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