Loading...
HomeMy WebLinkAbout2010-039 A / Alto 15 . 614 . AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 9 40 " r 9 This Amendment 1 to Work Order Number 9 is entered into as of this _2nd day of February 2010 ( " Effective Date " ) 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 . ( "Consultant" ) . 1 . The District has selected the Consultant to perform the professional services set forth in existing Work Order Number 9, Effective Date March 18 , 2008 , 2 . The District and the Consultant desire to amend this Work Order as set forth on Exhibit A attached to this Amendment 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 . 3 . From and after the Effective Date of this Amendment, the above-referenced Work Order 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 -thisbdsnent to Work Order as of the date first written above . wu � CONSULTANT: INDIAN RIVER C nUNTY4SOUb 'Q CAMP DRESSER & McKEE INC. WAS E DISPOSAL, DISI�YCT«; °; .� ,`_ � . By : By - - ='� Eric J . otke, P . E . , BCEE Peter D . O ' Bryan, 'Chzliiizffi Title : Principal Engineer Attest: J . K. Barton, Clerk of Court By Deputy Clerk tseph ed : A . Baird, County Administrator ved as to form and legal sufficiency : &; P Arssist -Cotmty Attorney j12572 Amendment No. t . doc EXHIBIT A SCOPE OF PROFESSIONAL SERVICES AMENDMENT NO . 1 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT OSLO CUSTOMER CONVENIENCE CENTER DESIGN, PERMITTING , AND CONSTRUCTION SERVICES The Indian River County (IRC ) Solid Waste Disposal District (SWDD) currently operates a residential collection / recycling customer convenience center (CCC) 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 CCC at the Oslo site to replace the existing facility. The new CCC is proposed to be built at a location adjacent to the existing facility at the old Oslo Landfill site . The existing CCC will remain operational until the new facility is complete . The proposed new facility will be constructed over the old Oslo solid waste dtunp site . This presents a very unique situation since there is old solid waste buried throughout the site . The geotechnical investigation indicates that the site contains buried debris and waste and that the soils encountered at the location of the proposed CCC facility are not suitable for providing adequate foundation support. Therefore, the retaining wall system that supports the new CCC facility will require support by a driven pile foundation system. Given that no information on the existing subsurface conditions was previously available, the unforeseen site conditions discovered during the geotechnical investigation resulted in additional design of the driven pile foundation retaining wall system and will require an amendment to the scope and budget. The original Scope of Services provided design and permitting of an onsite septic tank system of the wastewater from the operator' s restroom facility. During the site plan pre- application meeting, the IRC Utilities Department indicated that water and sewer facilities are available and that the proposed Oslo CCC must connect to those facilities . In addition, based on the comments and requirements from the pre-application meeting, the following additional permits will be required : Indian River County Right of Way Permit, IRC Concurrency Determination, IRC Utilities Construction Permit, Indian River Farms Water Control District (IRFWCD) Application for Utility Construction Permit, and a Florida Department of Environmental Protection (FDEP) Application for Constructing a Domestic Wastewater System. These additional permits along with designing and permitting of a sanitary sewer lift station and forcemain is outside of the original Scope of Services and are included in this amendment to the scope and budget. In addition, IRC SWDD has requested that an entry sign along with converting the old site into an overflow / storage area be included in the scope and budget included in this amendment . This amendment includes additional engineering services for the design and permitting of a driven pile retaining wall system in addition to a sanitary lift station and forcemain system, combining the office and restroom buildings into one building with overhanging roof, security system, an entry sign, and overflow / storage area, and construction services . The additional A- 1 j12572.doc Scope of Services for this project is described below . SCOPE OF SERVICES CDM will undertake the following Scope of Services : TASK 1. 0 - DESIGN SERVICES Subtask 1 . 5 Preparation of Design Drawings Driven Pile System Analysis_ Results of the geotechnical investigation indicate that fill soils containing buried debris and waste are present on the site . Notable amounts of debris and waste (concrete, limerock, steel rebar, brick, gravel, wood, paper, plastic, etc . ) were encountered at several of the test locations and during the ground penetrating radar survey . The results of the subsurface exploration indicate that the soils encountered at the location of the proposed customer service facility are not suitable for providing adequate foundation support due to very soft to soft clay and unsuitable fill consisting of buried debris . Given that removal of the overlying fill soils and debris would add considerable cost to the earthwork portion of the project and the environmental concerns associated with excavating, dewatering, and transporting the debris will not allow for the removal of these deleterious materials . Therefore, the retaining wall system, which supports the upper elevation of the facility, will require support by a driven pile foundation system. The structural design in the original Scope of Services did not include the design of a driven pile foundation system. The driven pile foundation system will require additional geotechnical engineering services that include coordinating additional efforts with the project structural engineer, performing additional pile capacity analyses, and providing revised recommendations based on discussions with the structural engineer and the results of the analyses . CDM will perform additional geotechnical engineering analyses based on coordination with the project structural engineer . The additional analyses will include evaluating the axial and lateral resistances of the proposed piles based on foundation loading conditions provided by the project structural engineer . Sanitary Lift Station and Forcemain Desire The original Scope of Services provided design and permitting of an onsite septic tank system to treat the wastewater from the operator' s office / restroom facility . During the Site Plan Permit pre- application meeting with the IRC Community Development Department, the IRC Utilities Department indicated that water and sewer facilities are available and that the proposed Oslo Convenience Center must connect to those facilities . CDM will prepare permitting / construction drawings of the proposed lift station and forcemain, which shall show the location, size, and spatial relationships between existing and proposed structures, equipment, and other improvements . CDM will perform pump and flow design calculations for the proposed sanitary lift station and forcemain, which will connect to the existing forcemain that is located to the west of the property. CDM will subcontract the electrical design services to Smith Engineering Consultants, Inc . The level of detail and A-2 j12572.doc 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 . Driven Pile System Design Based on the driven pile system analysis performed in subtask above, CDM will provide engineering services and coordination for the civil and structural design of the driven pile system. CDM will subcontract the structural design services of the driven pile and retaining wall system to John H . Dean Architect & Associates . The driven pile system will be designed to provide structural support to the retaining wall system without excavating, dewatering, and transporting the old debris that exists at the site, which would add considerable cost to the earthwork portion of the project. In addition, the environmental concerns associated with excavating, dewatering, and transporting the debris will not allow for the removal of these deleterious materials . Office / Household Hazardous Waste Building Design and Security Camera System Design IRC SWDD has requested that CDM combine the office and restroom buildings, along with the household hazardous waste storage, into one building structure with roof overhangs to provide weather protection for the employees and customers . This will require additional design that was not included in the original Scope of Services . In addition, IRC SWDD has requested that CDM provide a security camera system to monitor daily activities at the proposed Oslo Convenience Center . CDM will prepare the design drawings and specifications for a single building structure for the office / restroom and household. hazardous waste storage and include a security camera system. This amendment includes services associated with the additional design for the canopy / roofing system and security camera system. Free Standing Entry Sign IRC SWDD has requested that CDM include design of a free standing entry sign that is proposed to be constructed at the entry of the Oslo Convenience Center on Old Dixie Highway . CDM will subcontract the design services for the sign to John H . Dean Architect & Associates . This amendment includes services associated with design of the free standing entry sign . It is asstnned that no additional permitting will be required . Additional budget may be necessary if any permitting services associated with the sign are required . Overflow / Storage Area and Trailer Entrance Road IRC SWDD has requested that the existing Oslo Convenience Center be demolished and used as an overflow and storage area . The existing site will be cleared and regarded to accommodate storage of extra vehicles, transfer trailers, and materials . This will require additional site civil engineering and landscape design . CDM will provide additional drainage and civil engineering design for the overflow and storage area . CDM will subcontract the landscape design services to John H . Dean Architect & Associates . IRC SWDD has requested that the designed location of the western employee / trailer entrance road be adjusted to separate it from the resident entrance . The designed location of the lift station will also need to be adjusted . This amendment includes engineering design services A-3 j12572.doc associated with the overflow / storage area and adjusting the trailer entrance road and lift station. The requested budget amendment for Subtask 1 . 5 is included in Table 1 . TASK 2. 0 - PERMITTING ASSISTANCE Based on the comments and requirements received from the Community Development Department during the Site Plan Permit pre- application meeting, the following additional permits will be required : ® IRC Right of Way Permit, ® IRC Concurrency Determination, • IRC Utilities Construction Permit, ® IRFWCD Application for Utility Construction Permit, and s FDEP Application for Constructing a Domestic Wastewater System. This task provides for the preparation of the additional permit applications, meetings, and. negotiation with the permitting agencies and preparation of responses to Requests for Additional Information (RAI) for the permits listed above . These additional permits were not included in the original Scope of Services . The requested budget amendment for Task 2 is included in Table 1 . PHASE II - CONSTRUCTION SERVICES TASK 5. 0 - GENERAL ENGINEERING SERVICES The construction time of the new Oslo Convenience Center is estimated to be 9 months due to the required driven pile system and retaining wall system and the addition of the lift station / forcemain, canopy, and security systems . Under this task, CDM will provide additional construction services on an as needed basis during construction for the estimated 9-month construction period (240 days to substantial completion and 270 days to final acceptance ) . 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 for the lift station and forcemain, office / household hazardous waste building, security camera system, and the free standing entry sign . Subtask 5.4 RFI/Clarification CDM will provide response to request for information with regard to the driven pile system, lift station and forcemain, office / household hazardous waste building, security camera system, and the free standing entry sign. 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 A-4 i12572. doc interpreter of the requirements of the Contract Documents regarding the execution and progress of the work . Subtask 5. 8 Resident Services During Construction The activities performed under this subtask consist of 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 doctunents . The original Scope of Services included up to 4 hours per week for resident inspection services . Due to the complexity of this project, additional resident inspection services are required . This amendment will provide up to an additional 4 hours per week (8 hours total per week) for resident inspection services over the 9 month anticipated construction period . The level of work estimated for this project is 288 (36 weeks X 8 hrs / week) man-hours of project representative time based on a 9 month construction period . CDM reserves the right to request additional compensation, should construction extend beyond the 288 hour period . IRC SWDD will provide any additional inspection services that may be required beyond the time that is provided in this Scope of Services . During times that CDM is not onsite, IRC SWDD will be responsible for monitoring construction activities and reporting special and unusual events . IRC SWDD will provide an onsite resident inspector for a minimum of 8 hours per week . IRC SWDD shall provide daily reports to CDM . The requested budget amendment for Task 5 is included in Table 1 . TASK 6. 0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION The driven pile system described in Task 1 above will require dynamic load testing and monitoring of production piles during construction . This amendment will add Subtask 6 . 4 to the Scope of Services . Subtask 6.4 Production Pile Monitoring CDM will arrange for a dynamic pile load testing program. The program will consist of driving two piles instrumented with the Pile Driving Analyzer (PDA) equipment, one on each side of the proposed ramp . CDM will subcontract with GRL Engineers, Inc . , the developers of the PDA, to perform this testing . The results of this testing will be processed with Case Pile Wave Analysis Program and used in Wave Equation Analyses to establish optimum pile driving criteria to be used during production-pile driving and to establish production pile lengths . Monitoring of a static load test, if required, is not included in this Scope of Services . CDM will provide monitoring services during installation of production piles . CDM will provide a qualified geotechnical engineer to monitor pile installation . CDM' s representative will monitor the installation program in the field so that the depths of penetration and pile driving A-5 i 2572 . doc procedures can be modified to meet the actual conditions encountered in the field . CDM will observe and document the following during pile driving : ® Record the penetration resistance ® Verify that the required penetration resistance and minimum pile tip are achieved for each pile ® Document the length of pile driven The results of the monitoring will be summarized in a report upon completion of the pile installation program and will include the following : ® A summary of the field activities observed by CDM ® Location plan of production pile installation using a provided base plan ® The results of dynamic load tests ® Logs of the test piles and production piles CDM will subcontract with John H . Dean Architect & Associates to provide general onsite structural engineering design services during pile installation. CDM reserves the right to request additional compensation, should construction require significant deviations from the plans . The requested budget amendment for Task 6 is included in Table 1 . A-6 j12572.doc EXHIBIT B 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 4 $200 $800 Principal 22 $ 180 $3,960 Senior Professional 94 $ 145 $ 13, 630 Professional 11 122 $ 130 $ 15, 860 Professional 44 $ 100 $4,400 Senior Support 19 $110 $2, 090 Staff Support 54 $80 $4, 320 Project Administration 16 $75 $1 ,200 TOTAL HOURS 375 SALARY $46f260 OTHER DIRECT COSTS : 1 800 OUTSIDE PROFESSIONALS John H . Dean Architects and Associates, AIA $24,800 Smith Engineering Consultants, Inc . $3,000 TOTAL OUTSIDE PROFESSIONALS 27 800 GRAND TOTAL 75 860 For the basic services trader this Agreement, IRC SWDD agrees to pay the Consultant a fee not to exceed of $ 75 ,860 . Partial payments will be made on a monthly basis in accordance with the referenced contract. 1i- 1 j12572 .doc EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR OSLO CONVENINCE CENTER PROJECT DESCRIPTION : PHASE II - CONSTRUCTION SERVICES Labor Category Hours Rate Total Officer 2 $200 $400 Principal 22 $180 $3,960 Senior Professional 28 $145 $4,060 Professional II 52 $ 130 $6, 760 Professional 60 $100 $6, 000 Senior Support 1 $ 110 $110 Staff Support 210 $80 $ 16, 800 Project Administration 8 $75 $600 TOTAL HOURS 383 SALARY $38 ,690 OTHER DIRECT COSTS : $24M OUTSIDE PROFESSIONALS GRL Engineers , Inc . $4,400 John H . Dean Architects and Associates, AIA $6,000 TOTAL OUTSIDE PROFESSIONALS $ 10f400 GRAND TOTAL 52 890 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not to exceed of $52, 890 . Partial payments will be made on a monthly basis in accordance with the referenced contract. B-2 j12572.doc EXHIBIT C PROJECT SCHEDULE AMENDMENT NO . 1 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER PROJECT SCHEDULE 1. Complete 90 % Design Drawings October 30, 2009 Submit Permit Applications October 30, 2009 Receive Permit Approvals February 30, 2010 Complete Final Design Drawings March 30, 2010 Services During Construction 9 months from start of Construction As-Built Drawings Upon Completion of Construction I . Schedule to be adjusted based upon Notice to Proceed date . C- 1 j12572. doc EXHIBIT B PROJECT BUDGET SUMMARY AMENDMENT NO . 1 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER Senior Senior Staff Project Total Task/Description Officer Principal Prof. Prof. 11 Prof. I Support Support Admin Hours PHASE I — DESIGN , PERMITTING , AND BIDDING Task 1 — Design Services 1 . 5 - Driven Pile System Analysis — Driven Pile System Analysis 2 6 28 20 12 0 0 2 70 — Sanitary Lift Station and Forcemain Design 0 2 12 20 8 6 8 4 60 — Driven Pile System Design 2 10 12 6 0 0 10 0 40 — Office/Restroom & HHW Building Design 0 2 10 6 0 0 6 0 24 — Security Camera System Design 0 0 2 2 0 0 4 0 8 — Overflow and Storage Area 0 2 8 12 8 8 8 0 42 — Employee Entrance Road Reroute 0ro 4 8 9 6 10 0 32 Task 2 - PermittingAssistance 2 . 7 — Preparation of the FDEP Application for 16 Constructinga Domestic Wastewater System 0 2 8 2 1 1 2 2 . 9 — Preparation of IRC Right of Way Permit 0 0 4 10 2 1 2 2 21 2 . 10 — Preparation of IRC Concurrency Determination 0 0 4 10 2 1 2 2 21 2 . 11 — Preparation of the IRC Utilities Construction Permit 0 0 4 10 2 1 2 2 21 2 . 12 — Preparation of IRFWCD Application for Utility 20 Construction Permit 0 0 4 10 2 1 1 2 Subtotal 4 22 94 122 44 19 54 16 375 B-3 i12572.doc EXHIBIT B PROJECT BUDGET SUMMARY AMENDMENT NO . I INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR OSLO CONVENIENCE CENTER Senior Senior Staff Project Total Task/Description Officer Principal Prof. Prof. 11 Prof. l Su ort Su ort Admin Hours PHASE II — CONSTRUCTION SERVICES Task 5 - General Engineering Services 4 36 5 . 3 — ShopDrawings 0 8 16 6 2 0 0 0 6 12 4 0 1 0 2 25 5 . 4 — RFI/Clarification 208 5 . 8 — Resident Services 0 0 0 0 0 0 208 0 Task 6 - Special Services During Construction 114 2 8 0 42 58 0 2 2 6 . 1 — Production Pile Monitoring383 Subtotal 2 22 28 52 60 1 210 8 B-4 i12572.doc