HomeMy WebLinkAbout2007-292 � 7 P
AMENDMENT NUMBER 4 WORK ORDER NUMBER 1
This Amendment Number 4 to Work Order Number 1 ("Amendment") is entered into
as of this 41!' day of � PVY� ke r . 2007 ("Effective Date" ) pursuant to that
certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004
(" Agreement"), by and between Indian River County, a political subdivision of the State of
Florida ("COUNTY") and Camp Dresser & McKee Inc. ("Consultant" ).
1 . The COUNTY has selected the Consultant to perform the professional services set
forth in Work Order Number 1 dated April 13, 2004 .
2. The COUNTY and the Consultant desire to amend Work Order Number 1 as set forth
in Attachment A to this Amendment and made a part hereof by this reference all in accordance
with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, Work Order Number 1 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 as of the
Effective Date first written above.
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Camp Dresser & McKee Inc. OF INDIAN RIVER COUNTY
By: By: G :•
Eric torotke, P.E., BCEE Gary C,!IVheeler, Chairman "
Principal Engineer
BCC: Approved:
Attest: J.K. Barton, Clerk of Court
'
r ,
By: v ` ,&) L. ,Yom ..
Deputy Clerk
Approved:
1
eph A. gird, County Administrator
p ve as to form and_le al sufficiency:
Ian E. Fell, Assistant County Attorney
6'
jb1414.da
� 7 P
AMENDMENT NUMBER 4 WORK ORDER NUMBER 1
This Amendment Number 4 to Work Order Number 1 ("Amendment") is entered into
as of this 41!' day of � PVY� ke r . 2007 ("Effective Date" ) pursuant to that
certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004
(" Agreement"), by and between Indian River County, a political subdivision of the State of
Florida ("COUNTY") and Camp Dresser & McKee Inc. ("Consultant" ).
1 . The COUNTY has selected the Consultant to perform the professional services set
forth in Work Order Number 1 dated April 13, 2004 .
2. The COUNTY and the Consultant desire to amend Work Order Number 1 as set forth
in Attachment A to this Amendment and made a part hereof by this reference all in accordance
with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, Work Order Number 1 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 as of the
Effective Date first written above.
CONSULTANT BOARD OF COUNTY COMMISSIONERS
Camp Dresser & McKee Inc. OF INDIAN RIVER COUNTY
By: By: G :•
Eric torotke, P.E., BCEE Gary C,!IVheeler, Chairman "
Principal Engineer
BCC: Approved:
Attest: J.K. Barton, Clerk of Court
'
r ,
By: v ` ,&) L. ,Yom ..
Deputy Clerk
Approved:
1
eph A. gird, County Administrator
p ve as to form and_le al sufficiency:
Ian E. Fell, Assistant County Attorney
6'
jb1414.da
ATTACHMENT A
PROJECT DESCRIPTION
CDM will provide additional engineering services during the construction phase of the North
County Water Treatment Plant. The increase in engineering services during construction
reflects the additional effort to verify engineering, and incorporate additional items into the
project. This amendment also addresses additional permitting effort required in the
construction phase, namely modifications to the FDEP water plant permit and minor changes to
the IRC site plan permit.
SCOPE OF SERVICES
Additional permitting and construction services required to expand the capacity of the North
County Water Treatment Plant are provided in Part B of Attachment A.
CONSULTING ENGINEER INSURANCE REQUIREMENTS
A. Workers Compensation as required by the State of Florida. Employer's Liability of
$100,000 each accident, $500,000 disease policy limit, and $100,000 disease each
employee.
B. General Liability: commercial general liability coverage, including contractual liability
and independent contractor, with a minimum combined single limit of $100,000 per
occurrence and personal injury coverage of $50,000.
C. Business Automobile Liability: owned, hired, and non-owned vehicles at a minimum
combined single limit of $100,000 per occurrence and personal injury coverage of
$50,000 for bodily injury and property damage for owned and non-owned vehicles.
D. Professional Liability Insurance: providing coverage for negligent acts, errors, or
omissions committed by Consultant with a limit of $1,000,000 per claim/ annual
aggregate. This insurance shall extend coverage to loss of interest, earning, profit, use,
and business interruption, cost of replacement power, and other special, indirect, and
consequential damages.
COMPENSATION FOR SERVICES
North County WTP - Phase Il Expansion Services
Amendment No. 4
Task 1 - Updating of Preliminary Design N/ C Lump Sum
Task 2 - Preparation of Contract Documents N/ C Lump Sum
Task 3 - Permitting Services $22,700 Upper Limit
Task 4 - Bidding Assistance N/ C Upper Limit
Task 5 - Contract Administration/ Periodic Field Representation $3,500 Upper Limit
Task 6 - Additional Engineering Services $20,600
Total 6 800
Compensation is to be paid on a billing rate basis plus other direct costs on an as-needed basis.
CDM will submit monthly invoices for services performed.
A-1 jb1414.do
i
ATTACHMENT A
PROJECT DESCRIPTION
CDM will provide additional engineering services during the construction phase of the North
County Water Treatment Plant. The increase in engineering services during construction
reflects the additional effort to verify engineering, and incorporate additional items into the
project. This amendment also addresses additional permitting effort required in the
construction phase, namely modifications to the FDEP water plant permit and minor changes to
the IRC site plan permit.
SCOPE OF SERVICES
Additional permitting and construction services required to expand the capacity of the North
County Water Treatment Plant are provided in Part B of Attachment A.
CONSULTING ENGINEER INSURANCE REQUIREMENTS
A. Workers Compensation as required by the State of Florida. Employer's Liability of
$100,000 each accident, $500,000 disease policy limit, and $100,000 disease each
employee.
B. General Liability: commercial general liability coverage, including contractual liability
and independent contractor, with a minimum combined single limit of $100,000 per
occurrence and personal injury coverage of $50,000.
C. Business Automobile Liability: owned, hired, and non-owned vehicles at a minimum
combined single limit of $100,000 per occurrence and personal injury coverage of
$50,000 for bodily injury and property damage for owned and non-owned vehicles.
D. Professional Liability Insurance: providing coverage for negligent acts, errors, or
omissions committed by Consultant with a limit of $1,000,000 per claim/ annual
aggregate. This insurance shall extend coverage to loss of interest, earning, profit, use,
and business interruption, cost of replacement power, and other special, indirect, and
consequential damages.
COMPENSATION FOR SERVICES
North County WTP - Phase Il Expansion Services
Amendment No. 4
Task 1 - Updating of Preliminary Design N/ C Lump Sum
Task 2 - Preparation of Contract Documents N/ C Lump Sum
Task 3 - Permitting Services $22,700 Upper Limit
Task 4 - Bidding Assistance N/ C Upper Limit
Task 5 - Contract Administration/ Periodic Field Representation $3,500 Upper Limit
Task 6 - Additional Engineering Services $20,600
Total 6 800
Compensation is to be paid on a billing rate basis plus other direct costs on an as-needed basis.
CDM will submit monthly invoices for services performed.
A-1 jb1414.do
ATTACHMENT A
Part B
SCOPE OF WORK
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
BACKGROUND
The North County Water Treatment Plant (NCWTP) is a permitted 3.53 million gallons per day
(mgd) (3.0 mgd of permeate) facility serving northern Indian River County (IRC) . The original
water plant was a repump station upgrade which began construction in June 1996 and was
placed into operation in July 1998. The existing plant draws water from three upper Floridan
Aquifer wells. The facility currently utilizes two 1 .5 mgd membrane treatment nanofiltration
skids and incorporates a raw water blend rate of approximately 15 percent (0.53 mgd) to
achieve the facility finished water capacity of 3.53 mgd. The facility layout was designed for
future expansion at such time customer demand in the North County service area warranted.
The phase 1I plant expansion was successfully bid and the contract awarded to Poole and Kent
of Florida to construct the plant. This phase adds three new 1 .5 mgd nanofiltration skids along
with three skids for future water production which will be installed without membranes. This
allows water production without a major plant upgrade after the well field has been expanded.
This amendment is for additional services for unanticipated permitting services and additional
engineering services during construction.
SCOPE OF SERVICES
CDM shall provide additional engineering services related to extra permitting in Task 3,
supplementary construction services in Task 5, and additional design services in Task 6.
During the construction phase of the North County Water Treatment plant, additional features
were identified by IRC to be modified at the plant or incorporated into the plant. These features
require additional engineering effort and are described further below.
The following described engineering services are additional scope items not previously covered
in the Phase I1 plant expansion work authorizations or Amendments 1, 2, and 3. The following
descriptions are for additional services to be covered under this amendment:
Task 1. 0 Preliminary Design (No Changes in this Amendment)
Task 2.0 Preparation of Contract Documents (No Changes in this Amendment)
Task 3. 0 Permitting Services (Amendment 4 Additional Services)
This task provides for the preparation of necessary permit applications, meetings, and
negotiations with regulatory agencies and preparation of one response to Requests for
Additional Information (RAI) from IRC Planning and Zoning and Florida Department of
Environmental Protection (FDEP) .
A-2 10414Aoc
■ FDEP required a permit to construct the plant process and site improvements. The
original plant process permit had been on hold pending approval of the separate
industrial discharge permit being prepared by others. CDM was directed to prepare
and apply for a construction permit to allow for plant modifications for components that
do not impact the required industrial discharge permit in an effort to expedite
construction aspects. This permitting effort was not anticipated in the original scope of
work.
■ FDEP will require a Construction and Operations permit to allow the new water
production unit processes to be installed when the industrial discharge permit has been
issued. This secondary submittal will be required prior to achieving the substantial
completion milestones for the construction phase.
■ CDM will prepare a minor modification to the site plan permit issued by the IRC
Planning and Zoning Department for a change to the entrance gate to reduce the
number of gate operators and reduce the capital cost of the facility. No request for
additional information is anticipated in this effort.
Task 4. 0 Bidding Assistance Services (No Changes in this Amendment)
Task 5.0 Contract Administration/PeriodicField Representation
Membrane procurement for the project has required additional general services during
construction to negotiate and retain the price quoted by the membrane manufacturer. IRC
contracted directly with the membrane manufacturer, in lieu of through the Contractor,
avoiding sales taxes resulting in a $44,432 savings to IRC. CDM assisted IRC in this membrane
procurement effort which was Change Order Number One to the construction contract.
Change Order Two to the construction contract has added 105 days to the substantial
completion dates. The final completion date has not changed. CDM will work with IRC staff
to minimize any extension in services during this construction period. CDM reserves the right
to seek additional compensation for time that may be necessary to provide the oversight for
certifying the construction complete and/ or time dependent engineering services associated
with this extension. CDM will notify IRC Staff prior to potential scope or budge impact.
Task 6.0 Additional Engineering Design Services
This task is added to delineate additional engineering effort required to accommodate minor
changes in the plant configuration by incorporating features, and changing or upgrading
existing facilities. The following items are addressed under this task.
Subtask 6.1 Large Yard Piping Modification:
Raw water is pumped from the well field at the fairgrounds adjacent to the North County plant.
Recent changes in the location of some new wells have required a change to the large yard
piping plan for the plant. This task is for supplementary engineering services to accommodate
these changes in the well field piping. Additional effort is included to negotiate the necessary
change order to the construction contract for this modification. This effort affects both the yard
A-3 jb1414.dx
ATTACHMENT A
Part B
SCOPE OF WORK
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
BACKGROUND
The North County Water Treatment Plant (NCWTP) is a permitted 3.53 million gallons per day
(mgd) (3.0 mgd of permeate) facility serving northern Indian River County (IRC) . The original
water plant was a repump station upgrade which began construction in June 1996 and was
placed into operation in July 1998. The existing plant draws water from three upper Floridan
Aquifer wells. The facility currently utilizes two 1 .5 mgd membrane treatment nanofiltration
skids and incorporates a raw water blend rate of approximately 15 percent (0.53 mgd) to
achieve the facility finished water capacity of 3.53 mgd. The facility layout was designed for
future expansion at such time customer demand in the North County service area warranted.
The phase 1I plant expansion was successfully bid and the contract awarded to Poole and Kent
of Florida to construct the plant. This phase adds three new 1 .5 mgd nanofiltration skids along
with three skids for future water production which will be installed without membranes. This
allows water production without a major plant upgrade after the well field has been expanded.
This amendment is for additional services for unanticipated permitting services and additional
engineering services during construction.
SCOPE OF SERVICES
CDM shall provide additional engineering services related to extra permitting in Task 3,
supplementary construction services in Task 5, and additional design services in Task 6.
During the construction phase of the North County Water Treatment plant, additional features
were identified by IRC to be modified at the plant or incorporated into the plant. These features
require additional engineering effort and are described further below.
The following described engineering services are additional scope items not previously covered
in the Phase I1 plant expansion work authorizations or Amendments 1, 2, and 3. The following
descriptions are for additional services to be covered under this amendment:
Task 1. 0 Preliminary Design (No Changes in this Amendment)
Task 2.0 Preparation of Contract Documents (No Changes in this Amendment)
Task 3. 0 Permitting Services (Amendment 4 Additional Services)
This task provides for the preparation of necessary permit applications, meetings, and
negotiations with regulatory agencies and preparation of one response to Requests for
Additional Information (RAI) from IRC Planning and Zoning and Florida Department of
Environmental Protection (FDEP) .
A-2 10414Aoc
piping and the electrical feed duct bank during the construction phase of the project.
Subtask 6.2 New Water Meter Modifications
IRC has requested replacement of the bulk finish water meter that measures the amount of
water sent to the distribution system. This meter has been in service since the ground storage
tank and re-pump station was constructed over fifteen years ago. IRC staff indicated that the
accuracy of the water meter has become questionable. There are many factors that affect the
accuracy of a meter; therefore this effort will provide analysis of the meter layout,
recommendations for resolution, specifications for modifications to the meter piping, and
negotiations with the contractor for a change order to install a new meter.
Subtask 6.3 Surge Valve Relocation
The surge valve was relocated eliminating yard piping resulting in a cost savings to IRC of
$17, 448 in Change Order 2 to the construction contract. This task is for the additional
engineering services to review, evaluate, and document this change to the large yard piping for
the plant.
Subtask 6.4 Secondary Chlorine Injection Point Relocation
The new secondary jinection point for backup chlorination of the finish water was relocated to
achieve a savings in the double wall containment piping. This task also eliminates the need to
replace the existing injection feed piping with double contained piping to conform to new EPA
rules. CDM will work closely with IRC staff with a goal of construction cost savings for the
project. CDM will review and evaluate the contractor's change order for this work and
document the change on the plant piping plans.
OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES (No Changes)
The following list of items is not included in this Scope of Services but will be addressed in
separate proposals or will be negotiated separately with IRC, if required:
A. Excavation for field verification of the actual locations of existing underground utilities
and structures. If field verification is necessary, excavation shall be provided by IRC as
directed by CDM.
B. Services associated with assisting IRC in the review and evaluation of patent-related
disputes, issues, or claims including preparing to serve or serving as a consultant or
witness for IRC in litigation, arbitration, public or private hearings, or other legal or
administrative proceedings involving patent-related disputes, issues, or claims .
C. SJRWMD Consumptive Use and FDEP Well Construction permitting and well system
and raw water piping outside of the plant fence/ offsite design, bidding, and
construction are to be conducted by others.
D. Concentrate disposal relocation permitting is currently nearing completion by others . If
necessary, services for concentrate disposal permitting will require a contract
amendment.
A-4 jb1414.doc
E. Special services associated with construction including operating manuals and start-up
services.
F. Start-up Instrumentation Programming services
G. Additional services in connection with the project not otherwise provided for in this
Scope of Services.
COUNTY RESPONSIBILITIES
IRC shall provide the following to CDM in a timely manner:
■ Fees for permits,
■ Review of CDM work products,
■ Standard Front-End (Division 0) Contract Documents.
SCHEDULE
Services are ongoing with the expected construction milestone dates:
Substantial Completion December 17, 2008
Final Completion January 1, 2009
A-5 jb1414.da
■ FDEP required a permit to construct the plant process and site improvements. The
original plant process permit had been on hold pending approval of the separate
industrial discharge permit being prepared by others. CDM was directed to prepare
and apply for a construction permit to allow for plant modifications for components that
do not impact the required industrial discharge permit in an effort to expedite
construction aspects. This permitting effort was not anticipated in the original scope of
work.
■ FDEP will require a Construction and Operations permit to allow the new water
production unit processes to be installed when the industrial discharge permit has been
issued. This secondary submittal will be required prior to achieving the substantial
completion milestones for the construction phase.
■ CDM will prepare a minor modification to the site plan permit issued by the IRC
Planning and Zoning Department for a change to the entrance gate to reduce the
number of gate operators and reduce the capital cost of the facility. No request for
additional information is anticipated in this effort.
Task 4. 0 Bidding Assistance Services (No Changes in this Amendment)
Task 5.0 Contract Administration/PeriodicField Representation
Membrane procurement for the project has required additional general services during
construction to negotiate and retain the price quoted by the membrane manufacturer. IRC
contracted directly with the membrane manufacturer, in lieu of through the Contractor,
avoiding sales taxes resulting in a $44,432 savings to IRC. CDM assisted IRC in this membrane
procurement effort which was Change Order Number One to the construction contract.
Change Order Two to the construction contract has added 105 days to the substantial
completion dates. The final completion date has not changed. CDM will work with IRC staff
to minimize any extension in services during this construction period. CDM reserves the right
to seek additional compensation for time that may be necessary to provide the oversight for
certifying the construction complete and/ or time dependent engineering services associated
with this extension. CDM will notify IRC Staff prior to potential scope or budge impact.
Task 6.0 Additional Engineering Design Services
This task is added to delineate additional engineering effort required to accommodate minor
changes in the plant configuration by incorporating features, and changing or upgrading
existing facilities. The following items are addressed under this task.
Subtask 6.1 Large Yard Piping Modification:
Raw water is pumped from the well field at the fairgrounds adjacent to the North County plant.
Recent changes in the location of some new wells have required a change to the large yard
piping plan for the plant. This task is for supplementary engineering services to accommodate
these changes in the well field piping. Additional effort is included to negotiate the necessary
change order to the construction contract for this modification. This effort affects both the yard
A-3 jb1414.dx
ATTACHMENT A
Part C-1
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 3.0 - Additional Permitting Services
Category Hours Rate Cost
Officer 4 $160 $640
Principal/Associate 2 $140 $280
Senior Professional 68 $120 $8,160
Professional II 28 $105 $2,940
Professional 60 $85 $5,100
Senior Support Staff 31 $75 $2,325
Staff Support Services 32 $65 $2,080
Project Administration 3 $65 $195
TOTAL HOURS 228
SALARY $21,080
OTHER DIRECT COSTS $17580
TOTAL ESTIMATED COSTS - UPPER LIMIT $22f660
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 22 700
A-6 jbl414 do<
ATTACHMENT A
Part C-2
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 5.0 - Additional Contract Administration/ Periodic Field
Representation
Category Hours Rate Cost
Officer 4 $160 $640
Principal/Associate 4 $140 $560
Senior Professional 20 $120 $2400
Professional 2 $85 $170
Project Administration 2 $65 $130
TOTAL HOURS 32 $3,260
SALARY $3,260
OTHER DIRECT COSTS $240
TOTAL ESTIMATED COSTS - UPPER LIMIT $3,500
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 3 500
A-7 7b 1414.aoc
piping and the electrical feed duct bank during the construction phase of the project.
Subtask 6.2 New Water Meter Modifications
IRC has requested replacement of the bulk finish water meter that measures the amount of
water sent to the distribution system. This meter has been in service since the ground storage
tank and re-pump station was constructed over fifteen years ago. IRC staff indicated that the
accuracy of the water meter has become questionable. There are many factors that affect the
accuracy of a meter; therefore this effort will provide analysis of the meter layout,
recommendations for resolution, specifications for modifications to the meter piping, and
negotiations with the contractor for a change order to install a new meter.
Subtask 6.3 Surge Valve Relocation
The surge valve was relocated eliminating yard piping resulting in a cost savings to IRC of
$17, 448 in Change Order 2 to the construction contract. This task is for the additional
engineering services to review, evaluate, and document this change to the large yard piping for
the plant.
Subtask 6.4 Secondary Chlorine Injection Point Relocation
The new secondary jinection point for backup chlorination of the finish water was relocated to
achieve a savings in the double wall containment piping. This task also eliminates the need to
replace the existing injection feed piping with double contained piping to conform to new EPA
rules. CDM will work closely with IRC staff with a goal of construction cost savings for the
project. CDM will review and evaluate the contractor's change order for this work and
document the change on the plant piping plans.
OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES (No Changes)
The following list of items is not included in this Scope of Services but will be addressed in
separate proposals or will be negotiated separately with IRC, if required:
A. Excavation for field verification of the actual locations of existing underground utilities
and structures. If field verification is necessary, excavation shall be provided by IRC as
directed by CDM.
B. Services associated with assisting IRC in the review and evaluation of patent-related
disputes, issues, or claims including preparing to serve or serving as a consultant or
witness for IRC in litigation, arbitration, public or private hearings, or other legal or
administrative proceedings involving patent-related disputes, issues, or claims .
C. SJRWMD Consumptive Use and FDEP Well Construction permitting and well system
and raw water piping outside of the plant fence/ offsite design, bidding, and
construction are to be conducted by others.
D. Concentrate disposal relocation permitting is currently nearing completion by others . If
necessary, services for concentrate disposal permitting will require a contract
amendment.
A-4 jb1414.doc
ATTACHMENT A
Part C-3
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 6.0 - Additional Engineering Services
Category Hours Rate Cost
Principal/ Associate 8 $140 $1,120
Senior Professional 66 $120 $7,920
Professional 62 $85 $5,570
Staff Support Services 64 $65 $4,160
Project Administration 11 $65 $715
TOTAL HOURS 211 $19,185
SALARY $19,185
OTHER DIRECT COSTS $1,445
TOTAL ESTIMATED COSTS - UPPER LIMIT $20,630
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 20 600
A-8
jb1414.tlac
E. Special services associated with construction including operating manuals and start-up
services.
F. Start-up Instrumentation Programming services
G. Additional services in connection with the project not otherwise provided for in this
Scope of Services.
COUNTY RESPONSIBILITIES
IRC shall provide the following to CDM in a timely manner:
■ Fees for permits,
■ Review of CDM work products,
■ Standard Front-End (Division 0) Contract Documents.
SCHEDULE
Services are ongoing with the expected construction milestone dates:
Substantial Completion December 17, 2008
Final Completion January 1, 2009
A-5 jb1414.da
ATTACHMENT A
Part C-1
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 3.0 - Additional Permitting Services
Category Hours Rate Cost
Officer 4 $160 $640
Principal/Associate 2 $140 $280
Senior Professional 68 $120 $8,160
Professional II 28 $105 $2,940
Professional 60 $85 $5,100
Senior Support Staff 31 $75 $2,325
Staff Support Services 32 $65 $2,080
Project Administration 3 $65 $195
TOTAL HOURS 228
SALARY $21,080
OTHER DIRECT COSTS $17580
TOTAL ESTIMATED COSTS - UPPER LIMIT $22f660
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 22 700
A-6 jbl414 do<
ATTACHMENT A
Part C-2
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 5.0 - Additional Contract Administration/ Periodic Field
Representation
Category Hours Rate Cost
Officer 4 $160 $640
Principal/Associate 4 $140 $560
Senior Professional 20 $120 $2400
Professional 2 $85 $170
Project Administration 2 $65 $130
TOTAL HOURS 32 $3,260
SALARY $3,260
OTHER DIRECT COSTS $240
TOTAL ESTIMATED COSTS - UPPER LIMIT $3,500
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 3 500
A-7 7b 1414.aoc
ATTACHMENT A
Part C-3
PROJECT BUDGET
INDIAN RIVER COUNTY
NORTH COUNTY WATER TREATMENT PLANT
AMENDMENT NO. 4 - ADDITIONAL PERMITTING and ENGINEERING SERVICES
PROJECT
DESCRIPTION: North County WTP - Phase II Expansion
Task 6.0 - Additional Engineering Services
Category Hours Rate Cost
Principal/ Associate 8 $140 $1,120
Senior Professional 66 $120 $7,920
Professional 62 $85 $5,570
Staff Support Services 64 $65 $4,160
Project Administration 11 $65 $715
TOTAL HOURS 211 $19,185
SALARY $19,185
OTHER DIRECT COSTS $1,445
TOTAL ESTIMATED COSTS - UPPER LIMIT $20,630
TOTAL ESTIMATED ENGINEERING FEE (UPPER LIMIT) 20 600
A-8
jb1414.tlac