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