Loading...
HomeMy WebLinkAbout2003-079 ORIGINAL • Rev.. 10/0 ^ Public0 d � Client PROFESSIONAL SERVICE AGREEMENT ADDENDUM Addendum No . 2 THIS ADDENDUM to the AGREEMENT, made and entered into November 13 , 2001 by and between Post, Buckley, Schuh & Jernigan , Inc. (PBS&J) and the Client identified herein , provides for the Additional Services described under Item 1 of this Agreement. CLIENT: Indian River County, Florida PROJECT NUMBER : SHORT TITLE OF MAIN CONTRACT: Continuing Consulting Services for Wastewater Treatment Plants SHORT TITLE OF ADDENDUM : Central Regional WWTF & Regional Sludge Facility Odor Control Improvements 1 . DESCRIPTION OF ADDITIONAL PROFESSIONAL SERVICES TO BE PROVIDED BY PBS&J ( If additional pages are necessary, they are identified as Attachment A) : See Attachment A 2 . THE COMPENSATION TO BE PAID PBS&J for providing the requested services shall be ( If additional pages are necessary, they are identified as Attachment B) : ❑ Direct personnel expense plus a surcharge of plus reimbursable costs . ❑ A Lump-Sum charge of $ , plus out-of-pocket expenses . ❑✓ Unit Cost/Time Charges identified in Attachment B , plus reimbursable costs . ❑ In accordance with the provisions for additional services compensation set forth in the aforementioned Agreement. ❑ Other - See Attachment B APPA ED AS TO FORM IN WITNESS WHEREOF, this Addendum is accepted on the latera wn"tten�elowIC cto the terms and conditions above stated , and the aforementioned Agreement. BY INDIAN RI^R COUNTY , FLORIDA MARIAN e FELL BOARD 0 COUNTY ISSIONERS ASSISTANT COUNTY ATTORNE CLIENT: P� BUCKLE GAN , INC . SIGNED : B IGNED : TYPED NAM AdXfteth ch , rm n TYPED N E . Rob A. Morrell , P. E . , DEE Attest : J . K . Barton , Clerk TITLE : Vice President By eP Y u I2rk April 1 .2003 DATE : z 3 Distribution : Copy 1 - PBS8J ; Copy 2 - Client; Copy 3 - PBS&J Accounting ATTACHMENT A ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES I . PROJECT DESCRIPTION The objective of this project is to implement certain odor control improvements at the Indian River County ( IRC) Central Wastewater Treatment Facility (WWTF) and Regional Sludge Processing Facility ( RSF) . The basis of the odor control improvements will be the Central WWTF Odor Control Study prepared by PBS&J in February 2003 . PBS &J conceptually estimates the construction cost of these improvements to be in the range of $ 1 , 200 , 000 . Il . SCOPE OF SERVICES The specific services and tasks to be provided by PBS &J are described as follows : Task 1 as Consultation with IRC Staff for County Implementation of Certain Odor Improvements Certain odor improvements are to be implemented via quotes from existing County contractors to IRC staff. PBS &J will support this effort by providing telephone consultation , periodic site visits , sketches , abbreviated technical specifications , and other technical support as detailed in the following tasks . It is understood from IRC staff that the following improvements described in PBS &J ' s Odor Control Study have already been completed (or will be completed by IRC staff) and do not require further assistance from PBS&J : • Improvements to Sludge and Septage Storage Tanks Ventilation • Addition of gaskets on the headworks structure • Addition of internal recycle for the anoxic tank • Coverage of belt press drain sumps CAF/bwN:\Projects\IRCOUNCY\Continuing Wastewater Services\Central & South W WTP Odor Contro1\0I Proposals\l . l Proposals\ATTACHMENT A TO Central WWTF SCOPE 3-24- 032.doc Last Revised 3/24/2003 4:38 PM 1 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) Task 1 . 1 - Addition of Sodium Hypochlorite to RSF Scrubbers As recommended in the PBS&J Odor Control Study, the RSF scrubber system will be converted from a single stage scrubber to a two-stage scrubber utilizing sodium hypochlorite in the second stage . Included in this conversion will be the addition of a sodium hypochlorite feed system and associated controls . PBS&J will support the addition of the sodium hypochlorite system up to a budget limit of 74 hours . Task 1 .2 - Weather Station Communication with Central WWTF PLC System IRC staff has procured a weather station to be mounted near the existing pretreatment structure . PBS&J will provide sketches , PLC programming and other technical support to integrate the data generated by the weather station into the existing PLC system . A budget of 48 hours is estimated to accomplish this task . Task 1 . 3 - Headworks Scrubber Process Improvements The Central WWTF utilizes a chemical scrubber to control odor emissions from the headworks process . Certain improvements to the operation and control of these scrubber processes may further improve scrubber efficiency. IRC staff will self perform all such improvements to the headworks scrubber system . PBS&J will provide sketches and other consultation to IRC staff in support of this effort up to a budget limit of 24 hours . Task 2 - Final Design IRC staff intends that certain odor control improvements be bid and constructed by a general contractor. PBS &J will prepare the contract documents in support of this construction effort as detailed in the following tasks . For budgeting purposes , the following is a list of anticipated construction plans to be included in this final design effort : CAF/bwN:\Projects\IRCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor Control\01 Proposals\l . I Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc Inst Revised 3/24/2003 4: 38 PM 2 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) G - 1 Cover Sheet G -2 Central WWTF Site Plan C- 1 Central WWTF Grading and Drainage S- 1 Structural Notes and Abbreviations S-2 Structural Plans , Sections and Details S-3 Structural Plans , Sections and Details S-4 Structural Plans , Sections and Details M- 1 RSF Blower Plan , Sections and Details M-2 Central WWTF Anoxic Basin Cover Plan , Sections and Details M-3 Central WWTF Anoxic Basin Duct & Biofilter Plan , Section and Detail M-4 Mechanical Details HVAC- 1 Central WWTF Screening Dumpster Area Ventilation Plan , Sections and Details E - 1 Central WWTF Electrical Site Plan E -2 Central WWTF Single Line Diagra E-3 RSF Blower Electrical Plan and Details E -4 Central WWTF Biofilter Electrical Plan and Details E -5 Electrical Conduit and Wire Schedules E -6 Central WWTF MCP Layouts E-7 Electrical Miscellaneous Details 1 - 1 Central WWTF MCP PLC Input Schematic Diagram Task 2 . 1 - Construction Plans - New RSF Blowers and Controls PBS&J will prepare construction plan sheets for the addition of variable frequency drive (VFD ) control of the existing RSF blower and the addition of a second smaller blower for the sludge septage storage tank duct. Included in this effort is the installation of an automated damper on the exhaust duct from the Dewatering Building . Task 2 . 2 - Construction Plans - Central WWTF Anoxic Basin Covers and Odor Control PBS&J will prepare construction plan sheets for the addition of aluminum or fiberglass covers for the Central WWTF anoxic basins . PBS&J will prepare construction plan sheets for the addition of a modular biofilter and associated duct , blower, electrical and controls , for the covered anoxic basins . Task 2 . 3 - Construction Plans - Central WWTF Internal Recirculation System CAF/bwN:\Projects\[RCOUNTY\Continuing Wastewater Smices\Central & South W WTP Odor Contro1\01 Proposals\ l . I Proposals\ATTACHMENT A TO Central WWTF SCOPE 3-24- 032.doc Inst Revised 3/24/2003 4: 38 PM 3 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) PBS &J will prepare construction plan sheets for the addition of a permanent internal recirculation pumping system to recirculate mixed liquor form the oxidation itch to the first anoxic basin . This permanent system will replace the temporary system currently being used . Task 2 .4 - Construction Plans - Improved Ventilation for Screenings Dumpster Area - Central WWTF PBS &J will prepare construction plan sheets for improvements to the ventilation system at the Central WWTF screenings dumpster area such that the doors can remain closed . The improvements will include duct that will be routed to the anoxic basin biofilter. Task 2 . 5 - Specifications PBS &J will prepare technical specifications related to the project and will incorporate County standard "front-end" ( Division 0- 1 ) specifications . Task 2 . 6 - Cost Estimating PBS &J will prepare estimates of probable construction cost to be submitted with the 60 % , 90 % and bid documents . Task 2 . 7 - County Reviews PBS &J will submit up to 5 sets of progress contract documents at approximately the 60 % and 90 % levels of completion . PBS &J will attend a single review meeting with IRC staff for each progress milestone . IRC staff will provide PBS &J a single set of written review comments prior to each review meeting . Task 3 - Geotechnical Evaluation The scope of the work will include drilling one ( 1 ) Standard Penetration Test (SPT) boring in general accordance with ASTM D 1586 . The boring will be near the proposed biofilter. Task 4 - Permitting CAF/bwN:\Projects\IRCOLINTY\Continuing Wastewater Services\Central & South W WTP Odor Control\01 Proposals\l . l Proposals\ATTACHMENT A TO Central WWTF SCOPE 3-24- 032.doc Inst Revised 3/24/2003 4:38 PM 4 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) PBS &J will prepare one permit application on behalf of IRC staff for a County building permit for the Central WWTF site . PBS &J has also budgeted to respond to one request for additional information . Task 5 - Bidding Phase Services Task 5 . 1 - Document Distribution and Pre-Bid Meeting A reproducible copy of the final construction Contract Documents will be provided to IRC staff. IRC staff will make all necessary copies and will distribute same to all bidders without assistance from PBS &J . PBS &J will attend the pre-bid conference to assist IRC staff in answering potential bidder questions . Task 5.2 - Addenda Preparation It has been assumed that the bidding period (from issuance of invitation for bid to bid opening ) will be thirty (30) calendar days . During the bidding period , PBS&J will receive bidders ' written questions from IRC staff, and prepare an addendum for distribution by IRC staff. For the purposes of budgeting this task , one addendum is assumed to be required . Task 6 - Construction Services General Once authorized by IRC staff, PBS &J will proceed with the construction phase services described below by specific tasks . It is anticipated that the construction period will not exceed 8 months . The County will provide inspection services during construction and PBS&J is entitled to rely on such services without independent review. The County within the limits of applicable law and without waiver of any defenses or claims will be responsible for its agents or employees performing any of the work of the project. PBS&J shall not be responsible for construction means , methods , techniques , sequences or procedures , or for safety precautions and programs in connection with the work , and shall not be responsible for the County or Contractor(s ) failure to carry out the work in accordance with the Plans and Specifications . CAF/bwN:\Projects\IRCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor Control\01 Proposals\l . I Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc Last Revised 3/24/2003 4:38 PM 5 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) Task 6 . 1 = Construction Administration PBS &J will participate in construction administration activities such as telephone conversations , communication with key project personnel , etc. , up to the budget limit of 60 hours . Task 6 .2 = Shop Drawing Review PBS&J shall review shop drawings , up to two times per submittal , for general conformance with the Plans and Specifications up to a maximum of 112 hours . Task 6 . 3 = Interpretations and Clarifications PBS &J shall provide clarifications and interpretations of the Plans and Specifications as requested up to a budget limit of 80 hours . Task 6 .4 = Periodic Site Visits PBS &J shall visit the project site at intervals appropriate to the various stages of construction , as the Engineer deems necessary to observe the progress and quality of the construction and its general conformance with the Contract Documents . This includes a site visit at the point of substantial completion for the purposes of assisting in punch list preparation . A budget limit of 70 hours has been included for this task . Task 6 . 5 = Construction Meetings PBS&J will attend up to 8 monthly construction progress meetings . Task 6 . 6 = Record Drawings PBS &J shall prepare one reproducible set of record drawings for the County based solely on information provided by the Contractor. Task 6 . 7 = Materials Testing CAF/bwN:\Projects\[RCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor Contro1\01 Proposals\ l . l Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc bast Revised 3/24/2003 4:38 PM 6 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) PBS &J has included a budget of $2 , 500 . 00 for anticipated materials testing during construction . Task 6 . 8 - Start Up, Testing and Training Assistance PBS &J will provide assistance to IRC staff in the start up , testing and training of the constructed facilities as requested by IRC staff up to a budget limit of 82 hours . PBS &J will provide PLC programming for the facilities constructed via this project up to a budget limit of 40 hours . III . SCHEDULE Task 1 - Consultation with IRC Staff for County Implementation of Certain Odor Control Improvements PBS &J will complete the services described in Task 1 concurrent with IRC staff implementation of the subject improvements . Task 2 - Final Design 1 ) The 60 % contract documents and associated estimate of probable construction cost will be completed within 90 days of Notice to Proceed and receipt of all requested information from IRC staff. 2) The 90% contract documents and associated estimate of probable construction cost will be completed within 60 days of receipt of written County comments on the 60 % design . 3 ) The bid documents and associated estimate of probable construction cost will be completed within 45 days of receipt of written County comments on the 90 % design documents . Task 3 - Geotechnical Evaluation The geotechnical services for the project as described in Task 3 will be completed within 60 days of receipt of the Engineer's Notice to Proceed and County approval of the proposed boring locations . CAF/bwN:\Projects\IRCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor Contro1\01 Proposals\l . 1 Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc Last Revised 3/24/2003 4:38 PM 7 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) Task 4 — Permitting PBS &J 's permitting services will be completed concurrent with the completion of final design bid documents described in Task 2 . Task 5 as Bidding Phase Services PBS &J ' S bidding phase services will be completed concurrent with the County' s project bidding period . Task 6 as Construction Phase Services 1 ) Construction Administration , Shop Drawing Submittal Reviews , Periodic Site Visits , Materials Testing , and Interpretations and Clarifications : Construction Administration , Shop Drawing Submittal Reviews , Periodic Site Visits , Materials Testing , and Interpretations or Clarifications of the Plans and Specifications will be completed concurrently with the Contractor' s construction effort. The construction shall be initiated within 90 days of design completion and shall not exceed an 8-month construction period . 2 ) Record Drawings : Record Drawings shall be completed within 45 days of receipt of the complete as- built drawings from the Contractor. IV. COMPENSATION Compensation for the engineering services described above shall be on a time charge basis , in accordance with Exhibit " B" , for a not-to-exceed fee of $213 , 258 . 00 . V. SERVICES TO BE PROVIDED BY THE COUNTY To support PBS &J 's efforts in this project, the County agrees to provide the following services : CAF/bwN:\Projects\IRCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor Control\0I Proposals\ I . 1 Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc Last Revised 3/24/2003 4:38 PM 8 ATTACHMENT A INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES CENTRAL WASTEWATER TREATMENT FACILITY AND REGIONAL SLUDGE PROCESSING FACILITY SCOPE OF SERVICES (Continued) • Furnish files , drawings , previous reports , records of construction , underground utility locations , operation and maintenance data , topographic information , permits , pertinent correspondence , and any other information necessary to prosecute the work described herein . • Provide timely advice and guidance regarding County policies and technical preferences . Provide timely comments and review of information provided . The County agrees to assist in completing this project in accordance with the proposed schedule . • Provide suitable digital files of site plans , topography, and record drawings for the Central WWTF and RSF such that supplemental survey services are not required . • Resolve all internal variance in opinion regarding technical preferences or guidance prior to directing PBS&J . • Provide all labor, equipment , materials , etc. needed to complete the items to be self performed by IRC staff. • Conduct construction inspection services . CAF/bwN:\Projects\IRCOUNTY\Continuing Wastewater Services\Central & South W WTP Odor ControR01 Proposals\l . l Proposals\ATTACHMENT A TO Central W WTF SCOPE 3-24- 032.doc Inst Revised 3/24/2003 4:38 PM 9 A7TACNM N PBSW Client: Indian River County Dsparynard of UdW SeMces Project Name: Centra/ WIT 8 Regional Sludge Facility Odor Control Improvements Task: all File: FEE 3-24-03 Date of Estimate: 28-Au -02 • u Iplkn: LatKK Mani iN: Project No. 3.10 naes Multi ix 1.10 TW 1.1 TASK 1.2 TASK 1ALABOR COST DETAIL iA4K 10 TASK S.1 TASK 1t TMK yJ RSR SvuMw WxaNSYlYO • 0•11IMSCMI RW BIM1 iM 11 T�Klit D42[ T& I TMJ TMf CATEODRY SpNyq K.bR 4ni000rM C•nbY WWrR (.pyy µlYir Ser•Onlnp Tw TMLf TwITuna Ta41 Wm C^N CwNy awYtOMeY LMfS iMtf iMtl iMfA MmR Rnmk YMnN R�ertYalbO VmlXetlm aNSOa ConYrvctlm SIiW RRM1 • Pend al En "neer 16 g ENm RONwn E�•IUNIenO Swvlrn ROmMNbNan anM CM pyrt b Cm�huc0on a..NY Me0M0Y Sdrt UpS TOTAL HOIIRI,Y BILLABLE Pro' Director 8 16 0^•1 T iMnl HOOKS RATE 8 2 6 12 8 LABOR Sr. En 'nserlV 2 4 q 8 6 12 2 8 g 8 8 2 6 6 18 2 8 16 4 4 g 24 132 .00 26189rSr En 'neerlV Shudural 16 8 2 8 q 4 2 8 120 50.00 18 800 Sr En 'neer lV EVAC) at 8 Sr En neerlll HVAC 24 40 24 16 6 2 8 18 q 2 50 52.00 8 060 Sr. En "neer 111 32 40 4 18 16 8 4 8 18 8 70 52.00 11 284 En 'neereer 11 20 24 16 8 16 12 24 8 6 8 4 2 144 52.00 23213 16 1 B 32 72 42 40.00 Cetld TeMniden 12 q 24 32 18 16 6 8 72 444 40.00 5208 056 encar TOTALI1DURa 6 2 2 26 62 88 40 48 8 8 24 16 i6 0 32.00 20 12 12 g 8 49 174 25.00 13 485 74 48 2452 178 250 24 4 4 8 12 i6 6 12 380 22.00 25916 TOTAL LAeOft DOST 9 538 $5,654 3 050 898 17 509 I In& 982 112 118 124 qtr 52 2 44 60 6 8 6 i 6 173 18.00 12 425 11 259 15 599 6 194 299 310 4563 112 80 70 80 78 3 122 1729 9 653 8 382 13 739 9 835 8 370 9 374 6 43fi 366 16 083 REM 196884 Per p'em aft, 50 150 150 150 R.• DY.tl. raN Do-..'• Com er 25 1000 500 Tale honet;ounerNost 100 25 25 25 25 50 50 25 50 1 000 1 200 1 000 5 800 6 380 Pontin a ics 50 25 25 25 50 50 CADD nVMsc. 25 25 25 25 25 25 25 150 10 250 500 250 100 100 100 100 50 50 495 38 12 24 72 75 SU 100 75 100 300 150 1 260 1 388 Cleotechn/cal EHuation 240 264 120 144 p 0 0 0 100 1935 2129 24 p 2 000 0 24 0 0 144 0 36 1 140 1 254 2 500 MW DIRECT ASK B61 212 74 122 340 4 500 4 950 MULTIPLIED DIRECT SRASK 3947 5233 381 3134 514 370 219 225 70 1300 0 5374 3565 $707 5241 2 000 1 074 375 200 274 1 175 1 400 444 2 500 1 336 RAW gRECT cows . 0 TOTAL ASK S24g 377 31430 32 W SI 181 $413 5220 5301 Sl 93 15085 10 483 5 888 3 132 5,032 17 883 27 548 72 832 11 500 15 847 8 271 7 728 2 510 5 745 18,795 139 9 936 9 fi63 10 9740 69248 3 118 17 552 MULTIPLIED DIRECT cons - $ 16594 TOTAL FEE • 213 258 f Central W WTF RSF Odor Control Design 3-24-03.KIs 32420034:35 PM