Loading...
HomeMy WebLinkAbout2010-115 (2)WORK ORDER NUMBER 15 This Work Order Number 15 is entered into as of this 4th day of May 2010 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"). T e istrict has selected the Consultant to perform the professional services setforth 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 13 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. CAMP DRESSER & McKEE Inc. In Principal Engineer IND RIVER COUNTY SOL TSPQ$� DISTRICT By Peter D. O'Br ,Chairman J.K. Barton, Clerk of Court as to form and legal sufficiency: c 1 112757.docx EXHIBIT A INDIAN RIVER COUNTY LANDFILL SURFACE WATER AND GROUNDWATER MONITORING AND EVALUATION PHASE BACKGROUND On February 4, 2010 Indian River County (IRC) Solid Waste Disposal District (SWDD) staff noticed a discoloration in the C-5 drainage canal (C-5 Canal) which appeared to originate just north of the closed unlined landfill cell. The C-5 Canal is part of the Indian River Farms Water Control District (IRFWCD) canal system and ultimately drains into the Indian River Lagoon. After observing the discolored water SWDD immediately notified the IRC stormwater inspector and the IRFWCD. At the request of the IRFWCD a ditch block was placed in the C-5 Canal to stop flow until further testing could be performed. Surface water samples were taken on February 26, 2010. After review of the data and comparison of the results to the allowable values for Surface Water Quality Standards as defined in Chapter 62-302, of the Florida Administrative Code (F.A.C)., it was determined that releasing the water would have no significant adverse impact on the quality of water in the C-5 Canal or downstream receiving water bodies. Therefore, the ditch blocks were removed on March 11, 2010. Camp Dresser & McKee Inc. (CDM) and SWDD met with IRFWCD and IRC stormwater representatives to discuss the potential contamination of the C-5 Canal and possible long and short term solutions to address the problem. In accordance with discussions in the meeting and as requested by SWDD, CDM notified the Florida Department of Environmental Protection (FDEP) on March 11, 2010 of the potential contamination. CDM, SWDD, and IRFWCD representatives met with FDEP on March 30, 2010 to discuss the situation and the appropriate steps for moving forward. In the meeting, FDEP requested that IRC initiate evaluation monitoring pursuant to Chapter 62- 701.510 (7), F.A.C. and further evaluate the nature of contamination in the C-5 Canal to determine if short-term interim actions are necessary to mitigate the contamination in surface water. As discussed with the FDEP and SWDD,'CDM will proceed in two separate Phases. Phase I includes the development of evaluation plans as required by FDEP, installation of shallow groundwater monitoring wells, collection and analyses of groundwater and surface water samples, and reporting. Phase II, if necessary, includes the feasibility analysis, design, permitting and implementation of the optimum corrective action strategy. Phase II will be performed under a separate work order. cm A-1 2767,aoc: SCOPE OF SERVICES TASK 1.0 - PREPARATION OF WORK PLANS MEETINGS AND INITIAL RESPONSE CDM will prepare work plans for evaluation monitoring pursuant to Chapter 62-701.510 (7), F.A.C. including, as requested by FDEP, plans to further evaluate the nature of contamination in the C-5 Canal. The monitoring plan will propose locations for surface water samples and wells that will be installed as requested by FDEP. The monitoring plan will also include lists of parameters for groundwater and surface water analyses. After approval from SWDD, the plan will be sent to FDEP for approval. Based on discussions with FDEP, the work described in Task 2 -will be proposed in the work plans Included in Task 1 are two meetings with SWDD, one meeting with FDEP in Orlando, and general assistance and support in initial response. Revisions to the monitoring plan requested by FDEP and responding to Requests for Additional Information (RAI) are not included in this Scope of Services. CDM reserves the right to request additional compensation should FDEP request revisions to the monitoring plan or issue an RAI. TASK 2.0 - MONITORING WELL INSTALLATION AND SAMPLING OVERSIGHT In accordance with FDEP-approved plans (see Task 1), CDM will install up to six shallow monitoring wells to the north of Segment 1. Three compliance wells will be installed south of the C-5 Canal 100 feet north of the edge of waste. Three wells will also be installed north of the C- 5 Canal to assess the extent of contamination north of the canal. Shallow monitoring wells will be up to 20 feet deep and screened from approximately 10 feet below land surface (bls) to 20 feet bls using 0.01 -inch machine -slotted screens with size 20/30 sand packs. Boreholes will be advanced using hollow stem augers. Actual depths will be selected in the field based on descriptions of drill cuttings and water level measurements made during drilling. Wells will be developed by pumping and surging until field parameters stabilize and withdrawn water is free of sand and silt. Drill cuttings and development fluids will be containerized and transported to a storage area designated by SWDD and disposed of by SWDD. Each well will be completed with a concrete pad and aluminum protective casing. Locations and measuring point elevations will be surveyed by a registered surveyor. CDM will collect groundwater samples from up to nine shallow monitoring wells (MW -1S, MW -2S, MW -3S, and the six new wells) and up to five surface water samples. Groundwater samples will be analyzed for iron, chlorides, total dissolved solids (TDS), sodium, ammonia, nickel, arsenic, hardness. These analytes have been detected in wells MW -1S, MW -2S, and MW - 3S in recent years. Surface water samples will be analyzed for the same analytes and for algae/bacteria speciation. Samples will be collected in accordance with FDEP protocols and analyzed by certified laboratories. TASK 3.0 - DATA EVALUATION AND REPORTING CDM will review and evaluate the results of historical monitoring and the results of the investigations described above. A report will be prepared and will include the following: CM A-2 1127e7.aoc. • Background information including results of previous investigations and monitoring. • A description of investigation including well installation and sampling methods and locations. • Summary tables of well construction details, groundwater analytical results (including historical data), water -level data, and survey results. • The laboratory data in Automated Data Processing Tool format. A site plan showing the location ofgroundwaterwells, groundwater contour -maps, and applicable groundwater isoconcentration maps. • Evaluation of surface water quality data with respect to numerical criteria established by FDEP in Chapter 62-302, F.A.C. • Conclusions and recommendations. The recommendations will be based on results of the investigations and regulatory requirements for corrective actions or monitoring, as appropriate. If corrective actions are determined to be necessary, the optimum corrective measure will be determined during a feasibility analysis that will be part of Phase II of this project. A draft report will be provided to SWDD for review and comment. Comments will be resolved and the report will be finalized and submitted to FDEP. Included in this task are two meetings with SWDD and one meeting with FDEP in Orlando. PROTECT SCHEDULE The scope of services shall be completed within 80 days from receipt of the fully executed contract. Task 1 Within 4 weeks of notice to proceed. Task 2 Within 4 weeks from Monitoring Plan Approval by FDEP. Task 3 Within 3 weeks after receipt of lab data in Task 2. PAYMENT AND COMPENSATION Payments for services presented herein shall be made on the basis of a Not -to -Exceed fee. The total Not -to -Exceed fee for Tasks 1 through 3 is $82,122. A breakdown of the budget is shown in Exhibit B. cm A-3 i127e7.docx EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT SURFACE WATER AND GROUNDWATER MONITORING AND EVALUATION PHASE I PROJECT: -IRC SWDD Surface Water and Groundwater Monitoring and Evaluation DESCRIPTION: Task 1.0 Preparation of Work Plans, Meetings, and Initial Response CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc. Labor Category Hours Rate Total Officer 2 $200 $400 Associate 6 $190 $1,140 Principal 36 $180 $6,480 Senior Professional 45 $145 $6,525 Professional II 68 $130 $8,840 Professional 17 $100 $1,700 Senior Support 14 $110 $1,540 Staff Support 2 $80 $160 Project Administration 8 $75 $600 Total Hours 198 Total Salary Cost $27,385 Other Direct Costs $1,095 Outside Professionals TOTAL NOT -TO -EXCEED FEE $28,480 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a Not -to - Exceed fee of $28,480. Partial payments will be made on a monthly basis in accordance with the referenced contract. [ON EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT SURFACE WATER AND GROUNDWATER MONITORING AND EVALUATION PHASE I PROJECT: IRC SWDD Surface Water and Groundwater Monitoring and Evaluation DESCRIPTION: Task 2.0 Monitoring Well Installation and Sampling Oversight CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc. Labor Category Hours Rate Total Officer 2 $200 $400 Associate 1 $190 $190 Principal 8 $180 $1,440 Senior Professional 20 $145 $2,900 Professional II 48 $130 $6,240 Professional 10 $100 $1000 Senior Support 0 $110 $0 Staff Support 0 $80 $0 Project Administration 2 $75 $150 Total Hours 91 Total Salary Cost $12,320 Other Direct Costs $493 Outside Professionals Well Drilling $6,000 Survey $2,500 Groundwater and Surface Water Sampling $2,282 Laboratory Analysis $4,550 Bacteriological Testing $1,000 $16,332 TOTAL NOT -TO -EXCEED FEE 29145 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a Not -to - Exceed fee of $29,145. Partial payments will be made on a monthly basis in accordance with the referenced contract. M EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT SURFACE WATER AND GROUNDWATER MONITORING AND EVALUATION PHASE I PROJECT: IRC SWDD Surface Water and Groundwater Monitoring and Evaluation DESCRIPTION: Task 3.0 Data Evaluation and Reporting CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc. Labor Category Hours Rate Total Officer 4 $200 $800 Associate 10 $190 $1,900 Principal 30 $180 $5,400 Senior Professional 40 $145 $5,800 Professional II 50 $130 $6,500 Professional 16 $100 $1,600 Senior Support 8 $110 $880 Staff Support 0 $80 $0 Project Administration 9 $75 $675 Total Hours 167 Total Salary Cost $23,555 Other Direct Costs $942 Outside Professionals $-0 TOTAL LUMP SUM FEE 24 49 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee $24,497. Partial payments will be made on a monthly basis in accordance with the referenced contract. MR,