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,