil storage area
a Landscaping and irrigation
E Overflow/storage area and trailer entrance road
■ Free standing entry sign
m Electrical utilities onsite
u Specifications
m Access road extension
■ Emergency Backup Generator
■ Construction cost estimate
Subtask 1 . 1 IRC SWDD Meeting
CDM will meet with IRC SWDD to discuss the proposed design of the Oslo CCC . IRC SWDD shall
define their requirements (location, facilities, configuration, etc.) . The budget for this task is
included in Amendment No . 2 to Work Order No . 9 . No additional budget is necessary.
Subtask 1 . 2 Data Collection and Review
CDM will review and compile available information related to the project including the following :
® Available information on existing utilities ;
■ Existing environmental studies ;
e Available traffic studies ;
■ Historical aerial photographs ;
a Existing site geotechnical, geologic, and hydrogeologic reports including geologic studies , well
logs and stratigraphic descriptions, hydrological studies, and existing geotechnical reports , if
available ;
s Existing survey data and photographic information for the Oslo CCC , that was recently
performed by Carter Associates , Inc . IRC has detailed topographic information and a recent
aerial photograph delineating the project boundaries . If CDM determines that additional survey
or photographic information is needed, any additional survey or photographic information will
be provided as additional service to this contract; and
a Existing permits and previous permit submittals .
A- 2 j13215 Revised .doc
The budget for this task is included in Amendment No . 2 to Work Order No . 9 . No additional budget
is necessary.
Subtask 1 . 3 - Preliminary Site Plan
The Oslo CCC is located at a closed landfill . Existing information obtained in Task 1 . 2 will be used to
estimate the limits of waste areas , existing asphalt pavement, stabilized limerock, and compacted
natural soil . A preliminary site plan will be developed for use in preapplication meetings with
Regulatory agencies . The site plan will include layout of the access road and the future facilities
which will be needed, such as proposed buildings and a stormwater detention pond . The
preliminary site plan will be based on information obtained during the IRC SWDD meeting (Task
1 . 1 ) . The budget for this task is included in Amendment No . 2 to Work Order No . 9 . No additional
budget is necessary.
Subtask 1 . 4 - Site Investigation
Subtask 1 . 4. 1 Subsurface Investigation
As part of the original design, CDM performed a subsurface investigation to explore the subsurface
soil conditions and evaluated the limits of waste within the proposed facility location . Soil borings ,
test pits , and piezocones were performed to explore the limits of waste and for the foundation
design and site preparation of the new convenience center. The geotechnical exploration did not
include environment/ chemical sampling or testing of the materials or groundwater encountered
within the site .
CDM prepared a geotechnical report summarizing the results of the subsurface investigation
program, including existing geotechnical investigations . The summary includes results of the
boring and test logs and results of laboratory classification testing of the selected samples .
Recommendations for foundation design and site preparation based on the " elevated " structure
design with a driven pile system were included in the report.
Under this task, CDM will update the geotechnical report to revise the recommendations for the
foundation design and preparation based on the new " on - grade " layout utilizing compactors for
residential solid waste and roll - off containers for recyclables .
Subtask 1 . 5 - Preparation of Design Drawings
CDM will prepare permitting/ construction drawings of the proposed improvements which shall
show the location, size, and spatial relationships between existing and proposed structures ,
equipment, and other improvements . CDM will subcontract the architectural , structural,
HVAC / Plumbing and landscape/ irrigation design services to John H . Dean Architect & Associates
and the electrical design services to Smith Engineering Consultants , Inc . All civil and geotechnical
engineering design will be performed by CDM . The level of detail and information to be shown on
the drawings shall be in conformance with generally accepted standards of the engineering and
construction industry. Drawings shall be prepared using AutoCAD 2005 . It is anticipated that the
Drawing set will include the following engineering disciplines :
® General ( CDM )
■ Civil (CDM )
■ Structural (John H . Dean Architect & Associates)
A - 3 j13215_Revised.doc
® Architectural (John H . Dean Architect & Associates)
® HVAC / Plumbing (John H . Dean Architect & Associates)
® Landscape (John H . Dean Architect & Associates)
■ Electrical (Smith Engineering Consultants, Inc.)
A preliminary list of drawings is included at the end of this scope . Drawings for improvements that
will be provided in the permit applications will be completed to 90 percent level . Drawings and
specifications for improvements which will be publicly bid will be completed to 100 percent level .
CDM will submit progress submittals of the Construction Documents at the 30 , 60 , and 90 percent
completion stages . The number of copies of each progress submittal shall be as specified below.
Following each of the progress submittals , CDM will schedule a meeting with IRC SWDD staff to
review the documents and discuss any comments and / or questions . Following this review meeting
and receipt of IRC SWDD staff comments on the progress submittal, CDM shall proceed with design
and preparation of the next progress submittal, addressing IRC SWDD staff comments , and
continuing detailed design development.
The 30 , 60 , and 90 percent submittals shall consist of a set of drawings including a drawing index,
existing site survey, a general site layout drawing, layout plans for each major structure, design
detail development to the respective level , and general construction details . The Contract
Documents submittal shall include draft bidding requirements , contract conditions , contract forms ,
and draft technical specifications . Five copies of the 30 , 60 , and 90 percent complete documents
will be submitted to IRC SWDD . No additional survey budget is provided in this amendment.
The 100 percent submittal shall consist of the same materials submitted at the 30 , 60 , and 90
percent stages , except that the level of detail of the documents shall be completed to the 100
percent completion level, including permit conditions / requirements . CDM will prepare and deliver
ten copies ( 24 " x 36 ") of the 100 percent design drawings to IRC SWDD . The 100 percent submittal
shall become the Bid Set.
Subtask 1 . 6 - Preparation of Contract Documents
CDM will prepare Contract Documents , utilizing the EJCDC / CSI format, which will consist of
bidding requirements, contract conditions , contract forms, and written technical descriptions of
materials , equipment, construction systems , standards and workmanship as applied to this project.
The level of detail and information to be included in the Contract Documents shall be sufficient to
allow competitive bidding of the project from qualified general contractors, and consistent with
generally accepted standards of the engineering and construction industry.
Subask 1 . 7 - Preparation of Construction Cost Estimate
CDM will prepare an estimate of probable construction cost for work to be performed by a general
contractor. A cost estimate will be prepared at the 60 percent design level and at the 100 percent
design level .
TASK 2 . 0 - PERMITTING ASSISTANCE
This task consists of the preparation by CDM of necessary permit modification applications to the
various regulatory agencies having jurisdiction over this project. CDM will prepare the following
permit modification applications :
A- 4 j13215_Revised .doc
a Florida Department of Environmental Protection ( FDEP) Environmental Resource Permit (ERP)
Application
a IRC Minor Site Plan Permit
■ FDEP Water Main Extension Permit
■ FDEP Solid Waste Notification
■ FDEP Application for Constructing a Domestic Wastewater System
® IRC Stormwater Management System Permit
This Scope of Services assumes that only the permits identified in Subtasks 2 . 1 , 2 . 2 , 2 . 3 , 2 . 5, 2 . 61 2 . 71
2 . 8, and 2 . 12 will require modification . If it is determined that additional permit modifications
(permits other than those listed above) are required, an amendment to the Scope of Services will be
required to include preparation of those permit modification applications .
IRC SWDD will pay all permit modification application fees . More specifically, this task includes the
following Subtasks :
Subtask 2 . 1 Pre - application Meetings
As part of this subtask, CDM will contact FDEP and Indian River Farms Water Control District
(IRFWCD) to coordinate modification of the permits that have been issued and attend one pre -
application meeting with the IRC Planning and Zoning Department staff.
Subtask 2 . 2 Environmental Resource Permitting
This subtask includes the stormwater modeling and permit application preparation needed to
obtain an environmental resource permit.
Subtask 2. 2. 1 Stormwater Modeling Existing and Proposed Systems
In order to understand the existing system and quantify the current outflow to the regional
drainage system an existing system stormwater model will be developed . Additionally, to ensure
that the proposed drainage system results in acceptable impacts to the regional system a proposed
stormwater model will be developed using the existing model as a base . The model will be used
both in the design of the proposed stormwater management system, as well as support to obtain
the ERP .
It is assumed that all of the required data will be available either from IRC or IRFWCD . These data
include, but are not limited to the following digital coverages : soils , land use, topography, as well as
any current drainage infrastructure that impacts the site .
Subtask 2. 2.2 Preparation of Environmental Resource Permit Application
An ERP is required to permit the modifications required to this site . In addition to the plan set
developed in Task 1 . 5, the ERP application requires information on the site, environmental
considerations, including wetland delineations , plans, construction schedule and techniques ,
stormwater best management practices (BMPs) , drainage information, operations and
maintenance, legal documentation, and water use .
A- 5 j13215_Revised .doc
This subtask assumes that there are no or limited environmental impacts to the site . If it is
determined that there are potentially significant environmental impacts, it will be necessary to
submit a separate scope of work and budget to address these concerns .
This subtask includes preparation of the permit modification application and all supporting
information for the ERP that was previously issued . This subtask also includes responding to one
request for additional information (RAI ) , with the understanding that the RAI is merely seeking
clarification on submitted information, not requiring additional analysis . If the permitting agency
requests additional analysis, it may be necessary to submit a separate scope of work to address
their concerns .
The Stormwater Pollution Prevention Plan will be included in the Contract Documents in the form
of notations and special design features .
Subtask 2 . 3 Preparation of IRC Minor Site Plan Application
CDM will prepare a request, including supporting documentation, for a Minor Site Plan Permit. The
supporting documentation will include the application form, ten copies of the plans , site aerial, tree
removal permit application, land clearing permit application, and stormwater management system
permit application . CDM will attend one technical review committee (TRC) meeting with the IRC
Planning and Zoning Department staff.
The building permit shall be obtained at a later date by the Contractor constructing the new Oslo
CCC .
Subtask 2 . 5 Preparation of the FDEP General Permit for a Water Main Extension
CDM will prepare and submit a modification of the Notice of Intent to use a General Permit for a
Water Main Extension and the necessary documentation that was previously submitted to the
FDEP, which is required to permit the potable water main .
Subtask 2 . 6 Preparation of FDEP Solid Waste Notifications
Chapter 62 - 701 . 610 ( 7) , Florida Administrative Code ( F.A. C .) requires that FDEP be consulted prior
to conducting activities at the closed landfill . It is anticipated that a solid waste permit will not be
required as determined by Chapter 62 - 701 . 710 (e) 2 , F.A . C . CDM will consult with FDEP and prepare
and submit any required notifications prior to any onsite activities being performed including the
geotechnical investigation and construction activities . The budget in this Scope of Services does not
include solid waste permitting. If FDEP determines that a solid waste permit is required, an
amendment to this Scope of Services will be required to include preparation of a solid waste
application .
Subtask 2 . 7 FDEP Application for Constructing a Domestic Wastewater System
Design of this facility will include an operator' s restroom facility, which will require an onsite lift
station and forcemain for the domestic wastewater. CDM will prepare and submit a modification to
the Notice of Intent to Use the General Permit for Constructing a Domestic Wastewater
Collection/Transmission System to FDEP .
A- 6
j13215_Revised.doc
Subtask 2 . 8 Responses to Request for Additional Information
It is anticipated that the FDEP, IRC Planning and Zoning Department, and the IRC Health
Department may request additional information to evaluate the design and supporting permit
application material . CDM 's budget provides for preparation of one set of responses for additional
information from FDEP (water main extension) , IRFWCD (drainage connection permit) , and IRC
(septic system and site plan) under this task. It is anticipated that this will require about 30 days
depending on the number and complexity of the comments . Responses to comments will be in the
form of letter reports with attached supplemental information .
Subtask 2 . 12 IRC Stormwater Management System Permit
CDM will prepare and submit a modification to the IRC Stormwater Management Permit that was
previously issued, which is required to construct the stormwater management system .
TASK 3 . 0 - BIDDING SERVICES
In this task, CDM will assist IRC SWDD in obtaining bids for the construction of the project, assist
IRC SWDD in evaluating the bids and in assembling and awarding the contract, and will arrange and
preside over a prebid and a preconstruction conference .
n CDM will provide 10 sets of drawings and contract documents to IRC SWDD . IRC SWDD will
advertise for bids, and provide the documents to prospective bidders .
® CDM will coordinate the advertisement of the bid, respond to the communications from
Contractors , and issue addenda, as necessary. CDM will also conduct a pre - bid meeting for
interested Contractors .
® CDM will prepare a detailed final opinion of probable cost.
® CDM will attend the bid opening, evaluate bids, and recommend a bidder for Award of Contract
to IRC SWDD .
n After issuance of a Notice to Award by IRC SWDD , CDM shall assist IRC SWDD in preparing the
construction contract, request and review information from the Contractor, and advise IRC
SWDD on finalizing the contract.
■ CDM will arrange for a preconstruction conference to be attended by the Contractor, IRC SWDD,
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 .
TASK 4 . 0 - 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 SWDD ' s
expectations . Specific activities included are identified below :
Subtask 4 . 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 .
A - 7 j13215_Revised .doc
Subtask 4. 2 Quality Control (QC) Technical Review
CDM maintains a QC program on all of its projects . TRC meetings have been budgeted for and will
be conducted at the 30, 60 and 90 percent completion stages of the project. An IRC SWDD
representative will be invited to attend and participate at the TRC meetings .
Subtask 4 . 3 Project Status Reports
CDM 's project manager will prepare and submit monthly status reports throughout the life of this
project.
PHASE II - CONSTRUCTION SERVICES
TASK 5 . 0 - GENERAL ENGINEERING SERVICES
CDM will provide services during construction for the new Oslo CCC . Under this task, CDM will
provide construction services on an as needed basis during construction for the estimated 6 - month
construction period ( 150 days to substantial completion and 180 days to final acceptance) . Smith
Engineering Consultants , Inc. and John H . Dean Architect & Associates will assist CDM with general
engineering services related to the electrical and architectural /structural work, respectively.
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,
and the preparation of record drawings all to be rendered on an as needed basis .
Subtask 5 . 1 Review Substitutes
CDM will consult with , advise IRC SWDD, and act as its representative as provided in the General
Conditions of the construction contract. Consult with and advise IRC SWDD as to the acceptability of
substitute materials and equipment proposed by the Contractor when substitution is permitted by
the Contract Documents .
Subtask 5 . 2 Site Visits
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 SWDD informed of the progress of the
work, shall endeavor to guard the County against defects and deficiencies in such work and may
disapprove or reject work as failing to conform to the Contract Documents .
Subtask 5 . 3 Shop Drawings
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, including the lift station and forcemain,
office / household hazardous waste building, security camera system, and the free standing entry
sign .
Subtask 5 .4 RFI/Clarification
CDM will issue IRC SWDD instructions to the Contractor and issue necessary interpretations and
clarifications of the Contract Documents . Have authority as IRC SWDD '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 - 8
113215_Revised .doc
Subtask 5 . 5 Applications for Payment
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 Review Walkthroughs
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 ,
Subtask 5 . 7 Contract Administration
CDM will undertake project quality management to meet budget and time constraints ; generate
correspondence to IRC SWDD , 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 .
Subtask 5 . 8 Resident Services During Construction
The activities performed under this subtask consist of periodic site visits and inspections of the
work during the construction and implementation of the project to observe the performance of the
work.
CDM will make weekly visits to the site to observe the progress and quality of the executed work
and to determine, in general , if such work is proceeding in accordance with the permit documents .
During such visits and on the basis of on -site observations, CDM shall keep IRC SWDD informed of
the progress of the work, shall endeavor to guard IRC SWDD against defects and deficiencies in such
work and may disapprove or reject work as failing to conform to the design drawings and permit
documents .
CDM will furnish a Project Representative ( PR) during the construction of the project, to observe
the performance of the work.
As CDM 's agent, the PR will act as directed by and under the supervision of CDM, and will confer
with CDM regarding his actions . The PR' s dealings in matters regarding the on - site work shall in
general be only with CDM and IRC SWDD, and dealings with subcontractors shall only be through or
with the full knowledge of IRC SWDD . Written communication with IRC SWDD will be only through
or as directed by CDM .
The PR will prepare site visit reports, describing the general working conditions , areas on
construction activity, tests performed and special and unusual events . This task will provide up to 8
hours total per week for resident inspection services over the 6 - month anticipated construction
period . The level of work estimated for this project is 192 ( 24 weeks X 8 hrs /week) man - hours of
project representative time based on a 6 - month construction period . CDM reserves the right to
request additional compensation, should construction extend beyond the 192 hour period . IRC
SWDD will provide any additional inspection services that may be required beyond the time that is
provided in this Scope of Services . During times that CDM is not onsite, IRC SWDD will be
responsible for monitoring construction activities and reporting special and unusual events . IRC
SWDD will provide an onsite resident inspector for a minimum of 8 hours per week. IRC SWDD
shall provide daily reports to CDM -
A- 9
j13215_Revised .doc
The duties and responsibilities and the limitations of the authority of the PR are as described
below :
LIMITATIONS OF AUTHORITY
Project Representative shall have limitations as follows :
a . Shall not authorize any deviation from the Design Documents or substitution of materials or
equipment, unless authorized by CDM and IRC SWDD
b . Shall not exceed limitations of CDM 's authority as set forth in the Agreement of the Design
Documents
c. Shall not undertake any of the responsibilities of IRC SWDD, subcontractors or IRC SWDD 's
superintendent
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 design drawings and permit 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 participate in specialized field or laboratory tests or inspections conducted by others
except as specifically authorized by CDM
TASK 6 . 0 — SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION
Activities performed under these tasks consist of supplementary and special engineering services
required during the construction and implementation of the project. Smith Engineering
Consultants, Inc. and John H . Dean Architect & Associates will assist CDM with general engineering
services related to the electrical and architectural /structural work, respectively.
Subtask 6 . 1 Record Drawings
CDM will coordinate the receipt and review of the Contractor's information showing those changes
made during the construction process . Coordinate the receipt and review of the Contractor's
certified survey of the Work. Participate in a final project closeout meeting with IRC SWDD and
Contractor. Prepare for IRC SWDD a set of reproducible record drawings and one blueline set of
prints showing those significant changes made during the construction process based on
information furnished to CDM by the Contractor.
Subtask 6 . 2 Change Order Preparation
Provide services in connection with preparing change orders to reflect changes to the construction
project.
Subtask 6 . 3 Certification of Completion
Provide services in connection with preparing final certifications of completion of construction .
A - 10
j13215 Revised.doc
OSLO CUSTOMER CONVENIENCE CENTER DESIGN
PRELIMINARY SHEET COUNT
COVER
G - 1 LEGEND , SYMBOLS , AND ABBREVIATIONS
G- 2 GENERAL NOTES
G - 3 BOUNDARY SURVEY
G - 4 BOUDNARY SURVEY GENERAL NOTES AND DESCRIPTIONS
C - 1 OVERALL SITE PLAN
C - 2 EXISTING CONDITIONS, DEMOLITION & EROSION CONTROL PLAN
C - 3 EXISTING CONDITIONS, DEMOLITION & EROSION CONTROL PLAN
C - 4 SITE PLAN
C - 5 SITE PLAN
C - 5 GRADING AND DRAINAGE PLAN
C - 6 GRADING AND DRAINAGE PLAN
C - 7 UTILITY PLAN
C - 8 UTILITY PLAN
C - 11 CROSS SECTIONS
C - 12 CROSS SECTIONS
C - 13 HORIZONTAL CONTROL PLAN
C - 14 HORIZONTAL CONTROL PLAN
CD - 1 EROSION CONTROL DETAILS
CD - 2 STORMWATER POLLUTION PREVENTION PLAN
CD - 3 PAVING, GRADING, AND DRAINAGE DETAILS
CD -4 SIGNAGE AND PAVEMENT MARKING DETAILS
CD - 5 UTILITY DETAILS
CD - 6 UTILITY DETAILS
CD - 7 UTILITY DETAILS
L- 1 LANDSCAPE / IRRIGATION PLAN
L - 2 LANDSCAPE / IRRIGATION PLAN
S - 1 STRUCTURAL PLANS - STRUCTURAL NOTES
S - 2 STRUCTURAL PLANS - FOUNDATION
S - 3 STRUCTURAL PLANS - SLAB INFORMATION PLAN
S - 3 STRUCTURAL PLANS - ELEVATIONS
S - 4 STRUCTURAL PLANS - STRUCTURAL DETAILS
S - 5 STRUCTURAL PLANS - BUILDING PLANS AND DETAILS
A - 1 GENERAL ARCHITECTURAL NOTES
A- 2 FLOOR PLANS , SCHEDULES AND DETAILS
A - 3 CROSS SECTIONS AND ELEVATIONS
A- 4 MISCELLANEOUS NOTES AND SPECIFICATIONS
A - 5 SPECIFICATIONS AND SIGNAGE DETAILS
E - 1 ELECTRICAL SITE PLAN
E - 2 ELECTRICAL PLAN, RISER AND PANEL SCHEDULE
E - 3 ELECTRICAL DETAILS
A- 11 jl3215_Revised .doc
EXHIBIT B
PROJECT BUDGET
AMENDMENT NO , 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENINCE CENTER
PROJECT
DESCRIPTION : PHASE I - DATA COLLECTION , DESIGN , PERMITTING, AND BIDDING
Labor Category Hours Rate Total
Officer 3 $ 200 $ 600
Principal 35 $ 180 $ 6, 300
Senior Professional 168 $ 145 $ 24, 360
Professional 11 335 $ 130 $ 43 , 550
Professional 30 $ 100 $ 3 , 000
Senior Support 17 $ 110 $ 1 , 870
Staff Support 161 $ 80 $ 12 , 880
Project Administration 55 $ 75 $ 4, 125
TOTAL HOURS 804
SALARY $ 96 , 68S
OTHER DIRECT COSTS : $ 6 , 7SO
OUTSIDE PROFESSIONALS
John H . Dean Architects and Associates, AIA $ 20 , 000
Smith Engineering Consultants , Inc. $ 6 , 000
TOTAL OUTSIDE PROFESSIONALS $ 26 , 000
NEW PHASE I BUDGET TOTAL $ 129 . 4
ORIGINAL WORK ORDER NO . 9, AMENDMENT N0 . 1 and Amendment NO . 2 $ 259 , 555
GRAND TOTAL AMENDED PHASE I BUDGET $3$ 8 , 990
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not to
exceed of $ 388 , 990 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B - 1
j13215_Revised.doc
EXHIBIT B
PROJECT BUDGET
AMENDMENT N0 , 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENINCE CENTER
PROJECT
DESCRIPTION : PHASE II - CONSTRUCTION SERVICES
Labor Category Hours Rate Total
Officer 1 $ 200 . $ 200
Principal 14 $ 180 $ 2 , 520
Senior Professional 35 $ 145 $ 5 , 075
Professional II 82 $ 130 $ 10, 660
Professional 40 $ 100 $ 4, 000
Senior Support 5 $ 110 $ 550
Staff Support 214 $ 80 $ 17, 120
Project Administration 14 $ 75 $ 1 , 050
TOTAL HOURS 405
SALARY $ 41 , 17S
OTHER DIRECT COSTS : $ 2r650
OUTSIDE PROFESSIONALS
Smith Engineering Consultants, Inc. $ 4, 000
John H . Dean Architects and Associates , AIA $ 121450
TOTAL OUTSIDE PROFESSIONALS $ 161450
GRAND TOTAL AMENDED PHASE II BUDGET
ORIGINAL WORK ORDER N0 . 9 AND AMENDMENT N0 . 1 $ 92 , 910
NET CHANGE IN PHASE II BUDGET ($ 32 , 6351
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not to
exceed of $ 60 , 275 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B - 2 j13215_Revised. doc
EXHIBIT B
PROJECT BUDGET
AMENDMENT NO . 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENINCE CENTER
BUDGET SUMMARY
WORK ORDER AMENDMENT NO. AMENDMENT NO . AMENDMENT TOTAL
PHASE DESCRIPTION NO . 9 1 2 NO, 3 CONTRACT
AMOUNT
Phase 1 Design, Permitting,
Bidding Services $ 169, 840 $75, 860 $ 13, 855 $ 129,435 $ 388, 990
Phase 2 Construction $40,020 $ 520890 $ 0 ( 32, 635 ) $60, 275
TOTAL 209, 860 $ 128, 750 $ 13, 855 $96, 800 $449, 265
B - 3 j13215_Revised.doc
EXHIBIT B
PROJECT BUDGET SUMMARY
AMENDMENT NO . 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER
Officer Principal Sr Professional Professional II Professional I Sr. Staff Project
Total
Task/Description Support Support Admin Hours
PHASE 1 — DESIGN, PERMITTING , AND BIDDING
Task 1 — Design Services
1 . 4 — Site Investigation
1 .4. 1 — Phase II Geotechnical Investigation 1 4 14 8 0 0 6 2 35
1 . 5 — Preparation of Design Drawings 0 4 20 95 0 12 120 8 259
— Sanitary Lift Station and Forcemain Design 0 2 8 8 0 0 6 2 26
— Office/Restroom & HHW Building Design 0 0 4 2 0 0 0 0 6
— Security Camera System Design 0 0 4 2 0 0 0 0 6
1 . 6 — Preparation of Contract Documents 0 4 14 10 0 0 0 8 36
1 . 7 — Preparation of Construction Cost Estimate 0 10 22 0 0 0 0 1 33
Task 2 - Permitting Assistance
2 . 1 — Preapplication Meetings 0 0 8 8 0 0 0 0 16
2 . 2 — Environmental Resource Permitting
2 . 2 . 1 — Stormwater Modeling 0 2 4 24 0 1 1 1 2 34
2 . 2 . 2 — Preparation of ERP Application 0 2 8 24 0 2 4 8 48
2 .3 — IRC Minor Site Plan Approval and ROW Permit 0 0 24 40 16 2 16 4 102
2 . 5 — FDEP General Permit for a Water Main Extension 0 0 6 6 0 0 1 1 14
2 . 6 — FDEP Solid Waste Notifications 0 0 2 0 0 0 0 1 3
2 . 7 — FDEP Application for Constructing a Domestic
Wastewater System 0 0 6 6 0 0 1 1 14
2 . 8 — Responses to Request for Additional Information 0 0 10 20 0 0 4 3 37
2 . 12 — Indian River County Stormwater Management Permit 0 2 8 32 0 0 0 0 42
Task 3 - Bidding Services 1 0 1 10 14 0 2 4 32
Task 4 - Project/Quality Management 1 5 5 40 0 0 0 10 61
Subtotal 3 35 168 335 30 17 161 55 804
B - 4 j13215_Revised.doc
EXHIBIT B
PROJECT BUDGET SUMMARY
AMENDMENT NO . 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER
Senior Staff Project Total
Task/Description Officer Principal Sr. Professional Professional II Professional 1 Support Support Admin Hours
PHASE 11 — CONSTRUCTION SERVICES
Task 5 - General Engineering Services
5 . 1 — Review Substitutes 0 0 0 2 2 0 0 1 1 5
5 . 2 — Site Visits 0 0 2 6 0 0 0 0 8
5 . 3 — Shop Drawings 0 8 17 12 8 0 0 4 49
5 .4 — RFI/Clarification 0 6 13 10 6 2 4 3 44
5 . 5 — Applications for Payment 0 0 0 6 4 0 0 1 11
5 . 6 — Review Walkthroughs 0 0 2 4 4 0 0 0 10
5 . 7 — Contract Administration 1 0 0 22 0 0 0 2 25
5 .8 — Resident Services 0 0 0 0 0 0 192 0 192
Task 6 - Special Services During Construction
6 . 1 — Record Drawings 0 0 1 8 8 2 16 1 36
6 . 2 — Change Order Preparation 0 0 0 4 4 0 0 1 9
6 . 3 — Certification of Completion 0 0 0 8 4 1 2 1 16
Subtotal 1 14 35 82 40 5 214 14 405
PHASE 1 AND II TOTAL 4 49 203 417 70 22 375 69 1, 209
B - 5 j13215_Revised.doc
EXHIBIT C
PROJECT SCHEDULE
AMENDMENT NO . 3
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER
PROJECT SCHEDULE 1
Receive Authorization / Notice to Proceed July 12 , 2011
Complete Stormwater Modeling August 15 , 2011
Complete 90 % Design Drawings September 15 , 2011
Submit Permit Applications September 30 , 2011
Receive Permit Approvals December 30 , 2011
Complete Final Design Drawings January 15 , 2012
Services During Construction 6 months from start of Construction
As - Built Drawings Upon Completion of Construction
1. Schedule to be adjusted based upon Notice to Proceed date .
C - 1 j I3215_Revised .doc