HomeMy WebLinkAbout2021-166CCNA2018 WORK ORDER 44
Landfill Gas Flare Skid Improvements and Pipeline Extension
This Work Order Number 44 is entered into as of this 12thday ofOctober , 2021, pursuant to
that certain Continuing Consulting Engineering Services Agreement for Professional Services entered
into as of the 181h day of May, 2021 (the "Agreement"), by and between INDIAN RIVER COUNTY, a
political subdivision of the State of Florida ("COUNTY") and Kimley-Horn and Associates, Inc.
("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit A (Scope of Work), 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 Exhibit B
(Fee Schedule), 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 Exhibit C
(Time Schedule), 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:
Kimley-Horn tes, Inc.
By:
tt!'GAd, P.E.
Print Name:
BOARD OF COUNTY COMMISS}t iE ss��
OF INDIAN RIV OUNTY
By:
seph E. Fles er, Chairmi ........ 'P±
Title: Senior Vice President BCC Approved Date: October 12, 2021
Attest: Jeffrey Rmith, Clerk f Court and Comptroller
By: Iamb --�71kb
Deputy Clerk
Approved
Approved as to form and legal sufficiency
Jason E. trtn, County Administrator
D' an T. Reingold, County Attorney
WORK ORDER NUMBER 44
LANDFILL GAS FLARE SKID IMPROVEMENTS AND PIPELINE EXTENSION
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) solid waste disposal district (SWDD) currently relies on a
candlestick flare for landfill gas (LFG) emissions. The current blower flare skid was
installed in 2004 and is in need of updating and reconfiguration for overall performance
and efficiency, and to accommodate the renewable natural gas (RNG) project that is in
development with the Indian River Eco District (IRED). In addition, SWDD is working
with a third -party to install a leachate evaporation system that may utilize landfill gas as a
fuel source. To accommodate the RNG and evaporation projects, modifications to the LFG
skid and an extension to the LFG pipeline are required. The proposed modifications will
improve the LFG collection and control system by providing reliable vacuum pressure to
the gas wellfield and ensure continuous delivery of dry, pressurized LFG to the evaporation
and RNG projects.
Kimley-Horn and Associates, Inc. (Consultant) has partnered with BioGas Engineering
(BioGas) to design, permit and bid the proposed improvements. The BioGas proposal is
incorporated herein and provided as Attachment 1 to this Scope of Work for informational
purposes. The Consultant team will design, permit, and prepare a bid package for the
proposed improvements as outlined in the following Scope of Services. Services during
construction are not included in this Scope of Services.
SCOPE OF SERVICES
Task 1: Landfill Gas Pipeline Design
The Consultant will prepare the design of an LFG pipeline to deliver LFG from the flare
skid to the proposed location of the evaporation system (adjacent to the existing biosolids
dewatering facility). The route of the pipeline will be identified in Task 1 and utilized as
the basis of this design. The design will provide for a common utility trench that will house:
1. LFG transmission line from flare to the evaporation system;
2. Compressed air line for pneumatic valves and pumps (if required);
3. Any other future lines required by the County; and
4. Any control conduits required to communicate between new flare skid and the
evaporation system.
This task will include route analysis, site survey, geotechnical data collection, site survey
details, trench detail, pipe sizes, conduit types/sizes, roadway crossing details, pavement
restoration cross sections/details, maintenance of operations/traffic information, erosion
Page 1 of 8
control details, and miscellaneous details needed to complete the construction of the
project, as outlined in the following subtasks.
Subtask 1.1 Preliminary Design Activities
1.1.1 Alignment for Survey Purposes
This task will include a kickoff meeting with SWDD staff to discuss project
objectives, scope, schedule and coordination of related tasks/projects not included
in this Scope of Services (i.e. environmental and operational impacts, leachate force
main, etc.). During the kickoff meeting, the Consultant will present options for
finalization of the pipeline route to extend the LFG from the existing flare location
to the evaporation system location (north of the biosolids dewatering facility).
1.1.2 Survey
Using the route identified in Subtask 1.1.1, Consultant will proceed with the
collection of survey data to serve as the basis of design. The Consultant will
subcontract with a local consultant who routinely performs work for the County on
the S WDD property to perform these services. Survey of the proposed LFG pipeline
extension corridor will include documentation of surface features, location of
underground piping in the vicinity of the evaporation system (leachate forcemain
and wastewater forcemain), trees and other notable features. Ground penetrating
radar is not included. Underground utilities will be approximated from prior
surveys, record drawings and visible surface features (valves, meters, etc.) and will
be noted for the selected contractor to field -verify prior to construction. Consultant
will review the survey data upon receipt and incorporate into the design plans.
1.1.3 Geotechnical Data
The consultant will subcontract with a local consultant who routinely performs
work for the County on the SWDD property to perform these services. The
Consultant anticipates the collection of geotechnical data (soil borings) from
approximately seven (7) hand augers to a depth of six (6) feet to determine the
suitability of soils and establish the seasonal high water table elevation. The
Consultant will review the geotechnical report for incorporation into the design
documents.
Subtask 1.2 Landfill Gas Pipeline Design
1.2.1 30 Percent Design
The Consultant will prepare 30 percent plans detailing the proposed modifications.
Two 11 x 17 hardcopy sets of review documents will be provided to the County
along with an electronic (PDF format) copy. A review meeting will be conducted
with SWDD staff to capture comments and concerns relative to the proposed 30
percent design to ensure the design is compatible with the proposed RNG and
evaporation system projects. Comments received will be documented and
incorporated as appropriate for use in preparing the 60 percent design documents.
Page 2 of 8
1.2.2 60 Percent Design
The Consultant will prepare 60 percent plans and specifications to serve as the bid
package for use by the County in soliciting competitive bids for construction of the
project. The 60 percent design will incorporate comments received on the 30
percent design and will also include detailed design of civil (paving, grading,
drainage), structural, electrical, instrumentation (based on information provided by
others), demolition, tree relocations and site restoration components (if needed).
Environmental services related to surface water impacts, gopher tortoise relocation,
etc. are not included in this scope of services. These services can be provided, if
needed, under separate authorization or amendment to this Work Order. Two full
size sets of plans and two hardcopy sets of draft technical specifications will be
provided, along with an electronic copy (PDF format) for the County's review.
A design review meeting will be conducted with SWDD staff to discuss comments
on the 60 percent design documents. Comments received will be documented and
incorporated as appropriate for use in preparing the 90 percent design documents.
1.2.3 90 Percent Design and Final Bid Package
The Consultant will incorporate comments received during the 60 percent review
and advance the plans and specifications to the 90 percent completion level. Two
full size sets of plans and two hardcopy sets of draft technical specifications will be
provided, along with an electronic copy (PDF format) for the County's review. An
additional review meeting will be conducted with SWDD staff to discuss review
comments and final modifications to be made to the bid package. The consultant
will incorporate final comments and coordinate with procurement to prepare the
final bid package for use in advertising the project. The Consultant will provide a
final PDF of the bid documents to SWDD and procurement for use in soliciting
bids.
1.2.4 Bidding and Project Management
The Consultant will prepare for and participate in a pre-bid site visit meeting with
prospective bidders. An attendee list will be prepared, and questions asked will be
documented with written responses for procurement to distribute to plan holders.
The Consultant will prepare up to two addenda to the bid, providing clarifications
and additional information as needed. Consultant will coordinate with
procurement on all bid -related matters.
The Consultant will then review bids received, verify references and prepare a
recommendation of award to provide to SWDD. Upon award, procurement will
complete the preparation of conformed documents. No services are included for
preparing the conformed contract documents.
This task will also include Project Management services for those tasks necessary
to monitor and maintain project scope, schedule and budget, prepare invoices,
Page 3 of 8
prepare progress summaries and review/process subconsultant contracts and
payment.
Subtask 1.3 Coordination with Heartland
The Consultant will work closely with the County and Heartland to review the overall
design, equipment specifications and construction plan of the evaporation system. The
Consultant will serve as the Owner's representative and will review the details of the
system integration between the Heartland Facility equipment and SWDD's proposed
landfill assets. This task will include the following activities:
■ Allocate and assign key engineering resources (such as controls, mechanical, and
process engineers) as necessary to support the project during critical design review
stages;
■ Review detailed drawings, calculations and other information submitted by the
Heartland engineering team. These may include natural gas and LFG piping
designs, mechanical piping drawings, electrical and controls designs for valves,
instruments and other electrical equipment that could affect the landfill assets.
■ Review the master project schedule and provide comments to SWDD regarding
risks in achieving critical milestones by the developer. Please note that to do this,
the Consultant will request monthly schedule updates from Heartland and provide
comments as necessary.
■ The Consultant will monitor the engineering and coordination performed by
developer/contractor of the facility.
■ The Consultant will review all design and equipment specifications regarding the
integration of piping with the landfill system.
■ Perform site visits if necessary (travel expenses to be invoiced as incurred for the
necessary number of site visits).
Task 2: Landfill Gas Skid Design
Design of the landfill gas skid modifications will include coordination with the RNG
(IRED) and evaporation system (Heartland Technologies) providers to ensure that the
proposed modifications meet the needs (pressure, moisture content, flow, etc.) of each
project. Anticipated modifications are as follows:
1. Coordination of integration and controls between the LFG skid and the evaporation
system, including automation suitable to adjust for operational changes by either
the landfill or evaporation system. Anticipate addition of various sensors,
modulating valves and a variable frequency drive.
2. New Control panel.
3. New high pressure blowers.
Design will include the preparation of:
■ Process and Instrumentation Diagrams (P&IDs)
■ Process flow diagram including high pressure blowers;
■ Detailed mechanical drawings for the blower system;
■ Structural drawings as necessary to support new installation;
Page 4 of 8
■ Electrical drawings incorporating design for BFS;
■ A complete set of construction drawings for the procurement and construction of
the new BFS;
■ Controls integration and network drawings for the integration of the Heartland
Facility; and
■ Civil details for grading and drainage as needed.
Subtask 2.1 Request for Information
The Consultant will prepare a request for information needed to prepare the design and
support the preparation of a basis of design memorandum. Data requested will include, but
not be limited to, historical operational data of the LFG collection system and flare,
operational needs of the RNG project (IRED) and operational needs of the evaporation
system (Heartland). The Consultant will review and evaluate the data received to formulate
a basis of design memorandum, which will then be reviewed with SWDD staff in a virtual
meeting to gain concurrence prior to advancing to the design phase.
Subtask 2.2 30 Percent Design
The Consultant will prepare 30 percent plans detailing the proposed modifications. Two
11 x 17 hardcopy sets of review documents will be provided to the County along with an
electronic (PDF format) copy. A review meeting will be conducted with SWDD staff to
capture comments and concerns relative to the proposed 30 percent design to ensure the
design is compatible with the proposed RNG and evaporation system projects. Comments
received will be documented and incorporated as appropriate for use in preparing the 60
percent design documents.
Subtask 2.3 60 Percent Design
The Consultant will prepare 60 percent plans and specifications to serve as the bid package
for use by the County in soliciting competitive bids for construction of the project. The 60
percent design will incorporate comments received on the 30 percent design and will also
include detailed design of civil (paving, grading, drainage), structural, electrical,
instrumentation (based on information provided by others), demolition, tree relocations and
site restoration components (if needed). Environmental services related to surface water
impacts, gopher tortoise relocation, etc. are not included in this scope of services. These
services can be provided, if needed, under separate authorization or amendment to this
Work Order. Two full size sets of plans and two hardcopy sets of draft technical
specifications will be provided, along with an electronic copy (PDF format) for the
County's review.
A design review meeting will be conducted with SWDD staff to discuss comments on the
60 percent design documents. Comments received will be documented and incorporated as
appropriate for use in preparing the 90 percent design documents.
Subtask 2.4 90 Percent Design and Final Bid Package
The Consultant will incorporate comments received during the 60 percent review and
advance the plans and specifications to the 90 percent completion level. Two full size sets
Page 5 of 8
of plans and two hardcopy sets of draft technical specifications will be provided, along
with an electronic copy (PDF format) for the County's review. An additional review
meeting will be conducted with SWDD staff to discuss review comments and final
modifications to be made to the bid package. The consultant will incorporate final
comments and coordinate with procurement to prepare the final bid package for use in
advertising the project. The Consultant will provide a final PDF of the bid documents to
SWDD and procurement for use in soliciting bids.
Subtask 2.5 Bidding and Project Management
The Consultant will prepare for and participate in a pre-bid site visit meeting with
prospective bidders. An attendee list will be prepared, and questions asked will be
documented with written responses for procurement to distribute to plan holders. The
Consultant will prepare up to two addenda to the bid, providing clarifications and
additional information as needed. Consultant will coordinate with procurement on all bid -
related matters.
The Consultant will then review bids received, verify references and prepare a
recommendation of award to provide to SWDD. Upon award, procurement will complete
the preparation of conformed documents. No services are included for preparing the
conformed contract documents.
This task will also include Project Management services for those tasks necessary to
monitor and maintain project scope, schedule and budget, prepare invoices, prepare
progress summaries and review/process subconsultant contracts and payment.
Subtask Z 6 Permitting
The Consultant does not anticipate the need for local (i.e. County) or jurisdictional
permits (FDEP, Army Corps of Engineers, etc.) for the work being proposed. The
existing LFG collection system and flare will remain operational until such time as the
new flare system is placed into service. Under this task, the Consultant will prepare and
submit a request for determination to FDEP to obtain confirmation of permitting needs
(or lack thereof) for modifying the LFG flare. If permitting is determined to be necessary,
an amendment to this scope of services will be required. This task will also include minor
coordination with the successful bidder to respond to any design -related questions from
the building department as the contractor obtains the necessary construction permits.
Page 6 of 8
EXHIBIT B
FEESCHEDULE
The Consultant will provide these services in accordance with our Continuing Consulting
Engineering Services Agreement for Professional Services dated May 18, 2021, by and
between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and Kimley-Horn and Associates, Inc., ("Consultant").
Kimley-Horn will perform Tasks 1 and 2 for the total lump sum fee of $226,420, as
detailed below. Individual task amounts are informational purposes only. All permitting,
application, and similar project fees will be paid directly by the County.
Task Description
KHA
Labor
Subtotal
Subs
Expenses
Task Total
BioGas
Survey
Geotech
Task 1- Landfill Gas Pipeline Design
$ 31,280
$ 56,50.0
$ 2,000
$ 2,000
$ -
$ 91,780
1.1 Preliminary Design Services
$ 5,330
$ -
$ 2,000
$ 2,000
$ -
$ 9,330
1.2 Landfill Gas Pipeline Design
$ 20,550
$ 37,100
$ -
$ -
$ -
$ 57,650
1.3 Coordination with Heartland
$ 5,400
$ 19,400
$ -
$ -
$ -
$ 24,800
Task 2 - Landfill Gas Skid Design
$ 14,340
$112,300
$ -
$ -
$ 8,000
$ 134,640
2.1 Request for Information
$ -
$ 9,210
$ -
$ -
$ -
$ 9,210
2.2 30% Design
$ 1,570
$ 27,630
$ -
$ -
$ 8,000
$37,200
2.3 60% Design
$ 2,020
$ 27,630
$ -
$ -
$ -
$ 29,650
2.4 90% Design and Final Bid Package
$ 2,620
$ 27,630
$ -
$ -
$ -
$ 30,250
2.5 Bidding and Project Management
$ 6,180
$ 20,200
$ -
$ -
$ -
$ 26,380
2.6 Permitting
$ 1,950
$ -
$ -
$ -
$ -
$ 1,950
Lump Sum Total
$ 45,620
$ 168,800
$ 2,000
$ 2,000
$ 8,000
$226,420
*Expenses will be invoiced as incurred, not on a lump sum basis.
Lump sum fees will be invoiced twice monthly based upon the overall percentage of
services completed. Payment will be due per the contract terms.
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project but may
be required depending on circumstances that may arise during the execution of this
project. Additional services may include, but not be limited to the following:
• Environmental Services (surface water impacts, gopher tortoise relocation, etc.)
• Construction Services
• Design of the RNG or evaporation system projects
• Design of any dehydration equipment or chiller skid slab
Page 7 of 8
EXHIBIT C
TIME SCHEDULE
Design of the project will be completed within 4 months of receipt of Notice to Proceed.
Advertisement of bid will be dependent upon the Procurement Department's workload. Bids will
be received 30 days from advertisement. The Consultant will review bids and provide a
recommendation of award within 15 days of bid opening.
Page 8 of 8
Attachment 1
BioGas Engineering Proposal
IRC— Professional Services
October 4, 2021
Jill Grimaldi, BCES
Kimley-Horn
445 24'-h Street, Ste # 200
Vero Beach, FL - 32960
Subject: Proposal to Provide Engineering Design Services for a New LFG Blower Flare Skid
at Indian River County Landfill, Vero Beach, Florida.
Dear Mr. Mehta:
Provided herein is Biogas Engineering's (BGE's) proposal to provide engineering design, project
management and Owner's Engineer (OE) services for the proposed blower flare skid
replacement and leachate evaporation projects at the Indian River County Landfill (Landfill).
The Landfill is owned by the Indian River County Solid Waste Disposal District (IRC) and Kimley-
Horn (Prime) is retained by the IRC to provide professional services to the IRC. BGE will be
working as a subcontractor to the Kimley-Horn to perform this work.
It is our understanding that IRC is working with Heartland Water Technology (Heartland), which
is providing a turnkey solution for design and installation of a leachate evaporation facility
(Heartland Facility) utilizing landfill gas (LFG) as a heat source to evaporate the leachate
generated at the Landfill. IRC will also be selling LFG to the Indian River Eco District (IRED) for
their future renewable natural gas (RNG) Facility (IRED Facility). Hartland Facility require LFG to
be pressurized and dried (moisture removed). Currently, only the engineering design of the
new BFS is being funded as Phase I of the project.
Additionally, BGE has been asked to provide engineering design and project management
services to ensure the Heartland Facility can be seamlessly integrated with the new BFS. The
Heartland Facility will be located within the landfill property which is located at 1325 74th Ave
SW, Vero Beach, FL 32960. The success of the Heartland Facility will be dependent on
successful integration with the Landfill's existing LFG collection and control system (GCCS). IRC
has decided to install a new BFS which to provide reliable vacuum to the wellfield and ensure
continuous delivery of dry, pressurized LFG to the Heartland and IRED Facilities.
OVERVIEW OF THE LEACHATE EVAPORATION PROJECT
The intent of the evaporation project is to take the leachate from the Landfill and evaporate it
using LFG as a fuel, instead of hauling the leachate off site for treatment and disposal. The
Heartland Facility will utilize LFG, if adequate supply is available, or natural gas from a nearby
public utility gas line (Florida City Gas), or both, as the fuel source(s) for the system. The
Heartland Facility will have two incoming pipelines -- the LFG line and the liquid leachate line. It
is our understanding that the leachate line is already being installed by IRC. BGE has been
asked to provide an engineering proposal to design both the new BFS and a trench (to carry LFG
and any required service connections, e.g., pressurized air, communications cable etc.) for the
Heartland Facility.
MOGAS ENGINEERING 1 +1 (562) 786-6656
IRC— Professional Services
Provided below is the detailed scope of work
SCOPE OF WORK
The scope of work within this proposal is divided into the following tasks.
TASK 1: New Blower Flare Skid Design - Phase 1
As mentioned previously, the IRC county plans on replacing the existing blower flare skid with a
new BFS which can produce the pressure required by the Heartland and IRED Facilities and
providing them conditioned LFG which is free of moisture. It is our understanding that IRC and
IRED and planning on jointly funding the engineering design, procurement, and construction of
the new BFS. Currently, only the engineering design phase (Phase 1) of the project is being
funded.
Under this task, BGE will work with IRC, Heartland representatives to determine the ideal
design for the integration of the BFS and controls communication between the LFG and the
Heartland systems. This BFS will be designed to automatically adjust to account for changes at
the Landfill and at Heartland's operations. To achieve this the design will likely require multiple
sensors, modulating valves and utilization of a variable frequency drive (VFD) to maintain
steady state operations and limit shutdowns on both systems.
As mentioned above, the BFS design will include a new control panel which will be able to read
inputs and control the necessary valves and blower settings at the desired frequency (for
controlling the speed of the blowers). The BGE team will perform the following activities under
this task.
• Engage BCE's design engineering team to work with Heartland controls engineering team
for the integration of the project;
• Review design basis requirements from the Heartland team to specify a new high pressure
blower flare skid;
• Review Heartland's control strategy and provide input as necessary to protect IRC's
interests and to successfully integrate the Heartland system with the new control panel.
• Once the operational requirements for both systems are confirmed, prepare a design
basis for all parties to review and approve prior to proceeding with the design;
• Once the design basis has been approved, prepare detailed engineering design drawings
in order to procure and construct a neer BFS; and
• Under the design package of a new BFS, the following drawings will be provided
o P&ID;
o Process flow diagram including high pressure blowers;
o Detailed mechanical drawings for the blower system;
o Structural drawings, as necessary to support new installation;
o Electrical drawings incorporating design for BFS equipment (aftercooler, chiller
and heat exchangers);
c A complete set of construction drawings for the procurement and construction of
the new BFS; and
* Controls integration and network drawings for the integration of the Heartland
Facility.
RIUGAS ENGINEERING: � 2 www.biogaseng.com +1 (562) 785-5656
IRC— Professional Services
o Material and construction specifications as necessary forth efabrication of the BFS
and construction of the project.
It is our understanding that the cu^rent structural pad might be adequate for the prc,posed
installation and no Civil improvements will be required, however, if additional pad footprint is
required to house new BFS, we will rely on Kimley-Horn to provide following items
• Topographic survey drawings;
• Geotechnical report (if necessary);
• Civil drawings including grading and drainage drawings;
• Structural drawings for the pad design; an.
• Permitting assistance to get local building permits;
It is our understanding that these items will be billed to IRC separately outside the scope and cost
identified in this proposal.
We. propose a lump sum cost of $92,100 for the engineering design of the BFS. This will be billed
on the following schedule:
• 10% at the issue of request for information;
• 30% at 30% design completion phase (basis of design);
• 30% at completion of 60% design;
• 25% at the completion of 90% design; and
• 5% at the delivery of final Issued -for -Construction Drawings
This cost excludes any travel expenses, which will be billed per the attached rate schedule. At
this point, we anticipated two trips (two personnel crew) and an expected expense of about
$8,000. Expenses will be billed monthly as the cost is incurred. We propose a total budget of
$100,100 for this task.
TASK 2: BES Design delated Project Management and Procurement Services
Under this task, BGE will prepare a separate package to receive bids for the procurement and
construction of the blower flare skid. Provided below is the list of activities covered under this
task.
• Conduct bidding for the procurement and installation upgrades.
• Hold pre-bid meeting with the perspective bidders and provide project information
Answer contractors' questions pertaining to the design.
• Prepare bid comparison spreadsheet and present to the client for review
• Hold bid review call and provide recommendation for the selection of the contractor
We propose a lump sum cost of $20,200 for this task. This task will be billed on an agreed upon
percent completion basis at the end of each month.
TASK 3: utility Trench Engineering Design
Under Task 2, BGE will work with Kimley-Horn (Prime, Client) to design the utility trench between
the New BFS and Heartland Facility. BGE will desi¢n a common utility trench which will house:
BIOGAS ENGINEERING 3 www.biogaseng.o-z)ri +1 (562) /86-5656
IRC— Professionul Services
• LFG transmission line from BFS to the Heartland Facility;
• Compressed air line for pneumatic valves and pumps (if required);
• Prepare material and construction specifications as necessary for the installation of the
utility trench;
• Any other future lines required by IRC; and
• Any control conduits required to communicate between new BFS and Heartland Facility;
and
Under this task, BGE team will design the trench detail, pipe sizes, conduit sizes etc. and will rely
on Kimley-Horn to perform the survey of the site and prepare the trench alignment drawings
which will also address the traffic requirements to keep landfill operations going without
interruption. BGE will review the design drawings once the design is complete.
We propose a lump sura estimate of $21,800 for the design and engineering of the transmission
lines and associated utilities. This will be billed on the following schedule:
• 20% at the issue of request for information;
• 60% at 60% design completion phase (alignment);
• 20% upon the completion of the draft design drawings.
This cost does not anticipate a separate travel will be required to complete this task, therefore,
no travel expenses are included in this task.
TASK 4: Utility Trench Related Project Management and Procurement
Services
Under this task, BGE will prepare a separate package to receive bids for the procurement and
construction of the Utility Trench. Provided below is the list of activities covered under this
task.
• Conduct bidding for the alignment of the trench.
• Hold pre-bid meeting with the perspective bidders and provide project information
• Answer contractors' questions pertaining to the design.
• Prepare bid comparison spreadsheet and present to the client for review
• Hold bid review call and provide recommendation for the selection of the contractor
We propose a lump sum cost of $15,300 for this task. This task will be billed on an agreed upon
percent completion basis at the end of each month.
I -ASK 5: Hartland Related Owner's Engineer and PM Services
BGE will work closely with IRC and Heartland to review the overall design, equipment
specifications and construction plan of the Heartland Facility. As the owner's engineer (OE) and
project manager, BGE will review the details of the system integration between the Heartland
Facility equipment and the Client's proposed landfill assets. BGE will perform the following
activities under this task:
BIOGAS ENGINEERING ~�- 4 wwrw.biogsseng.i orn +1 (5621, 786-5656
IRC— Professional Services
• Allocate and assign key engineering resources (such as controls, mechanical, and process
engineers) as necessary to support the project during critical design review stages;
• Review detailed drawings, calculations and other information submitted by the Heartland
engineering team. These include natural gas and LFG piping designs, mechanical piping
drawings, electrical and controls designs for valves, instruments and other electrical
equipment that could affect the Client's Landfill assets.
• Review the master project schedule and provide comments to the Client regarding risks
in achieving critical milestones by the developer. Please note that to do this, BGE will
request monthly schedule updates from Heartland and provide comments as necessary.
• As the OE, BGE will monitor the engineering and coordination performed by
developer/contractor of the facility.
• As the OE, BGE will review all design and equipment specifications regarding the
integration of piping with the Client landfill system.
• Perform site visits if necessary.
We propose a lump sum of $19,400 for this task. This task will be billed at the end of each on
an percent completion basis at the end of each month. We will allocate resources as necessary
to support project progress. Any travel expenses will be billed per the attached rate schedule
as well. This cost estimate is based on our project understanding at this time, BGE will inform
the Client if additional budget is necessary to support ongoing activities.
COST SUMMARY
Provided below is the summary of the costs proposed in this proposal.
We propose a total cost of $176,800 for the project, which will be billed per the payment
scheduled described above. We propose a net 30 payment terms from the date of the invoice.
EXCEPTIONS
The following items are excluded from this scope of work:
• Review of environmental impact assessments or traffic studies and reports;
• Design to provide any service connections to the site (electrical, natural gas,
communication, etc.);
• Site visits in addition to what is covered urder this proposal,
B!OGAS ENGINEERING 5 www.biogasen.g.com +1 (562) 786-5056
Tabl6 I.- 6�t summary
Task
Detail
Type
Cost
1
New Blower Flare Skid Design — Phase 1
Engineering Design
LS
$92,100
_
2
Expenses _
BFS Design Related PM and Procurement Services
T&M
$8,000
LS
$20,200
3
4
Utility Trench Engineering Design
Utility Trench Related PM and Procurement Services
LS
LS
$21,800
$15,300
5
Heartland Related OE arid PM Services IS
Total:
$19,400
$176,800.00
We propose a total cost of $176,800 for the project, which will be billed per the payment
scheduled described above. We propose a net 30 payment terms from the date of the invoice.
EXCEPTIONS
The following items are excluded from this scope of work:
• Review of environmental impact assessments or traffic studies and reports;
• Design to provide any service connections to the site (electrical, natural gas,
communication, etc.);
• Site visits in addition to what is covered urder this proposal,
B!OGAS ENGINEERING 5 www.biogasen.g.com +1 (562) 786-5056
IRC— Professional Sei vices
• Permitting (or any permit fees) of any kind is excluded unless requested by IRC in writing;
• Site surveys, geotechnical exploration and utility location services; we understand this will
be made available to BGE prior to the start of the project (performed by Kimley-Horn);
• Construction support during installation. This service can be offered if requested by IRC;
and
• Any items or work which are not clearly stated or identified in this document.
CLOSING
We are excited about this opportunity and are looking forward to assisting IRC on this project.
Should you have any questions, please do not hesitate to contact me.
Sincerely,
Gautam Arora, PE
President
QIOGAS ENGINEERING
B10GA.S ENGINEERING 6 www.biogaseng.com y1 (562) 786-5056
IRC— Professional Services
APPENDIX A
SIOGAS ENGINEERING
2021 Hourly Rate Schedule
Principal________ -----------------------------------------------------------
$230
Project/Technical Director
$2.1.0
Sr. Process Engineer/Sr. Controls Engineer_________________________
------------ $190
Project Manager/Lead Engineer ______________ -------------------------------
$180
Project
Project Engineer
Process Engineer/ Controls Engineer ------------------------------------------
$165
Construction Supervisor/Manager---____ -------------------------------------
$140
Autocad Designer/Drafter ----------------------------------------------------
$115
Field Technician$145
-------------------------------------------------------------
Admin
General Terms
1. Travel costs, expenses (fees) and Sub consultant costs will be billed at cost.
2. All costs are in United States Dollar.
3. All invoices are due within 30 days of issuing the invoice.
BIOGAS ENGINEERING 7 www.blogaseng.com +1 (562.) 786-56.56