HomeMy WebLinkAbout2008-094WORK ORDER NUMBER 9
This Work Order Number 9 is entered into as of this 18th day of March
M&
pursuant to that certain Continuing Contract Agreement for Professional Services entered into
as of August 10, 2004 and amended effective July 24, 2007 (as so amended, the "Agreement"),
by and between Indian River County Solid Waste Disposal District, a dependent special district
of Indian River County, Florida ("District") and Camp Dresser & McKee, Inc., a Massachusetts
corporation ("Consultant").
The District has selected the Consultant to perform the professional services set forth on
Exhibit A, 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 and
within the timeframe more particularly set forth in Exhibit C, 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
Camp Dresser & McKee Inc.
By: �j 0 �)
Eric J. otke, P.E., BCEE
Principal Engineer
INDIAN RIVER COUNTY
SOLID WASTE DISPOSAL DISTRICT
B
Sandra'C% ,en , Chan- mman
Attest: J. K. Bartonn, Clerk of C:oiart'
By:rr•,.
Deputy Clerk
Approved:
County
as to form and legal sufficiency:
Marian E. Fe r
sistant County Attorney
jb1566. doc
ATTACHMENT A
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
OSLO CONVENIENCE CENTER DESIGN, PERMITTING, AND CONSTRUCTION SERVICES
BACKGROUND
The Indian River County Solid Waste Disposal District (IRC SWDD) currently operates a
residential Collection/ Recycling (Convenience) Center at the former Oslo Landfill site. In an
effort to provide an increased level of service to its residents, IRC SWDD is proposing to build a
new convenience center at the Oslo site to replace the existing facility. The new convenience
center is proposed to be build at a location adjacent to the existing facility. The existing
convenience center will remain operational until the new facility is complete. This proposal
includes design, permitting, bidding, and construction services. The scope of services for this
project is described below.
SCOPE OF SERVICES
CDM will undertake the design, permitting, bidding, and construction oversight of the Oslo
Convenience Center. Based on recent discussions with IRC staff and our brief review of the
existing information, we understand the work to include the following items:
PHASE I - DATA COLLECTION, DESIGN, PERMITTING, AND BIDDING
■ Data Review, Collection, and Evaluation
■ Design Services
■ Permitting Assistance
■ Bidding Services
■ Project/Quality Management
PHASE II - CONSTRUCTION SERVICES
■ General Engineering Services
■ Special Engineering Services
■ Construction Services
PHASE I - DATA COLLECTION, DESIGN, PERMITTING, AND BIDDING
TASK 1.0 - DATA COLLECTION
This task consists of the development of permitting and construction plans and technical
specifications necessary to permit and bid the facilities listed above. The design will be suitable
for competitive bidding by qualified general contractors. Data collection for the preparation of
detailed engineering plans and permit applications is also included in this task.
The design service tasks will consist of:
■ Data collection and review
■ Site plan layout and design
A-1 jb 1566. doc
■ Subsurface investigation
■ Stormwater system design
■ Potable water line onsite
■ Attendant's office building
■ Attendant's restroom building
■ Onsite sanitary septic tank and drainfield
■ Household hazardous waste storage area
■ Waste oil storage area
■ Landscaping and irrigation
■ Electrical utilities onsite
■ Specifications
■ Access road extension
■ Construction cost estimate
Subtask 1.1 IRC SWDD Meeting
CDM will meet with IRC SWDD to discuss the proposed design of the Oslo Convenience
Center. IRC SWDD shall define their requirements (location, facilities, configuration, etc.).
Subtask 1.2 Data Collection and Review
CDM will review and compile available information related to the project including the
following:
■ Available information on existing utilities.
■ Existing environmental studies.
■ Available traffic studies.
■ Historical aerial photographs.
■ Existing site geotechnical, geologic, and hydrogeologic reports including geologic
studies, well logs and stratigraphic descriptions, hydrological studies, and existing
geotechnical reports, if available.
■ Existing survey data and photographic information for the Oslo Convenience
Center, that was recently performed by Carter Associates, Inc. IRC has detailed
topographic information and a recent aerial photograph delineating the project
boundaries. If CDM determines that additional survey or photographic information
is needed, any additional survey or photographic information will be provided as
additional service to this contract.
■ Existing permits and previous permit submittals.
Subtask 1.3 - Preliminary Site Plan
The Oslo Convenience Center is located at a closed landfill. Existing information obtained in
Task 1.2 will be used to estimate the limits of waste areas, existing asphalt pavement, stabilized
limerock, and compacted natural soil. A preliminary site plan will be developed for use in
preapplication meetings with Regulatory agencies. The site plan will include layout of the
access road and the future facilities which will be needed, such as proposed buildings and a
Stormwater detention pond. The preliminary site plan will be based on information obtained
during the IRC SWDD meeting (Task 1.1).
A-2 Ibi%6 Coc
Subtask 1.4 - Site Investigation
Subtask 1.4.1 Subsurface Investigation
Using the preliminary site plan, CDM will perform a subsurface investigation to explore the
subsurface soil conditions and to evaluate the limits of waste within the proposed facility
location. It is anticipated that soil borings, test pits, and/or piezocones (or a combination of
these) will be required to explore the limits of waste and for the foundation design and site
preparation of the new convenience center. An allowance for soil borings, test pits, and/or
piezocones is provided in this Scope of Services. IRC SWDD will be responsible for excavating
the test pits, disposing of the waste, and backfilling the pit with clean soil to full depth.
This geotechnical exploration does not include environment/chemical sampling or testing of
the materials or groundwater encountered within the site.
CDM will prepare a geotechnical report summarizing the results of the subsurface investigation
program, including existing geotechnical investigations. This summary will include results of
the boring and test logs and results of laboratory classification testing of selected samples.
Recommendations for foundation design and site preparation will be included in the report.
Any solid waste or undesirable materials discovered within the vicinity of the facility's
foundation will need to be excavated and replaced with structural fill by the Contractor during
construction of the facility.
Subtask 1.4.2 Solid Waste Assessment
Under this subtask, CDM will perform an assessment of the existing solid waste (depth of
waste, type of waste, need for LFG control, etc.) in the proposed location, surface sweeps for
landfill gas, will also be provided.
This Scope of
Work does not include a
traffic study or relocation of the
existing access road. It is
assumed that
the existing road will be
used to access
the new facility.
Subtask 1.5 - Preparation of Design Drawings
CDM will prepare permitting/ construction drawings of the proposed improvements which
shall show the location, size, and spatial relationships between existing and proposed
structures, equipment, and other improvements. CDM will subcontract the architectural,
structural, HVAC/Plumbing and landscape/ irrigation design services to John H. Dean
Architect & Associates and the electrical design services to Smith Engineering Consultants, Inc.
All civil and geotechnical engineering design will be performed by CDM. The level of detail and
information to be shown on the drawings shall be in conformance with generally accepted
standards of the engineering and construction industry. Drawings shall be prepared using
AutoCAD 2005. It is anticipated that the Drawing set will include the following engineering
disciplines:
■ General (CDM)
■ Civil (CDM)
■ Structural (John H. Dean Architect & Associates)
■ Architectural (John H. Dean Architect & Associates)
■ HVAC/Plumbing (John H. Dean Architect & Associates)
A-3 ibi 566 doc
Landscape (John H. Dean Architect & Associates)
Electrical (Smith Engineering Consultants, Inc.)
A preliminary list of drawings is included at the end of this scope. Drawings for improvements
that will be provided in the permit applications will be completed to 90 percent level. Drawings
and specifications for improvements which will be publicly bid will be completed to 100 percent
level.
CDM will submit progress submittals of the Construction Documents at the 30, 60, 90, and 100
percent completion stages. The number of copies of each progress submittal shall be as
specified below. Following each of the progress submittals, CDM will schedule a meeting with
IRC SWDD staff to review the documents and discuss any comments and/or questions.
Following this review meeting and receipt of IRC SWDD staff comments on the progress
submittal, CDM shall proceed with design and preparation of the next progress submittal,
addressing IRC SWDD staff comments, and continuing detailed design development.
The 30, 60 and 90 percent submittals shall consist of a set of drawings including a drawing
index, existing site survey, a general site layout drawing, layout plans for each major structure,
design detail development to the respective level, and general construction details. The
Contract Documents submittal shall include draft bidding requirements, contract conditions,
contract forms, and draft technical specifications. Five copies of the 30, 60, and 90 percent
complete documents will be submitted to IRC SWDD.
The 100 percent submittal shall consist of the same materials submitted at the 30, 60, and 90
percent stages, except that the level of detail of the documents shall be completed to the 100
percent completion level, including permit conditions/ requirements. CDM will prepare and
deliver ten copies (24" x 36") of the 100 percent design drawings to IRC SWDD. The 100 percent
submittal shall become the Bid Set.
Subtask 1.6- Preparation of Contract Documents
CDM will prepare Contract Documents, utilizing the EJCDC/ CSI format, which will consist of
bidding requirements, contract conditions, contract forms, and written technical descriptions of
materials, equipment, construction systems, standards and workmanship as applied to this
project.
The level of detail and information to be included in the Contract Documents shall be sufficient
to allow competitive bidding of the project from qualified general contractors, and consistent
with generally accepted standards of the engineering and construction industry.
Subask 1.7 - Preparation of Construction Cost Estimate
CDM will prepare an estimate of probable construction cost for work to be performed by a
general contractor. A cost estimate will be prepared at the 60 percent design level and at the 100
percent design level.
A-4 Ib1566. do
TASK 2.0 - PERMITTING ASSISTANCE
This task consists of the preparation by CDM of necessary permit applications to the various
regulatory agencies having jurisdiction over this project. CDM will prepare the following
permit applications:
■ Florida Department of Environmental Protection (FDEP) Environmental Resource
Permit (ERP) Application
■ FDEP Notice of Intent (NOI) for Stormwater Discharge during construction
■ IRC Major Site Plan Permit
■ IRC Stormwater Management System Permit
■ IRC Land Clearing Permit
■ IRC Tree Removal Permit
■ Indian River Farms Water Control District (IRFWCD) Drainage Connection Permit
■ FDEP Water Main Extension Permit
■ FDEP Solid Waste Notification
■ IRC Health Department Septic Tank Permit
IRC SWDD will pay all permit application fees. More specifically, this task includes the
following subtasks:
Subtask 2.1 Pre -application Meetings
As part of this subtask, CDM will attend one pre -application meeting with FDEP staff in
Orlando, one pre -application meeting with IRC Planning and Zoning Department staff, and one
pre -application meeting with IRFWCD staff.
Subtask 2.2 Environmental Resource Permitting
This subtask includes the stormwater modeling and permit application preparation needed to
obtain an environmental resource permit.
Subtask 2.2.1 Stormwater Modeling Existing and Proposed Systems
In order to understand the existing system and quantify the current outflow to the regional
drainage system an existing system stormwater model will be developed. Additionally, to
ensure that the proposed drainage system results in acceptable impacts to the regional system a
proposed stormwater model will be developed using the existing model as a base. The model
will be used both in the design of the proposed stormwater management system, as well as
support to obtain the ERP.
It is assumed that all of the required data will be available either from IRC or IRFWCD. These
data include, but are not limited to the following digital coverages: soils, land use, topography,
as well as any current drainage infrastructure that impacts the site.
Subtask 2.2.2 Preparation of Environmental Resource Permit Application
An ERP is required to permit the modifications required to this site. In addition to the plan set
developed in Task 1.5, the ERP application requires information on the site, environmental
considerations, including wetland delineations, plans, construction schedule and techniques,
A-5 ibl666 doc
stormwater best management practices (BMPs), drainage information, operations and
maintenance, legal documentation, and water use.
This subtask assumes that there are no or limited environmental impacts to the site. If it is
determined that there are potentially significant environmental impacts, it will be necessary to
submit a separate scope of work and budget to address these concerns.
This subtask includes preparation of the permit application and all supporting information.
This subtask also includes responding to one request for additional information (RAI), with the
understanding that the RAI is merely seeking clarification on submitted information, not
requiring additional analysis. If the permitting agency requests additional analysis, it may be
necessary to submit a separate scope of work to address their concerns.
The Stormwater Pollution Prevention Plan will be included in the Contract Documents in the
form of notations and special design features. CDM shall prepare the NOI for the IRC SW -DD to
execute.
Subtask 2.3 Preparation of IRC Major Site Plan Application
CDM will prepare a request, including supporting documentation, for a Major Site Plan Permit.
The supporting documentation will include the application form, ten copies of the plans, site
aerial, tree removal permit application, land clearing permit application, and stormwater
management system permit application. CDM will attend one technical review committee
(TRC) meeting with the IRC Planning and Zoning Department staff and one Planning and
Zoning Board meeting.
The building permit shall be obtained at a later date by the Contractor constructing the new
Oslo Convenience Center.
Subtask 2.4 Preparation of IRFWCD Permit
The local water management board controls alterations to the existing drainage canal system. A
discharge into the IRFWCD will be required for the stormwater discharge. CDM will prepare
planning level drawings for preliminary submittal to the IRFWCD. These drawings and a
completed IRFWCD application will be submitted to the IRFWCD.
Subtask 2.5 Preparation of the FDEP General Permit for a Water Main Extension
CDM will prepare and submit to the FDEP a Notice of Intent to use a General Permit for a
Water Main Extension and the necessary documentation required to permit the potable water
main.
Subtask 2.6 Preparation of FDEP Solid Waste Notifications
Chapter 62-701.610(7), Florida Administrative Code (FAC) requires that FDEP be consulted
prior to conducting activities at the closed landfill. It is anticipated that a solid waste permit will
not be required as determined by Chapter 62-701.710(e)2, FAC. CDM will consult with FDEP
and prepare and submit any required notifications prior to any onsite activities being
performed including the geotechnical investigation and construction activities. The budget in
this Scope of Services does not include solid waste permitting. If FDEP determines that a solid
A-6 jb1%6.Eoc
waste permit is
required, an amendment to
this Scope of Services will be required to include
preparation of a sold waste
application.
Subtask 2.7 Preparation of the IRC Health Department Septic System Permit
Design of this facility will include an operator's restroom facility, which will require an onsite
septic system for treatment of wastewater. CDM will prepare and submit to the IRC Health
Department the required permit documents to construct the onsite septic system.
Subtask 2.8 Responses to Request for Additional Information
It is anticipated that the FDEP, IRC Planning and Zoning Department, IRFWCD, and the IRC
Health Department may request additional information to evaluate the design and supporting
permit application material. CDM's budget provides for preparation of one set of responses for
additional information from FDEP (water main extension), IRFWCD (drainage connection
permit), and IRC (septic system and site plan) under this task. It is anticipated that this will
require about 30 days depending on the number and complexity of the comments. Responses to
comments will be in the form of letter reports with attached supplemental information.
TASK 3.0 - BIDDING SERVICES
In this task, CDM will assist IRC SWDD in obtaining bids for the construction of the project,
assist IRC SWDD in evaluating the bids and in assembling and awarding the contract, and will
arrange and preside over a prebid and a preconstruction conference.
■ CDM will provide 10 sets of drawings and contract documents to IRC SWDD. IRC
SWDD will advertise for bids, and provide the documents to prospective bidders.
■ CDM will coordinate the advertisement of the bid, respond to the communications
from Contractors, and issue addenda, as necessary. CDM will also conduct a pre-bid
meeting for interested Contractors.
■ CDM will prepare a detailed final opinion of probable cost.
■ CDM will attend the bid opening, evaluate bids, and recommend a bidder for
Award of Contract to IRC SWDD.
■ After issuance of a Notice to Award by IRC SWDD, CDM shall assist IRC SWDD in
preparing the construction contract, request and review information from the
Contractor, and advise IRC SWDD on finalizing the contract.
■ CDM will arrange for a preconstruction conference to be attended by the Contractor,
IRC SWDD, other interested parties, and CDM'S representatives. Preconstruction
conference minutes will be prepared and distributed to all attendees. The Notice to
Proceed will be prepared by CDM for issuance to the Contractor. The bidding phase
of the project terminates at the issuance of the Notice to Proceed.
TASK 4.0 - PROJECT/ QUALITY MANAGEMENT
Activities performed under this task consist of those generally administrative functions
required to assure that the project remains on schedule, within budget, and that the quality of
the work products defined within this scope is consistent with CDM's standards and IRC
SWDD's expectations. Specific activities included are identified below:
A-7 Ibl5%doc
Subtask 4.1 Project Update Meetings
CDM's project manager will prepare for and attend status reporting meetings throughout the
life of the project. It is estimated that meetings will be held on the average of once a month.
Subtask 4.2 Quality Control (QC) Technical Review
CDM maintains a QC program on all of its projects. Two Technical Review Committee (TRC)
meetings have been budgeted for and will be conducted at the 60 and 100 percent completion
stages of the project. An IRC SWDD representative will be invited to attend and participate at
the TRC meetings.
Subtask 4.3 Project Status Reports
CDM's project manager will prepare and submit monthly status reports throughout the life of
this project.
PHASE II - CONSTRUCTION SERVICES
TASK 5.0 - GENERAL ENGINEERING SERVICES
CDM will provide services during construction for the new Oslo Convenience Center. Under
this task, CDM will provide construction services on an as needed basis during construction for
the estimated 5 -month construction period (120 days to substantial completion and 150 days to
final acceptance). Smith Engineering Consultants, Inc. and John H. Dean Architect & Associates
will assist CDM with general engineering services related to the electrical and
architectural/ structural work, respectively. General services include contract assembly and
execution, contract administration, project progress meetings, periodic site visits, shop drawing
review, issue clarifications, review of contractor's pay requests, final inspections, certification of
substantial completion, preparation of change orders, and the preparation of record drawings
all to be rendered on an as needed basis.
Subtask 5.1 Review Substitutes
CDM will consult with, advise IRC SWDD, and act as its representative as provided in the
General Conditions of the construction contract. Consult with and advise IRC SWDD as to the
acceptability of substitute materials and equipment proposed by the Contractor when
substitution is permitted by the Contract Documents.
Subtask 5.2 Site Visits
CDM will make visits to the site at intervals appropriate to the various stages of construction to
observe the progress and quality of the executed work of the Contractor and to determine in
general if such work is proceeding in accordance with the Contract Documents. During such
visits and on the basis of on-site observations, CDM shall keep IRC SWDD informed of the
progress of the work, shall endeavor to guard the County against defects and deficiencies in
such work and may disapprove or reject work as failing to conform to the Contract Documents.
Subtask 5.3 Shop Drawings
CDM will review and approve Shop Drawings and samples, the results of tests and inspections
and other data which the Contractor is required to submit.
A-8 ;b, 5G doe
Subtask 5.4 RFI/Clarification
CDM will issue IRC SWDD instructions to the Contractor and issue necessary interpretations
and clarifications of the Contract Documents. Have authority as IRC SWDD's representative, to
require special inspection or testing of the work. Act as initial interpreter of the requirements of
the Contract Documents regarding the execution and progress of the work.
Subtask 5.5 Applications for Payment
Based on CDM's on-site observations and on review of applications for payment and the
accompanying data and schedules, CDM will determine the amounts owing to the Contractor
and recommend in writing payments to the Contractor in such amounts.
Subtask 5.6 Review Walkthroughs
CDM will conduct a substantial completion inspection and a final inspection to determine if the
work has been completed in accordance with the Contract Documents.
Subtask 5.7 Contract Administration
CDM will undertake project quality management to meet budget and time constraints; generate
correspondence to IRC SWDD, Contractor, regulatory agencies, and other parties; provide
monthly project status reports; prepare monthly progress meeting minutes; and maintain
comprehensive project records and documentation on file.
Subtask 5.8 Resident Services During Construction
The activities performed under this subtask consist of periodic site visits and inspections of the
work during the construction and implementation of the project to observe the performance of
the work.
CDM will make weekly visits to the site to observe the progress and quality of the executed
work and to determine, in general, if such work is proceeding in accordance with the permit
documents. During such visits and on the basis of on-site observations, CDM shall keep IRC
SWDD informed of the progress of the work, shall endeavor to guard IRC SWDD against
defects and deficiencies in such work and may disapprove or reject work as failing to conform
to the design drawings and permit documents.
CDM will furnish a Project Representative (PR) during the construction of the project, to
observe the performance of the work.
CDM's PR as CDM's agent will act as directed by and under the supervision of CDM, and will
confer with CDM regarding his actions. The PR's dealings in matters regarding the on-site work
shall in general be only with CDM and IRC SWDD, and dealings with subcontractors shall only
be through or with the full knowledge of IRC SWDD. Written communication with IRC SWDD
will be only through or as directed by CDM.
The PR will prepare site visit reports, describing the general working conditions, areas on
construction activity, tests performed and special and unusual events.
A-9 jb1566. doc
The duties and responsibilities and the limitations of the authority of the PR are as described
below:
LIMITATIONS OF AUTHORITY
Project Representative shall have limitations as follows:
a. Shall not authorize any deviation from the Design Documents or substitution of materials or
equipment, unless authorized by CDM and IRC SWDD
b. Shall not exceed limitations of CDM's authority as set forth in the Agreement of the Design
Documents
c. Shall not undertake any of the responsibilities of IRC SWDD, subcontractors or IRC SWDD's
superintendent
d. Shall not advise on, issue directions relative to, or assume control over any aspect of the
means, methods, techniques, sequences, or procedures of construction unless such advice or
directions are specifically required by the design drawings and permit documents
e. Shall not advise on, issue directions regarding, or assume control over, safety precautions
and programs in connection with the work
f. Shall not accept shop drawing or sample submittals from any one other than IRC SWDD
g. Shall not participate in specialized field or laboratory tests or inspections conducted by
others except as specifically authorized by CDM
TASK 6.0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION
Activities performed under these tasks consist of supplementary and special engineering
services required during the construction and implementation of the project. ). Smith
Engineering Consultants, Inc. and John H. Dean Architect & Associates will assist CDM with
general engineering services related to the electrical and architectural/structural work,
respectively.
Subtask 6.1 Record Drawings
CDM will coordinate the receipt and review of the Contractor's information showing those
changes made during the construction process. Coordinate the receipt and review of the
Contractor's certified survey of the Work. Participate in a final project closeout meeting with
IRC SWDD and Contractor. Prepare for IRC SWDD a set of reproducible record drawings and
two blueline prints showing those significant changes made during the construction process
based on information furnished to CDM by the Contractor.
Subtask 6.2 Change Order Preparation
Provide services in connection with preparing change orders to reflect changes to the
construction project.
Subtask 6.3 Certification of Completion
Provide services in connection with preparing final certifications of completion of construction.
A-10 jb15W aoo
OSLO CONVENIENCE CENTER DESIGN IMPROVEMENTS
PRELIMINARY SHEET COUNT
COVER
G-1 INDEX, LOCATION MAP, GENERAL NOTES
G-2 SYMBOLS AND LEGEND
G-3 ABBREVIATIONS
C-1 EXISTING SITE SURVEY
C-2 HORIZONTAL CONTROL PLAN
C-3 DEMOLITION PLAN
C4 PAVING & DRAINAGE/PIPING PLAN
C-5 TEMPORARY EROSION CONTROL PLAN
C-6 STRIPING AND SIGNAGE PLAN
C-7 ACCESS ROAD EXTENSION & WATER MAIN -PLAN & PROFILE
CD -1 CIVIL AND GRADING DETAILS
CD -2 FENCING, GUARDRAIL DETAILS
CD -3 TEMPORARY EROSION CONTROL DETAILS
CD -4 WATER & WASTEWATER UTILITY DETAILS
L-1 LANDSCAPE PLAN
L-2 IRRIGATION PLAN
LD -1 LANDSCAPE/IRRIGATION DETAILS
S-1 STRUCTURAL SHEET INDEX, GENERAL NOTES, AND ABBREVIATIONS
S-2 PLANS AND SECTIONS
S-3 OFFICE BUILDING AND RESTROOM PLANS SECTION AND DETAILS
S-3 STRUCTURAL DETAILS
S-5 STRUCTURAL DETAILS
A-1 STRUCTURAL SHEET INDEX, GENERAL NOTES, AND ABBREVIATIONS
A-2 BUILDING AND RESTROOM - PLAN & DETAILS
A-3 CANOPY - PLAN AND DETAILS
H-1 SYMBOLS, ABBREVIATIONS, AND NOTES
H-2 HVAC AND PLUMBING PLAN
H-3 DETAILS AND SCHEDULES
E-1 ELECTRICAL SYMBOLS AND ABBREVIATIONS
E-2 ELECTRICAL SITE PLAN
E-3 LIGHTING PLAN
E-4 ELECTRICAL DETAILS
A-11 Ib 1666. doc
ATTACHMENT B-1
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENINCE CENTER
PROJECT
DESCRIPTION: PHASE I - DATA COLLECTION, DESIGN, PERMITTING, AND
BIDDING
Labor Category
Hours
Rate
Total
Officer
3
$160
$480
Associate/ Principal (ENEV-7/8)
20
$140
$2,800
Engineer (ENEV-5/6)
143
$120
$17,160
Engineer (ENEV-3/4)
357
$105
$37,485
Engineer (ENEV-1/2)
309
$90
$27,810
Senior Support
31
$90
$2,790
Staff Support
238
$75
$17,850
Project Administration
61
$65
$3,965
TOTAL HOURS
1,162
SALARY $110,340
OTHER DIRECT COSTS: S4,950
OUTSIDE PROFESSIONALS
John H. Dean Architects and Associates, AIA $42,550
Smith Engineering Consultants, Inc. $5500
Soil Borings (Allowance) $6,500
TOTAL OUTSIDE PROFESSIONALS $54550
GRAND TOTAL 169 840
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $169,840. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-1 ibi666 aoc
ATTACHMENT B-2
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENINCE CENTER
PROJECT
DESCRIPTION: PHASE H - CONSTRUCTION SERVICES
Labor Category
Hours
Rate
Total
Officer
1
$160
$160
Associate/ Principal (ENEV-7/8)
0
$140
$0
Engineer (ENEV-5/6)
7
$120
$840
Engineer (ENEV-3/4)
152
$105
$15,960
Engineer (ENEV-1/2)
38
$90
$3,420
Senior Support
4
$90
$360
Staff Support
22
$75
$1,650
Project Administration
12
$65
$780
TOTAL HOURS
236
SALARY $23,170
OTHER DIRECT COSTS: 900
OUTSIDE PROFESSIONALS
John H. Dean Architects and Associates, AIA $12,450
Smith Engineering Consultants, Inc. $3500
TOTAL OUTSIDE PROFESSIONALS $15,950
GRAND TOTAL 0 020
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $40,020. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-2 lbl5W doe
0
0
Cf
M
r
CO
H
:D
LA
W
W
d
�
F
F"
�
W
O
r
7
O
c,
0
0
Cf
M
N
L
I�
r
7
O
O
'RN
(D
V
(o
O)
0
N
(D
aR..
V
t•CO
r�
C4
Cf)('7
V
v
IT
N
(`')
(o
H0
cN-�
2
Y
p
C_
O��
00
CO
O
(D�
V
C)
V
OO
Q
V
A
a0
Q
r
LO
O
O
0
0
O
M
N
N
O
V
N
O
A
a
0
0
V
N
to
0
to
0Y
C
m 0
0
�
R
O
(�
O
O
O
N
V
N.
00
O
�
O
O
a)C»
a
(:•
N
�
d
CN
O
O
O
O
qT
N
O
00
ON
ON
(D
00
O
O
•lm
N
N
O
r
N
O
V
tf1
�
c
W
d
c
R
o
V
O
O
O
(O
O
O
O
O
LO
•��
NICO
NO(o
OD
O
V
ON
(oN
(DO
V
(Ori
c
�
W
d
C(�
N
O0
O
C�
00
O
IT
O
V
O
o�
NrNON
N
r
tm�ce)
09,
c
W
m
am
'
O
O
O
O
7
0
V
O
N
NN
O
O
00
O
O
O
O
N
(j
C
E
�
N
a`Q
d
o
u
m
000
'-00o0
0
00
00
00
00
Co
O
3
�
o
a
m
c
m
�
y'a
o
(�
oc
m
�0
E
0
o
m
o
w
2a
E
a
N
E
o
rn
:9
w0
0
v
a
z
Q
c
OD
(D
N
0
N
N
d
w
{{pp
)a
(�
N
N�
2
0
c
£0
�-
Q
cp
�U
aE`�
a^q
Q
E
E
CL
d
e
o
o
a M<U)
a(D
v
d
odQ
2
N
a
W
n
L
N2
"(
7
�
O
V
Q
P
w
N
CCy
K
p�
��co�
o
NODU
a�
K
F
W
Z
d
o"
° 0
.@
w
`o
`o
Q
c�
m
==w
`o
o o
w.�
o
Z
g-
in
m
o
0
m
o
.y
o
o E
m
IL
o
_
rn
3
c F
,_,
(n
'y
0
0
0
c
N€
d
o E
o
o y
o
o
Q
Z
N
0
U
a
w
o
z
'Q
c o
�'
m
m
Tc
m
c
v
C7
m
c
d Co
a
`m
m
m
c
`m
E
nam
m`m�
a
v
m
.4
m"wu�iV
E_(LU)
m
m
ao
mw
m-
a a
a
m
1
a c
9
0
p
V
N
N
N I
I
N
N
N
a
d
m
a
o
a
f
a
a
a
a`
w N
N
a
a
s
a
a n
I
.
r
I
R
V
1
I
N
I
I N
(V
I
m
V
O
.-
.-
r
N
N
N
N
N
N
N
N
=
r
F
F
F
F
IL
0
0
Cf
M
9
r
d�
P7
�
W
W
co
j
U
Ca
d
�
�
F
0
O
W
(0
O
(0
0
1-1
9
co
j
0
O
(0
(0
0
W
0
0 0
LL]
OD
�O)r
.--
.-
N
OD
(f)
N
M
C
°1 E
(co
0
I
0N0
N
M
(L
0
CL
0
0
0
7
0
0
0
0
C
O
N
N
co
N
00
'E
a 0) 0
0
0
0
0
0
0
N
0.-
7
M
E
N
co
m
00
N
O
(007700
077
(V)
cm�
C
W
L
d
O
N0
w
(0(07OM
N0
OD
7071
C
'O
W
N
C (O
O
•
O
N
O
N
0
0
0
0
1
LO
C
�
W
CL
o
u o
0
0
0
0
0
0
0
0
0
0
0
0
N
m
aL
L
0
0
0
0
0
0
0
0
0
0
0
0
r
7
O
Q
F
m
O
~_
U)
O
o
o
w
U
Q
W
�
0
h
0
O
d
0
U
'Z
U
co
c
'�
.�
y
o
V
w
E
y
t
`
N
d
c
m
m
O
a
p
y
a
y
m
32
O
y
c
O
rn
D_
U
y
a
m
in
t
ME
c
30
0
�
�
�
E
m
u
0
>
0
N
w
7-
d>
O
U
O.
>
C
N
O
O
0
c
m
Q
C
0
L
LL
O.
0
0
0
0
0
L
0
®OC
U)U)
W
QD_'U0�
CLW
U
U
U
U
I
I
I
I
I
I
I
I
V
I
I
I
co
0
F
F
=
IL
9
ATTACHMENT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
OSLO CONVENIENCE CENTER
PROJECT SCHEDULE I
Receive Authorization/ Notice to Proceed
Complete Stormwater Modeling
Complete 90% Design Drawings
Submit Permit Applications
Receive Permit Approvals
Complete Final Design Drawings
Services During Construction
As -Built Drawings
March 18, 2008
August 30, 2008
September 30, 2008
October 15, 2008
January 15, 2009
January 30, 2009
5 months from start of Construction
Upon Completion of Construction
I . Schedule to be adjusted based upon Notice to Proceed date.
C-1