Loading...
HomeMy WebLinkAbout2012-156 NEENEEMENE q - ► 1 - I �. 15 . a . 2 . a- � dos WORK ORDER NUMBER 5 OT � 0 0 )2,-� 15 � This Work Order Number 5 is entered into as of this 11th day of September 201- 12 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of December 6 , 2011 ( the "Agreement" ) , by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ( "COUNTY" ) and CDM Smith , Inc . ( "Consultant" ) . The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A ( Scope of Work ) , 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 ( Fee Schedule ), attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit C (Time Schedule ) , attached to this Work Order and made a part hereof by this reference 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: BOARD OF COUNTY COMMISSIONERS CDM Smith, Inc . OF INDIAN RIVER COUNTY Chit, � n Title : AA ` ary C . Wheeler ft55oLi q , BCC Approved Date , September 11 , 2012 •'• iN ' ' ' Ot t c ��� • p�AN RNER Attest : Jeffrey R . Smith , rk of Court and,96mptroller B • Dep Clerk Approved . f > Joseph . Baird , County Admi strator Approved as to form and legal sufficiency : f r �'`-- Alan S . Polac wich , Sr., County Attorney Attachment 2 EXHIBIT A SCOPE OF WORK INDIAN RIVER COUNTY FILLING OF SWDD WETLAND Background The Indian River County ( County ) Solid Waste Disposal District (SWDD ) operates the property located at 1325 74th Avenue SW . The neighboring property owner, INEOS New Planet BioEnergy ( INP BioEnergy) is proposing to develop the remainder of the parcel located at 925 74th Avenue SW . The proposed development Includes impacting a wetland that straddles the property boundary . Approximately 1 . 4 acres of the 3 .9 acre wetland lies within SWDD boundaries . INP BioEnergy has secured all of the necessary jurisdictional permits to impact the entire 3 . 9 acre wetland and has purchased the mitigation credits required to develop the full 3 . 9 acres . Since INP BioEnergy is proceeding with filling the balance of the wetland ( 2 .5 acres ), SWDD has opted to take advantage of the contractor already being mobilized for the INP BioEnergy work and proceed with filling the SWDD portion as well ( 1 . 4 acres ) . The County has requested that CDM Smith Inc. ( CDM Smith ) contract directly with the contractor, given the ongoing business relationship on the INP BioEnergy project, to provide the remaining services . Services to be provided under this authorization are provided below. SCOPE OF SERVICES CDM Smith will perform the following task services associated with the filling of the wetland . TASK 1. 0 SUBCONTRACT WITH EARTHWORK CONTRACTOR CDM Smith will contract directly with South Bay Builders, LLC , to provide earthwork services associated with demucking the wetland , trucking the muck to the landfill, and purchasing and trucking in suitable fill to backfill the wetland . Specifically, the contractor' s scope will be as follows : Demucking : 1 .4 acres to a depth of 18- inches below grade = 3, 600 cubic yards 18 cubic yards per truck = 200 truckloads estimated at $ 100. 00 per load = $ 20, 000 to relocate excavated material to SWDD property ( location southeast of landfill cell ) Estimated Fill : 220 loads of fill dirt at 18 cubic yards per load = 4, 000 cubic yards - 220 truckloads x $ 100 per load = $ 22 , 000 for flacked fill material Sp read/Roll/Com pact : 4, 000 cubic yards spread , rolled and compacted in lifts to match existing grade with a taper off from the INP BioEnergy side of the wetland 4, 000 cubic yards at $ 3 . 25 per cubic yard = $ 13, 000 A J13777 Work Order No. 5.doc The total cost of the subcontractor' s services is $ 55, 000 . The estimate includes the following assumptions : 1 . Unlimited access to the muck storage area at landfill through the back gate between INP BioEnergy and landfill 2 . If needed , South Bay will weigh a few random trucks across landfill scales so SWDD can confirm volume being delivered 3 . South Bay will be responsible for work schedule 4 . Price given is a lump sum price . If the truck loads vary up or down slightly, no cost adjustments will be pursued . TASK 2. 0 PROJECT MANAGEMENT AND ADMINISTRATION CDM Smith will provide general project management activities, such as coordination with SWDD and monthly invoicing and reporting. CDM Smith will also administer the subcontractor contract and provide necessary oversight . OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES This authorization does not include : ■ Permitting or mitigation fees ( provided by INP BioEnergy) ■ Tipping fees associated with material disposal at the landfill COUNTY RESPONSIBILITIES The County will confirm the final location of the muck to be stored . County will provide disposal location without additional cost. A-2 113777 Work Order No. 5.doc EXHIBIT B PROJECT BUDGET ENGINEERING SERVICES FOR FILLING OF SWDD WETLAND PROJECT DESCRIPTION : Filling of SWDD Wetland LABOR $ 3 , 500 TOTAL OUTSIDE PROFESSIONALS $ 55 ,000 TOTAL LUMP SUM FEE 58 500 A-3 113777 Work Order No, 5,doc EXHIBIT C SCHEDULE ENGINEERING SERVICES FOR FILLING OF SWDD WETLAND SCHEDULE Services will commence immediately upon receipt of notice to proceed and continue for approximately 30 days . Schedule is highly dependent on weather conditions and scheduling of the associated INP BioEnergy project ( as both will be performed by the same contractor) . Any potential delays will be identified and reported to SWDD in advance, with the exception of weather related delays . A4 113777 Work Order No. 5.doc